Loading...
Contract - Alpha Paving - 9/9/2021 12-1402i -232. 'ORIGINAL CITY OF ROUND ROCK Transportation Department 1 ROUND ROCK TEXAS Project Manual For: 2021 SMP - B Round Rock West & South Creek July 2021 Prepared B : pery �� w•+�/11%;7/22/z � a 1*1 * �rf•"fs.•..i • BUSHAK # MATTHEW • PPPRO\fED o ...% 91480• pe• CI t EY ENS-0°v,, eiii****-"i#Gav Li Ike # )1Avatt TBPE Firm Registration No �� ' 2021 SMP - B Round Rock West & South Creek TABLE OF CONTENTS Section Description No. of Pages 00020 Notice to Bidders 1 00100 Instructions to Bidders 4 Exhibit A 1 00200 Bid Bond 2 00300 Bid Form 00410 Statement of Bidder's Safety Experience 1 00500 Agreement 5 00600 Insurance& Construction Bond Forms Performance & Payment Bond Instructions 1 Insurance Instructions 1 00610 Performance Bond 2 00620 Payment Bond 2 00650 Certificate of Liability Insurance 1 00700 General Conditions 41 00800 Supplemental General Conditions 2 00900 Special Conditions 5 01000 Technical Specifications 02000 Plans, Details and Notes 8-2016 Table of Contents 00090665 00020 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed bids addressed to Jose ("JC") Montelongo II, E.I.T., City of Round Rock, Transportation, 3400 Sunrise Road, Round Rock, TX 78665, for furnishing all labor, material and equipment and performing all work required for the project titled, 2021 Street Maintenance Program (SMP) Project B - Round Rock West and South Creek (project includes various curb and gutter, sidewalk, driveway, curb ramp and pavement repairs; pavement milling; repaving of existing arterial roadways with HMAC overlay), will be received until Tuesday, August 10, 2021 at 10:00 a.m., then publicly opened and read aloud at the same address. Bid envelopes shall state date and time of bid and "Sealed Bid — 2021 Street Maintenance Program (SMP) Project B". Bids must also be accompanied by a "Statement of Bidder's Safety Experience" included in Section 410 of the Project Manual. No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5%) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the City of Round Rock website at the following web address: https://www.roundrocktexas.gov/businesses/solicitations/. Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. For questions please visit the link above and post any questions via the CivCast posting. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and to waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the City of Round Rock's standard contract and to furnish performance and payment bonds, all as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. A Pre-Bid conference will NOT be held. Publish Dates—Round Rock Leader: July22,2021 July 29, 2021 00100 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any bid, bidders are required to read all drawings (plans), specifications, and all other Project Manual and/or Contract Documents carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and the time required for its completion and obtain all information required to make a bid.The aforementioned documents may only be obtained from tie City's website at the following web address: www.roundrocktexas.gov/ busineses/solicitations and www.civcastusa.com. Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. 2. Should the bidder find discrepancies in, or omissions from the drawings (plans), specifications, or other Project Manual and/or Contract Documents, or should he be in doubt as to their meaning, he should notify at once the City and obtain clarification or addendum prior to submitting any bid. Any addenda issued will be posted with the documents at the web address mentioned in 1 above no later than two business days prior to the Bid Opening Date. Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions required in any addenda issued. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders in the Project Manual. Bids received after the scheduled opening time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bidders shall be responsible for submitting a copy of the City's Bid Form, Bid Bond Form, and Statement of Bidder's Safety Experience from the Project Manual documents posted at the web address as described in 1 above. 6. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds,as stipulated by item 16 below,within ten (10)days after notice of award of contract to him. Bid securities must be submitted in the same sealed envelope with the bid. Bids submitted without a bid security may not be considered at the sole discretion of the City. Page 1 00100 2-2021 Instructions to Bidders 00426487 7. If awarded the bid, bidder must submit Form 1295 on the Texas Ethics Commission (TEC) Website at https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm and submit the signed Form 1295 to the City Clerk at swhitena,roundrocktexas.gov within ten (10) business days of notification of the award. Instructions for completing a Form 1295 are attached as Exhibit "A" to the Instructions to Bidders. 8. No conditional bids will be accepted. 9. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening time must do so by presenting in person a written request signed by an authorized representative of the bidder to a City employee at the location for which sealed bids are to be addressed. No telephone, facsimile, or email requests will be accepted. The City will expend the time and effort that the City in its sole discretion determines is necessary to investigate the authenticity of a request before complying with a request. The City shall in its sole discretion determine if the City will comply with a request and the City shall not be held liable for not complying with a request. If the City does not comply with a request, the request shall automatically become null and void. 10. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening time must first withdraw his bid as provided for in the Instructions to Bidders and then submit a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring the amount of the bid security is as specified in the Instructions to Bidders. 11. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the City elects to hold until the successful bidder has executed the Agreement. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 12. Until the award of the contract, the City reserves the right to reject any and all bids and to waive technicalities; to advertise for new bids; or to do the work otherwise when the best interest of the City will be thereby promoted. 13. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids. 14. Award of the contract, if awarded, will be made based upon the criteria set forth in Section 2269.055 of the Texas Government Code. In determining the award of a contract under Chapter 2269, the City may consider; 1) the price; 2) the bidder's experience; 3) the quality of the bidder's goods or services;4)the impact on the ability of the City to comply with rules relating to historically underutilized business; 5) the bidder's safety record; 6) the bidder's proposed personnel; 7)whether the bidder's financial capability is appropriate to the size and scope of the project;and 8)any other relevant factor specifically listed in the request for bids. Page 2 00100 2-2021 Instructions to Bidders 00426487 15. Award of the contract, if awarded, will be made within sixty (60) days after opening of the bids, ar1id no bidder may withdraw his bid within said sixty (60) day period of time unless a prior avard is made. A Notice to Proceed will be issued within sixty (60)days after contract Execution Date as defined in the General Conditions. 16. Within ten(10) days after written notification of award of the contract,the successful bidder must f rnish a performance bond and a payment bond in the amount of one hundred percent (100% of the total Contract Amount. Said performance bond and payment bond shall be from a approved surety company holding a permit from the State of Texas, indicating it is authori'ed and admitted to write surety bonds in this state. In the event the bond exceeds $100,010.00, the surety must also (1) hold a certificate of authority from the,United States secrets y 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 reins rer that is authorized and admitted as a reinsurer in this state and is the holder of a certific:te of authority from the United States secretary of the treasury to qualify as a surety or rein'urer on obligations permitted or required under federal law. In dete ining whether the surety or reinsurer holds a valid certificate of authority, the City may re y on the list of companies holding certificates of authority as published in the Federal Regist;r covering the date on which the bond is to be executed. 17. Failure to execute the Agreement within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 15 above, shall b; just cause for the annulment of the award. In case of annulment of the award,the bid securit shall become the property of the City, not as a penalty, but as liquidated damages. 18. No co i ract shall be binding upon the City until it has been signed by its Mayor after having been d i ly authorized to do so by the City Council. 19. The Contractor shall not commence Work under the Agreement until he has furnished certifica tion of all insurance required and such has been approved by the City, nor shall the Contra for 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 Contra tor's insurer shall use the certificate of insurance form included in the bid documents or the •tandard ACORD form. 20. if the tidder's insurance company is authorized, pursuant to its agreement with bidder, to arrang; for the replacement of a loss, rather than by making a cash payment directly to the City,t e insurance company must furnish or have furnished by bidder, a performance bond in acc si dance with Section 2253.021(b), Texas Government Code, and a payment bond in accord.nce with Section 2253.021(c). 21. Any q antities given in any portion of the Bid Documents, including the drawings (plans), are esfmates only, and the actual amount of work required may differ somewhat from the Page 3 00100 2-2021 Instructions to Bidders 00426487 estimates. The basis for payment shall be the actual amount of work done and/or material furnished as specified in the General Conditions. 22. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the Work.This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. Upon obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The Contractor will transfer title of consumable, but not incorporated, materials to the City at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City as soon as practicable.Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical,the materials will be labeled as the property of the City. 23. The Contractor, after execution of the contract and pursuant to Internal Revenue Service (IRS) regulations, shall furnish its Taxpayer Identification Number (TIN) to the City. The Contractor shall provide the appropriate information on a W-9 form (which can be provided by the City upon request). This form shall be submitted directly to the City's Accounts Payable Department to ensure security of the information. 24. If the Bid Form includes Add and/or Deduct Alternate bid items and/or otherwise provides for Alternate bids, the City will determine whether to select or not select one or more of the Add and/or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and for its greatest advantage. If the City selects any Add and/or Deduct Alternate bid items,the total bid amount will be determined by adding the amount of the selected Add Alternate(s) to, and deducting the amount of the selected Deduct Alternates) from the Base Bid or the selected Alternate bid. Page 4 00100 2-202 1 Instructions to Bidders 00426487 EXHIBIT "A" FORM 1295 INSTRUCTIONS Pursuant to Section 2252.90 of the Texas Government Code, as of January 1, 2016, any business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties (Form 1295)to the local governmental prior to the execution of the contract. The Texas Ethics Commission (TEC) has created an electronic filing application for business entities to submit the required information and generate the required form. The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity files a Form 1295 with the City Clerk. Please follow the instructions below to file your Form 1295 with the TEC and the City of Round Rock: • Upon being notified of a bid award,the award recipient("business entity") must go to the following website: https://www.4hics.state.tx.us/filinginfo/1295/and follow the login instructions on the website application to complete a Form 1295. ✓ If this is a business entity's first time logging on to the website application, the business entity must create a Username and Password and then follow the application's instructions to complete a Form 1295. ✓ The City does not have a Contract ID Number System. Please insert 000000 and the project name in this box. Do not put the resolution number of the initial agreement if this is a supplemental agreement- only put the project name. ✓ Even if a business entity has no interested parties, Form 1295 still must be completed using the website application and filed with the City Clerk. Please note that there are very few instances that a business will not have any interested parties. Visit the TEC's FAQ page for the definition of an interested party. ✓ If a business is publicly traded, they are exempt from having to complete a Form 1295. Please e-mail the City Clerk stating such. • The business entity MUST print and sign the completed Form 1295 once it has been accepted by the TEC and no longer has DRAFT stamped on it. ✓ The signed Form 1295 must be scanned and e-mailed directly to the City Clerk at swhitegriundrocktexas.gov as soon as it is completed. DO NOT send the form back to the Purchasing Department, Project Manager, or mail it with signed original agreements/contracts. ✓ The City Clerk only has 30 days from receipt to acknowledge the form in the TEC system. If you do not return it to the City Clerk promptly, and the 30 days has expired when she receives it, you WILL have to complete another one. • A new Form 1295 must be done for each contract a business entity enters into with the City, including Supplementals,Amendments, and Change Orders. • A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. If you have any questions regarding the process of filing of Form 1295 with the City, please contact: Sara White, City Clerk Phone: (512)218-5404 E-mail: swhitegroundrocktexas.gov If you have quesions regarding the actual form or the online filing application, please visit the TEC's FAQ page: https://ww .ethics.state.tx.us/resources/FAQs/FAQ_Form1295.php Revised 8/2020 00200 BID BOND BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Alpha Paving Industries, LLC of the City of Round Rock County of Williamson State of Texas as Principal, and Atlantic Specialty Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("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 whereof, well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five-Percent of Greatest Amount Bid Dollars($ 5%GAB ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of 2021 SMP-B Round Rock West&South Creek for which Bids are to be opened at the office of Owner on the 10th day of August , 20 21 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents, 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. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five (5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond, subject to the limitation described herein. In the event that 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 attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 10th day of the month of August 20 21 Alpha Paving Industries,LLC Atlantic Specialty Insurance Company Pri cipal Surety rem Kenneth Nitsche Printed Name Printed Name By: - By: Title: r�s Title: Attorney-In-Fact Address: P.O.Box 6565 Address: 605 Highway 169 North,Suit Round Rock,TX 78683 Plymouth,MN 55441 00200 4-2020 Page 1 Bid Bond 00443638 Resident Agent of Surety: AG///t.ZIA Signature Kenneth Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 78942 City, State,Zip Page 2 00200 4-2020 Bid Bond 00443638 [intact] INSURANCE KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Gary Nitsche,Kenneth Nitsche,Robert James Nitsche,Craig Parker,Nina K.Smith,Robert Kevin Nitsche,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April,2020. , r r p SEAL m : 1986 © By STATE OF MINNESOTA ""6- Wye' �-t' "",,�t�, _, �,��•' Paul J.Brehm,Senior Vice President HENNEPIN COUNTY On this twenty-seventh day of April,2020,before me personally came Paul J.Brehm,Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me duly sworn,that he is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. : ys, ALISON DWAN NASMROUT /1(1 25/01/17tdii I -.' j NOTARY PUBLIC•MINNESOTA r�` 1 i My Commission Expires y. January 31,2025 Notary Public I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated 10th day of August , 2021 c SEAL m. }986 i b., This Power of Attorney expires it. Yoe' �a January 31,2025 b -}9 ,,,,,, Kara Barrow,Secretary Please direct bond verifications to surety(adintactinsurance.com 00300 BID FORM BID FORM 2021 Street Maintenance Program (SMP)Project B -Round Rock West PROJECT NAME: and South Creek. PROJECTLOCATION: Round Rock. Texas OWNER: City of Round Rock. Texas DATE: August 10, 2021 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work. to furnish all necessary superintendence, labor, machinery, equipment , tools, materials, insurance and miscellaneous items.to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of 2021 Street Maintenance Program (SMP) Project B-Round Rock West and South Creek. and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated, for the following prices, to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at httns://www.roundrocktexas.gov/businesses/solicitations/ by the close of business on August 3. 2021 . Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum "number" and "date". #1 -August 6. 2021 BASE BID Bid Approx. Item Description Item Ouantit Unit and Written Unit Price Unit Price Amount 1 5245 TON Pavement.Repair(12" Depth) complete in place per TON for One Hundred, Two dollars and Forty-Seven cents. $102.47 $537.455.15 2 3564 LF Remove and Replace Curband Gutter complete in place per LF for Sixty Three dollars and Twenty-Five cents. $63.25 $225.423.00 00300-9-2015 Page I of6 Bid Form BASE BID Bid Approx. Item Description Item Ouantit Unit and Written Unit Price Unit Price Amount 3 17820 SF Remove and Replace Reinforced Concrete Sidewalk complete in place per SF for Fourleen dollars and Severity-two cents. $14.72 $262310.40 4 9979 SF Remove and Replace Reinforced Concrete Driveway complete in place per SF for Seventeen dollars and Twenty-five cents. $17.25 $172,137.75 5 415 SF Reinforced Concrete Fillet complete in place per SF for Fifty Three dollars and No cents. $53.00 $21,995.00 6 561472 SF Surface Milling (2"Depth) complete in place per SF for No dollars and Thirty cents. $0.30 $168.441.60 7 519383 SF Edge Milling(O"-2") complete in place per SF for No dollars and Twenty-six cents. $0.26 $135,039.58 00300-9-2015 Page 2 of6 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 8 16818 TON Type F HMAC Surface Course complete in place per TON for One Hundred Forty-Three dollars and Thirty cents. S143.30 $2,410,019,40 9 7018 TON Type C HMAC Surface Course complete in place per TON for One Hundred Nine dollars /4!�, and Thirty cents. $109.30 _, 2' $767,067.40 10 138 EA Valve Can Adjustment complete in place per EA for Seventy-five dollars and No cents. $75.00 $10,350.00 11 221 EA Manhole Adjustment complete in place per EA for One Hundred Seventy-five dollars and No cents. $175.00 $38,675.00 12 4165 LF REFL PAV MRK TY I. (W) 4"(SLD)(1 00 MIL) complete in place per LF for No dollars and Thirty-six cents. $0.36 $1,499.40 13 7454 LF REFL PAV MRK TY I (W)4"(BRK)(100 MIL) complete in place per for No dollars and Thirty-six cents. $0.36 $2,683.44 14 190 EA REFL PAV MRKR TY 1-C complete in place per EA for Twelve dollars and No cents. $12.00 $2,280.00 00300-9-2015 Page 3 of6 Bid Form BASE BID Bid Approx. Item Description Item Ouantit Unit and Written Unit Price Unit Price Amount 15 32908 LF REFL PAV MRK TYI (Y)4"(SLD)(l 00 MIL) complete in place per LF for No dollars and Sixty cents. $0.60 $19 744.80 16 3256 LF REFL PAV MRK TY I (Y)4"(BRK.)(l 00 MIL) complete in place per LF for No dollars and Thirty Six cents. $036 $I.172.16 17 1645 EA REEL PAV MRKR TY II-A-A complete in place per EA for Three dollars and No cents. $3.00 $4,935.00 18 183 LF REFL PAV MRK TYI (W)8"(SLD)(l 00 MIL) complete in place per LF for Four dollars and Eighty cents. $4•80 $878.40 19 1000 LF REFL PAV MRK TY I (W)12"(SLD)(l 00 MIL) complete in place per LF. for Four dollars and Eighty cents. $4.80 $4,800.00 20 150 LF REFL PAV MRK TY I (Y)12"(SLD)(lOO MIL) complete in place per LF for Four dollars and Eighty cents. $4.80 $720.00 00300-9-2015 Page 4 of6 Bid Form BASF, RID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 21 1800 LF REFL PAV MRK TY I (W)24"(SLD)(l 00 MIL) complete in place per LF for Nine dollars and Sixty. cents. $9.60 $1L280.00 22 1 6 EA REFL PAV MRK TY I (W)(ARROW)(100 MIL) complete in place per EA for One Hundred 2 Two dollars and No cents. $102.00 $1,632.00 23 7 EA REFL PAV MRK TY I (W)(WORD "ONLY")(100 MIL) complete in place per EA for One Hundred, Twenty dollars and No cents. $120.00 $840.00 24 4 MO Traffic Control complete in place per MO for Twenty-four Thousand dollars and No cents. $24000.0O $96000.0O 00300-9-2015 Page 5 of6 Bid Form TOT AL BASE BID (Items 1 thru 24) $4,901,835.52 Materials: $1,813,679.14 All Other Charges: $3,088.156.38 /4/ * Total: $4,901,835.52 $4,903,379.48 * Note: This total must be the same amount as shown above for "Total Base Bid" If this bid is accepted: the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. Respectfully Submitted, b. An. r < n' PO Box 6565 Signature D. Andrew Kim Round Rock, TX 78683 Print Name Address President 512-677-9001 Title Telephone Alpha Paving Industries LLC Name of Firm 8/10'2021 Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 6 of6 Bid Fonn 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Alpha Paving Industries LLC Address: PO Box 6565 Phone: 512-677-9001 Completed by: Manny Trinidad Date: 7/20/202 1 1. Does the company have a written construction Safety program? OYes ❑No 2. Does the company conduct construction safety inspections? 11Yes 0 No 3. Does the company have an active construction safety-training program? IZYes El No 4. Has the company been fined by OSHA for any willful safety violations in the past DYes 11 No three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15, or 7.6 for SIC 16, ElYes El No or less over the past three years? Attach the company's OSHA 200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding El Yes ONo IZI N/A B. Excavation Ei Yes DNo ON/A C. Cranes DYes flNo 1N/A D. Electrical El Yes ONo 121 N/A E. Fall Protection D Yes flNo ON/A F. Confined Spaces DYes ONo EZI N/A I hereby certify that the above information is true and correct. Signature7 /4.141,/1 Title Project Manager 7 Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Attention: This form contains information relating to employee health and must be used in a manner that "k OSHA s Form 300 (Rev.01/2004) protects the confidentiality of employees to the Year 2019 extent possible while the information is being used Log of Work-Related Injuries a r]d Illnesses for occupational safety and health purposes. U.S. Department of Labor Occupational Safety and Health Administration You must record information about every work-related injury or illness that involves loss of consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond Form approved OMB no.1218-0176 first aid.You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or equivalent form for each injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. Establishment name Alpha Paving Industries City Round Rock State TX \ \ \ \ \ � \ \ Classify the case _.. _ , _ ,\ \ �, e t f the er \ \ \ \ ,_ \\\\ _ ., \\\ �, ,,,!d n� _....son. \ Descr be the,case \ �, Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on the days the injured or ill Check the"injury"column or choose one type of Case Employee's Name Job Title (e.g., Date of Where the event occurred(e.g. Describe injury or illness,parts of body affected, most serious outcome for that case: worker was: illness: No. Welder) injury or Loading dock north end) and object/substance that directly injured or made onset of person ill(e.g.Second degree burns on right (M) illness forearm from acetylene torch) Days awayOn job L a Death y Remained at work Away transferor ) �,o �_ (mo./day) from work From Q' 3 restriction ° o a, u, Job transfer Other record- Work (days) , o .a o ,c -6or restriction able cases (days) 8 Ycn a d o '.,L, a =Q U I (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) 1 Jose Mendez CDL Driver 11/19/2019 Yard Broken bone on the right hand x 41 x Page totals o 1 0 0 41 0 1 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. a, o o B o N ca J <n o .2 a oo N c cn a) 2 Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to a U ao review the instruction,search and gather the data needed,and complete and review the collection of information.Persons = 1) are not required to respond to the collection of information unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data collection,contact:US Department of Labor,OSHA < Office of Statistics,Room N-3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) \\\\\0 X\\\\\\\\ \\\\\\\�\\\\\\\\\��\�\\\\\\0\\\\\\\�\\\\�\\\\\ \\0\\\�\��\��\\\\\\\\\\�\\�\\\\0�\\��0�\\\\\\\\\\\VV�\\\�\\\\\\\\\\\\\��\\\\\\��\\\\�\\\�\\\�\\\��X X,\\\\\\0\\\�M�\�\\\\\��\�,\\\�\\\\\�\\\\����@\\\\�\\\�\\\�\\0\\�,a\\�\\\\\\\\\\\�\\�\\\\\\\\\\\\�\\\\\��,�\�,\o��\\\�\\\\\\\M\�\�\\\\\\\\\\�\0� %\\�\\\\� ��\\\\0\\0�\�a\\\�\\��\\��\\\��\�\\\�\�\�\\\\\�\\\�,\\\\0\�\\��\\\�\\\%X% M,\\\0�\\\��\��,\\\\\\%\IX\0\\\\\\\\\\\\\\\\0\�\\\\\\�\�\\�\\\\�\\��\� % tlir Attention: This form contains information relating to employee health and must be used in a manner OS H A s Form 300 (Rev. 01/2004) that protects the confidentiality of employees to the Year 2018 extent possible while the information is being used Logof Work—Related Injuries and IlInesses for occupational safety and health purposes. Occupational Safety and Health Administration 71vvvwuouvvvvvvvvvvv%ovv\Wat\\vvwxua���wvvvvvv���,,��Ammaw AvAwmvvIckAvvwlwuovovvvovovwvvvwwvyyI,,.,a,wwwvvwvvvvvvvvvvvvvvvvwvvwvvvvvomw,vk,Naa„ww4,,gg,,,.,;..: You must record information about every work-related injury or illness that involves loss of consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond first aid. Form approved OMB no.1218-0176 You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form Establishment name Alpha Paving Industries 301)or equivalent form for each injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Round Rock State Texas \ ( tf h,, Cass the case dnt _ \ ,\ ( e t the person De scribe the ase _, Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury"column or choose one type of Case Employee's Name Job Title (e.g.,Welder) Date of Where the event occurred(e.g. Describe injury or illness,parts of body affected, the most serious outcome for that case: worker was: illness: . No. injury or Loading dock north end) and object/substance that directly injured or made .,,,,�°���°..,: ..,.,,,,,.,,."'",,,,,,,,,,"",,,...,,"w \wvwvvvvvvw. ,.,,,, .,_,,.,41wvo,avvvvwwwvo\owvwvy Iwovvvvvvv�wvewv'''v�ywovyv'''''''""I'::''''''''''''"'"'"'"."", vvvvvvw�vwvvvvvovyAvvv,. 2"V onset of person ill(e.g.Second degree burns on right (M) °� illness forearm from acetylene torch) Days away Away On job e c (mo./day) Death from work Remained at work From transfer or o o c 2restriction o v .E or s Job transfer Other record- Work (days) 0 Q-0 ° .. '5c or restriction able cases (days) -' u) cL`,8U c .a_� ca = Q (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) 1 Rene Banda Rolloer Operator 10/1/2018 Road side work Sweeper attachment crushed left toe X 8 X 2 Jose Jesus Beltran Supervior 11/20/18 Shopping center parking lot Lacerations to both right and left leg _ x 31 x 3 Zahid Suarez Mahn Labor 12/17/18 Apartment parking lot Lumbar Sprain x x Page totals o 2 0 1 39 0 3 _ 0 0 0 - 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. t o_. E O E, O J N Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to review the o . O o .. HEinstruction,search and gather the data needed,and complete and review the collection of information. Persons are not required to Y ULcb respond to the collection of information unless it displays a currently valid OMB control number. If you have any comments about = o these estimates or any aspects of this data collection,contact:US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Q Constitution Ave,NW,Washington,DC 20210,Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) \V \\\�\\\0\\\\\0�\\\\\�0\\\\\\��\\\\\\\\\\\\\\\�\�\\\\\\\\\\\0\\�\\\\\�\�\\\\0\\\\\\\\�\\\\\\�0\\\\�\\�\\\\\\\\\�\��\\\\\\\\\\\\\\\\\\\�\\\\\\\0\\\�\\\\\\\\\�\\\\��\�`��\\\0\\�\\\\\\\\\\\\0�\\\\\0\��\\\\�\�\�\\\0�\\\\�\\\\\�\\\\\\\0\\\V%\\\\\\\\\�\\\\�' V 0�\\�\\0\�\0\\�\\\\\�\\\\�\�\\\0\\\�\\\\\\\\\\\\\�\\\\�\0�\\ \\�\\�\\\�\\0\\\�\\\�\\\\\�\\\\��\\�\\\\\\\\\�\0�� A\W`��\�\\\\\\�\\�\�\\�\\���\\�",�\\\\0��\\\\�\\G\\�\\\\\�\�%\\\\\\\\\\\\\\�\\\\\\\\�V\\1%,\M\\\�\\\\0\\\�\\\\\\�\\\\�\�\0\�\\�\\\ %\\\ 00500 AGREEMENT City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of th ( )day of *VW- in the year 20 24. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Alpha Paving Industries,LLC ("Contractor") P.O Box 6565 Round Rock,TX 78683 The Project is described as: 2021 SMP-B Round Rock West&South Creek The Engineer is: Matthew Bushak,PE City of Round Rock 3400 Sunrise Road,Round Rock,Tx 78665 512-241-3318 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications,Addenda issuedprior to executionof this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire negotiations,and integrated agreement between the parties hereto and supersedesprior representations p re p esentations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Page 1 of 5 Standard Form of Agreement 00443647 R -2074 2 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten (10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A (N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred ( 100 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of five-hundred and No/100 Dollars($500 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast ofjust compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty.It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred and twenty ( 120 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Four million nine hundred three thousand tfreehun4re seventy-nine dollars nd forty-eight cents. ($4,903,379.48 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .Ifyes,please provide details below: , . • 00500 4-2020 Page 2 Of 5 Standard Form of Agreement 00443647 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(loth)day of a month,Owner shall make payment to Contractor of amounts approved by the Owner not later than the tenth(10th)day of the next month.If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the engineer issues a Certificate for Payment.The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the General Conditions. 5.1.7 Except with Owner's prior written approval,Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: 1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer and approved by the Owner. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the General Conditions. 00500 42O20 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual dated July 2021 7.1.4 The Specifications are those contained in the Project Manual dated July 2021 7.1.5 The Drawings,if any,are those contained in the Project Manual dated July 2021 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated July 2021 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated July 2021 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the"City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Jose(JC)Montelongo II 3400 Sunrise Road,Round Rock,Tx 78665 512-2187O26 imontelongo(i)roundrocktexas.gov 8.3 Contractor's representative is: Manny Trinidad JQ IQ 6 .6.jtound RcIc,TX 78683 512:36 -6055 _ Manny@alphapavin$.com 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 42020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least two(2) original copies,of which one is to be delivered to Owner. OWNER CONTRACTOR CITY OF UND : 0 CK, XAS Alpbte Paving Industries LLC db. An,dre-w- Ku/ku' Printed Name. f/ ` Printed Name: D.Andrew Kim Title 1441i ' Title: President Date Signed: 10' 'gn zNA Date Signed: 9/24/2021 ATTEST: 11014A . '027)ikkt7"b City Clerk FOR C II APPROVED i S TO FORM: 41 1110 Air.-.-. ... -.,, A)(„,,ft, 1 City Attorn , 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 00600 INSURANCE AND CONSTRUCTION BOND FORMS PERFORMANCE BOND Bond#800089968 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Alpha Paving Industries, LLC , of the City of Round Rock County of Williamson , and State of Texas , as Principal, and Atlantic Specialty Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (Owner), in the penal sum of Four Million Nine Hundred Three Thousand Three Hundred Seventy Nine&48/100--- Dollars ($ 4,903,379.48 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the 1411' day of , 201-4to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2021 SMP- B Round Rock West& South Creek NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 4-2020 Performance Bond 00443639 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of Principal's default, shall perform all of Principal's duties and obligations under the Agreement. If, within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner, upon demand, all costs, expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the full sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of September , 20 21 Alpha Paving Industries,LLC Atlantic Specialty Insurance Company Principal Surety Robert James Nitsche Printed Name Printed Name . By. �--- �- By 1..," Title: Title: Attorney-In-F t Address: PO Box 6565 Address: 605 'ghway 169 Noth,Ste 800 Round Rock,TX 78683 Plymouth,MN 55441 Resident f ure • Signature Robert James itsche Printed Name 143 E.Austin Street Address Giddings,TX Cit78 4fate &ZipCode Y Page 2 00610 4-2020 Performance Bond 00443639 PAYMENT BOND Bond#800089968 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Alpha Paving Industries,LLC , of the City of Round Rock County of Williamson , and State of Texas , as Principal, and Atlantic Specialty Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Four Million Nine Hundred Three Thousand Three Hundred Seventy Nine&48/100---- Dollars($ 4,903,379.48 )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 enter d into a certain written Agreement with the Owner,dated the L�, -- day of , 2014to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2021 SMP- B Round Rock West& South Creek NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work, labor,equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 04-2020 Payment Bond 00437699 9 L PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 15th day of September , 20 21 Alpha Paving Industries,LLC Atlantic Specialty Insurance Company Principal Surety Robert James Nitsche Printed Name Printed Name ,,, By. By...,,---"'--- y� , ��F Title: Title: Attorney-In- ct Address: PO Box 6565 Address: 604ighway 169 North,Ste 800 Round Rock,TX 78683 Plymouth,MN 55441 Resident t of Sure • Signature Robert p es Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 7R942 City, State &Zip Code Page 2 00620 1-2020 Payment Bond 00090656 h o .....,.!.....i.,..i......i.„.... ... i.iiP'''''''''''' ... :.:.;i.i 0 „ .1.1i lill 1.1).•::. ... i::.'..'4.'-!.:.; 1 N S U R A N C E .::;..::.;:;:i.:.:.,:: Power of Attorney ... ... ... .. .. .. ... .. ... .. ... ... ... .. .. „ .. .. ::: 1111 KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, .:: ... .. :,... ::: li'll Minnesota,does hereby constitute and appoint: Gary Nitsche,Kenneth Nitsche,Robert James Nitsche,Craig Parker,Nina K.Smith,Robert Kevin Nitsche,each ,.. individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds, ... •• recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in 1.11,1 amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of ... ... these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the ... ,, 1111 twenty-fifth day of September,2012: .. :: ... ... .. Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and ... .. all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company .. .. .. seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in 1 - :: •••• .. Fact. .. .. ... .. . .. :: ... . ... .. .. .. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, ..... .. ... recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit ., required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. ... .. .. :: ... This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: ... .. ....• ... .. .. .... R ,, esolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by ... .. facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, iii .. :: .. :: .... undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company ill0 :: as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though 11F1 manually affixed. ... ... ... .. .. - :.:: ,.. 1:ill IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company 1 to be affixed this twenty-seventh day of April,2020. ... ... ... .. - ..,91.",0..1 tti. $ON - /04%!*.'''.7.•• . '..''4'.9.47% ::::: fw: �w ". �OVi.P Yf£� it e �w y. ..... .. .. ::: ::: .. .. to i :o f .. .. 4,-—... 1-986 ..:o i By is -- ... :: .. :.,.: STATE OF MINNESOTA `'-��,°-` ���0��.e#~M „„, .,osc,. ..: ,�::�,����� Paul J.Brehm,Senior Vice President HENNEPIN COUNTY �` ... `s�f f1!!s}i91R ... .. ::, 110 On this twenty-seventh day of April,2020,before me personally came Paul J.Brehm,Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY,to me ... ... :: personally known to be the individual and officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me ::: ... 1111 duly sworn,that he is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the ..... .. ... 1 signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ... ::: .. .. :: .. :: ..... .. .. . . _ .., .. ,.,,• ../1,. .. ::: ... . .,=::(rz::%.... AlISON DWAN NTROUT•• il*niAtte.;:t ... .. .. .. ‘'..- ..'_':"::e:.'d:,,-----c..,,-S NOTARY PUBLIC.MINNESOTA ..- .. „:: . ,.,,„t.,,,,,: .. :: ,,; '::::.ii:::.,-,:.;.,‘:-.--:',:j. My Comniission•Epires -,..,,. .. ... ,.. .. .. '''_ �',���� January 31.2025 Notary Public ::: :: ... i..,•:,,,.•.. ..:: '., ,- • ••• c .:.'.:,..,--. .... •• , ''',. ... ... r.. .:.:. ..... I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full 1101 110 force and has not been revoked,and the resolutions set forth above are now in force. ... :: 11 Signed and sealed. Dated 15th day of September, 2021, .. ��iso�a*,t.r:;e �a1��; ... .4,....\*......''-.'d.3,'.'c .„ .. 4'"°.. laP 0 Ft4 '...S% - 4.,'40::t:.0.4 • .i.e.....c,1 ... ,.. :: .. .. io): S EA L r4 ... te h'ri 1 IV S f:44,,, ... .. I 1 o :o I .------47.:-.---i..4 .7. .. M--,**, 198.6 ..-o i .. ... ....................................................................................................................... .. .. This Power of Attorney expires �rrf�,�.�����a��`,�1,*4,7.� 4---'-'7 ... ... :: January 31,2025 ��y`°��'.. ��`. �.. ... Kara Barrow,Secretary - __-—-Please direct bond verifications to surciy@.intactinglOTICR,W.r11 _ __ � ,. , y IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may contact your agent. Puede communicarse con su agente. You may call your Insurance Carrier's toll-free Usted puede lamar al numero de telefono gratis de su telephone number for information or to make compania de seguros para information o para someter a complaint at: una queja al: 1-800-321-2721 1-800-321-2721 You may also write to your Insurance Carrier Usted tambien puede escribir a su compañia at de seguros en: Atlantic Specialty Insurance Company Atlantic Specialty Insurance Company Paralegal Paralegal 605 Highway 169 North, Suite 800 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Plymouth, MN 55441 1-781-332-7671 1-781-332-7671 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros de Insurance to obtain information on Texas para obtener information acerca de companias, companies, coverages, rights or complaints coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149104, Austin, TX 78714-9104 P.O. Box 149104,Austin, TX 78714 Fax:(512)490-1007 Fax:(512)490-1007 Web:www.tdi.texas.gov Web:www.tdi.texas.gov E-mail:ConsumerProtectiontditexas.gov E-mail: ConsurnerProtectiontdLtexasqov PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS o RECLAMOS: Si tiene you have a dispute concerning your premium una disputa concerniente a su prima o a un reclamo, debe or about a claim you should contact the agent comunicarse con el agente primero. Si no se resuelve la first. If the dispute is not resolved,you may disputa, puede entonces comunicarse con el contact the Texas Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does opara proposito de information y no se convierte en parte not become a part or condition of the attached condition del documento adjunto. document. VCMPHNTXOOI 1013 Client#:48394 ALPHAPAV ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 9/16/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER N - AME: DeAnna Biehle The Nitsche Group I r20 Ext):9795402234 rA/C,I No): '°x 143 East Austin E.AAAIL ADDRESS: DeannaB©thenitschegroup.com Giddings,TX 78942-3299 INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666 INSURER A National Fire Insurance Hartford 20478 INSURED INSURER B:Continental Casualty Company 20443 Alpha Paving Industries,LLC f Texas Mutual Insurance Company22945 INSURER C: P.O.Box 6565 INSURER D:Westchester Surplus Lines Insurance Co. 10172 Round Rock,TX 78683 INSURER E:Continental Insurance Company 35289 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE lf4gR WVD POLICY NUMBER (MMIDDIYYYY) (MM/DDIYYYI) LIMITS A X COMMERCIAL GENERAL LIABILITY 6080114377 1 2/15/2021 02/15/2022 EACH OCCURRENCE $1,000,000 1 CLAIMS-MADE X OCCUR PREMISESgEaE�ur ante) $iuu, 000 X PD Ded:1,000 MED EXP(My one person) s15,000 PERSONAL&ADV INJURY sl,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 PRPOLICY X EC LOC PRODUCTS-COMP/OP AGG $L,uuu,OOO OTHER: $ E AUTOMOBILE LIABILITY BUA6080114380 12I15/2021 02/15/2022 M JSINGLE LIMIT $1,000,O00 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per acadent) B X UMBRELLA LIAR X OCCUR CUE6080114413 1 2/15/2021 02/15/2022 EACH OCCURRENCE ,$10,000,000 EXCESS UAB CLAIMS-MADE AGGREGATE sl0,000,000 DED I XI RETENTION$'IOOOO $ n WORKERS COMPENSATION 0001282892 1 2/15/2021 02/15/2022 X STATUTE E�" AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1 000 000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1 000,000 DESCRIPTION OF OPERATIONS below � D Pollution Liab G71491134003 1 2/15/2021 02/15/202i 2,000,000/2,000,000 D Pollution Liab G70920360003 1 2/15/2021 02/15/2022 2,000,000/2,000,000 Deductible 10,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:2021 SMP-B Round Rock West&South Creek As per policy provision,Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract.General liability,auto and workers compensation policies include(s)a 30 Days Notice of Cancellation endorsement providing 30 days advance notice if policy is canceled by the company other than for nonpayment of premium,or direct cancellation by named insured as per policy provision. CERTIFICATE HOLDER CANCELLATION CityManager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 E.Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S948279/M912218 535 00700 GENERAL CONDITIONS City of Round Rock Contract Forms General Conditions Section 00700 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Page Number& Title Number 1. DEFINITIONS 2 2. PRELIMINARY MATTERS 5 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 7 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 8 5. BONDS AND INSURANCE 10 6. CONTRACTOR'S RESPONSIBILITIES 16 7. OTHER WORK 24 8. OWNER'S RESPONSIBILITIES 25 9. ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 26 10. CHANGES IN THE WORK 27 11. CHANGE OF CONTRACT AMOUNT 28 12. CHANGE OF CONTRACT TIMES 31 13. TESTS AND INSPECTIONS;AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 32 14. PAYMENTS TO CONTRACTOR AND COMPLETION 35 15. SUSPENSION OF WORK AND TERMINATION 39 16. DISPUTE RESOLUTION 41 17 RIGHT TO AUDIT 42 18. MISCELLANEOUS 43 00700 04-2020 Page 1 General Conditions 00443641 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents,the term printed with initial capital letters or all capital letters, including the term's singular and plural forms, will have the meaning indicated in the definitions below or as defined in these General Conditions or other Contract Documents: 1.1 Addenda - Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids that clarify, correct or change the proposal or bidding requirements or the Contract Documents. 1.2 Agreement- Prescribed form, referenced as Section 00500. 1.3 Alternative Dispute Resolution-The process by which a disputed Claim may be settled if the OWNER and the CONTRACTOR cannot reach an agreement between themselves, as an alternative to litigation. 1.4 Bid - Proposal of bidder on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.5 Bid Documents-The advertisement or invitation for bids, instructions to bidders,the bid form, the Contract Documents and Addenda. 1.6 Calendar Day-Any day of the week; no days being excepted. Work on Saturdays, Sundays, and/or Legal Holidays shall only be conducted with prior express written consent of the OWNER. 1.7 Change Directive-A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both. A Change Directive may be used in the absence of total agreement on the terms of a Change Order. A Change Directive does not change the Contract Amount or Contract Time, but is evidence that the parties expect that the change directed or documented by a Change Directive will be incorporated in a subsequently issued Change Order. 1.8 Change Orders - Written agreements entered into between the CONTRACTOR and the OWNER authorizing an addition,deletion,or revision to the Contract, issued on or after the Execution Date of the Agreement and within the Contract term. 1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract. 1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR for performance of the Work, as evidenced by the Contract Documents. 1.11 Contract Amount-The amount payable by the OWNER to the CONTRACTOR for completion of the Work in accordance with the Contract Documents. 1.12 Contract Documents — Includes the Invitation to Bid, Instructions to Bidders, Agreement, General Conditions, Supplemental General Conditions, Special Conditions, Specifications, Project Manual, Drawings, Addenda and Change Orders. 1.13 Contract Time-The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty-four(24) hours measured from midnight to the next midnight will constitute a day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 00700 04-2020 Page 2 General Conditions 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined. 1.16 Engin er/Architect (E/A) - The OWNER's design professional identified as such in the Agreement. The titles of"Archi+ecUEngineer,""Architect"and"Engineer" used in the Contract Documents shall be read the same as Engineer/Arc itect (E/A). Nothing contained in the Contract Documents shall create any contractual or agency relationship b;tween E/A and the CONTRACTOR. 1.17 Equal-The terms"equal"or"approved equal" shall have the same meaning. 1.18 Exec tion Date-Date of last signature of the parties to the Agreement. 1.19 Field •rder-A written order issued by Owner's Representative which orders minor changes in the Work and which do;s not involve a change in the Contract Amount or the Contract Time. 1.20 Final cceptance-The stage in the Contract process when, in the OWNER's opinion, Final Completion of the Work has •een attained and a Certificate of Acceptance approved by the OWNER is issued. 1.21 Final ( ompletion -The stage in the progress of the Work when, in the OWNER's opinion, the entire Work has been co ipleted, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the OWNER is p ocessing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of Acceptance a'proved by the OWNER. 1.22 Inspe,for-The authorized representative of any regulatory agency that has jurisdiction over any portion of the Work. 1.23 Legal Holidays 1.23.1 The following are recognized by the OWNER: Holid.y Date Observed New ear's Day January 1 Marti Luther King, Jr.'s Birthday Third Monday in January Presi.ent's Day Third Monday in February Mem.rial Day Last Monday in May lndepndence Day July 4 Labor Day First Monday in September Veter.n's Day November 11 Than,sgiving Day Fourth Thursday in November Frida after Thanksgiving Friday after Thanksgiving Christ as Eve December 24 Christ as Day December 25 00700 O -2020 Page 3 General Conditions 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones-A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed - A Written Notice given by the OWNER to the CONTRACTOR notifying the CONTRACTOR to commence the Work and which may also fix the date on which the Contract Times will commence to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. 1.26 OWNER—The City of Round Rock, Texas, a municipal corporation, home-rule city and political subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee, officers, agents or employees to administer design and construction of the Project. 1.27 Owner's Representative-The designated representative of the OWNER. 1.28 Partial Occupancy or Use - Use by the OWNER of a partially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29 Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 1.30 Project Manual - That portion of the Contract Documents which may include the following: introductory information; bidding requirements, Contract forms and General and Supplemental General Conditions; General Requirements; Specifications; Drawings; Project Safety Manual; and Addenda. 1.31 Proposal—Proposal of Offeror, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form, the Contract Documents and Addenda. 1.33 Resident Project Representative - The authorized representative of E/A who may be assigned to the site or any part thereof. 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications - Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards,workmanship, equipment and services in order to render a completed and useful project. 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion,the Work has progressed to the point such that all parts of the Work under consideration are fully operational and the beneficial use and occupancy of which can be assumed by the Owner, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 00700 04-2020 Page 4 General Conditions 1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 1.38 Sub-subcontractor-A person or entity who has a direct or indirect contract with a Subcontractor or a Sub- subcontractor of any tier to perform a portion of the Work. 1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill instructions from Owner's Representative, and who shall supervise and direct construction of the Work. 1.40 Supplemental General Conditions-The part of the Contract Documents which either amends or supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall be considered as remaining in full force and effect. 1.41 Supplier-An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor or Sub-subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. 1.42 Time extension Request-An approved request for time extension on a form acceptable to the OWNER. 1.43 Work - The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. 1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which conditions not under the CONTRACTOR's control will permit work for at least seven(7)hours of the Working Times. Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be allowed and, in that event, a Working Day will be counted for each such day. 1.45 Working Times — Times of day(s) during which work may be performed. Unless authorized by Owner's Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein. 1.46 Written Notice-Written communication between the OWNER and the CONTRACTOR. Written Notice shall be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR's duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. ARTICLE 2-PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10)Calendar Days after written notification of award of Contract,the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificates) and other documentation required for execution of the Contract. 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. 00700 04-2020 Page 5 General Conditions 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) commence on the date indicated in the Agreement or in the Notice to Proceed. Notice to Proceed will be given at any time within sixty(60)Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction.Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. The preliminary schedule of values submitted by the CONTRACTOR should include a reasonable estimation of value of each item included and shall not contain disproportionate values assigned to any item or items; .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non-Use of Asbestos Affidavit(Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. 2.5 Preconstruction Conference: Prior to commencement of Work at the site,a preconstruction conference attended by the CONTRACTOR,Owner's Representative and others will be held. 00700 04-2020 Page 6 General Conditions 2.6 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain approval of Owner's Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample submissions must provide an arrangement agreeable to the parties for reviewing and processing the required submittals. 2.7 Electronic Transmittals: 2.7.1 Except as otherwise stated elsewhere in the Contract Documents, the OWNER, E/A, and CONTRACTOR may transmit, and shall except, Project-related correspondence,texts,data,documents,drawings, information,and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format,either directly, or through access to a secure Project website. 2.7.2 When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages,operating systems,or computer hardware differing from those used in the drafting or transmittal of the items. ARTICLE 3-CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.1 Intent: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Change Orders Modifications to the Contract Documents made after the Execution Date Signed Agreement Addenda to the Contract Documents Special Conditions Supplemental General Conditions General Conditions Other Bidding Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings(figured dimensions shall govern over scaled dimensions) Project Safety manual, if applicable 3.1.2 Unless otherwise stated in the Contract Documents,words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: Prior to commencing the Work, the CONTRACTOR shall review the Contract Documents for the purpose of discovering any conflict, error, ambiguity or discrepancy in the Contract Documents. If, at any time, the CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work 00700 04-2020 Page 7 General Conditions or of any such standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall immediately report it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work affected thereby until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for failure to report any such conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably should have known. 3.3 Amending and Supplementing Contract Documents: 3.3.1 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: .1 Change Order. .2 Change Directive. 3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: .1 Field Order. .2 Review of a Shop Drawing or sample. .3 Written interpretation or clarification. 3.4 Reuse of Documents Prohibited: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the OWNER: (I) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of E/A or E/A's consultants, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of the OWNER and EtA. ARTICLE 4-AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands: The OWNER shall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of the CONTRACTOR. The OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which the CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER fails to furnish these lands, rights-of-way or easements in a timely manner, the CONTRACTOR may make a Claim for adjustments in the Contract Times. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions: 4.2.1 The CONTRACTOR hereby covenants that it has examined the site of the proposed Work and is familiar with all of the conditions surrounding construction of the Project, having conducted all inquiries, tests and investigations deemed necessary and proper. Unless the CONTRACTOR, prior to the execution of the Agreement, has notified the OWNER in writing of any condition of the site of the proposed Work that would adversely impact 00700 04-2020 Page 8 General Conditions the performan e of the Work by the CONTRACTOR, CONTRACTOR covenants that there are no conditions at the site of the pro'osed work which would adversely impact the performance of Work by the CONTRACTOR. 4.2.2 If COfl.itions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions tha differ materially from those indicated in the Contract Documents or(2) unknown physical conditions of an unusual nature, that differ materially from those normally encountered in the type of work being performed under this Co tract, then notice by the observing party shall be given to the other party promptly before conditions are disturbed :nd in no event later than seven (7) calendar days after first observance of the conditions. Owner's Representativ- will promptly investigate such conditions with E/A and, if they differ materially and cause an increase or decrease inthe CONTRACTOR's cost of,or time required for, performance of any part of the Work, OWNER will consider an es ultable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative determines th.t the conditions at the site are not materially different from those indicated in the Contract Documents and that no c ange in the terms of the Contract is justified, the CONTRACTOR shall be notified in writing, stating the reasons. a ny disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16 4.2.3 Notwi ihstanding any other provision of this Contract,the CONTRACTOR shall be solely responsible for the location and t rotection of any and all public lines and utility customer service lines in the Work area. For the purposes of th s section, "public lines"means the utility distribution and supply system within public rights-of-way or easements, a d "utility customer service lines" (service) means any utility line connecting a utility customer to the utility distributi•n system. Generally, existing service connections within right-of-way or easements are not shown on the Drawin!s. The CONTRACTOR shall notify the OWNER and"One Call"and exercise due care to locate and to mark, unco er or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work or storage a eas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The CONTRACTOR shall indemnify or reimburse the OWNER for such expenses or costs(including fines that may be levied against the OWNER) that may result from unauthorized or accidental damage to all public lines and utility customer sery ce lines in the Work area.The OWNER reserves the right to repair such damage the CONTRACTOR may cause, atthe CONTRACTOR's expense. 4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without written permi sion of the OWNER and the Texas Department of Antiquities Protection. When such objects are uncovered u expectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's Representativ: and the Texas Department of Antiquities Protection of their presence and shall not disturb them until written prmission and permit to do so is granted.All primitive rights and antiquities uncovered on the OWNER's property shall',emain property of the State of Texas, the Texas Department of Antiquities Protection conforming to the Texas Nat ral Resources Code. If it is determined by the OWNER, in consultation with the Texas Department of Antiquities •rotection,that exploration or excavation of primitive records or antiquities on Project site is necessary to avoid loss, she CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, the Contract •mount and/or Contract Time may be equitably adjusted. 4.3 Refer nce Points: Unless othe ise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points hich, in the OWNER's opinion,are suitable for laying out the Work. Such benchmarks and reference points will be ',laced at intervals not to exceed 1,500 feet. All reference .points, benchmarks, survey monuments and control points shall be carefully preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments,and control points shall be replaced b a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, urvey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's res.onsibility during or upon completion of the Work. 4.4 Haza dous Materials: 00700 04-2020 Page 9 General Conditions 4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials encountered before or during performance of the Work and shall take all necessary precautions to avoid further disturbance of the materials. 4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 4.4.3 No asbestoscontaining materials shall be incorporated into the Work or brought on the Project site without prior approval of the OWNER. 4.4.4 TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS OWNER,AND ITS COUNCIL MEMBERS, EMPLOYEES,AGENTS,AND CONSULTANTS FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES, AND DAMAGES (INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS)ARISING OUT OF OR RELATING TO FAILURE TO CONTROL, CONTAIN OR REMOVE A HAZARDOUS MATERIAL BROUGHT TO THE SITE BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE, OR TO A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE. ARTICLE 5-BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the OWNER and shall be issued by a surety which complies with the requirements of Chapter 3503, Texas Insurance Code (2005) and which is otherwise acceptable to the OWNER. OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.2 Workers'Compensation Insurance Coverage: 5.2.1 Definitions: .1 Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project, for the duration of the Project. .2 Duration of the Project - includes the time from the beginning of the Work on the Project until the CONTRACTOR's/person's Work on the Project has been completed and accepted by the OWNER. .3 Persons providing services on the Project ("subcontractor" herein) - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the Project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, by way of illustration and not of limitation, 00700 04-2020 Page 10 General Conditions in ependent contractors, Subcontractors, leasing companies, motor carriers, owner-operators, e ployees of any such entity, or employees of any entity which furnishes persons to provide services o the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or m terials, or providing labor, transportation, or other service related to a project. "Services"does not in lude activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and d livery of portable toilets. 5.2.2 The C NTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and iling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.0 1(44)for all employees of the CONTRACTOR providing services on the Project, for the duration of the Project. 5.2.3 The 0 NER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. 5.2.4 If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of th Project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 5.2.5 The ONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: .1 a ertificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have o file certificates of coverage showing coverage for all persons providing services on the Project; and .2 n later than seven(7)days after receipt by the CONTRACTOR, a new certificate of coverage showing e ension of coverage, if the coverage period shown on the current certificate of coverage ends during th duration of the Project. 5.2.6 The ONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one(1)year t ereafter. 5.2.7 The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery within ten (10) days after the CONTRACTOR knew or should have known of any change that materially affects the provision of coverage of a y person providing services on the Project. 5.2.8 The ONTRACTOR shall post at its office or on each Project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a Project to: .1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 1(44)for all of its employees providing services on the Project, for the duration of the Project; .2 provide to the CONTRACTOR, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; .3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 00700 04-2020 Page 11 General Conditions .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER in writing by certified mail or personal delivery within ten (10)days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project; and .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers'compensation coverage for the duration of the Project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. 5.2.11 The CONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the OWNER. 5.3 Contractor Insurance Requirements: For specific bond requirements and additional insurance requirements, refer to the Supplemental General Conditions. 5.3.1.1 General Requirements: .1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of the Contract, which shall include items owned by OWNER in the care, custody and control of CONTRACTOR prior to and during construction and warranty period. .2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER before the Contract is executed as verification of coverage required below. CONTRACTOR shall not commence Work until the required insurance is obtained and until such insurance has been reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of Insurance to OWNER whenever a previously identified policy period has expired as verification of continuing coverage. .3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B+Vll or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A-or better. 00700 04-2020 Page 12 General Conditions .4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E. Main St., Round Rock, Texas 78664. .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense,to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as CONTRACTOR. .9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. .10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate limits below occurrence limits for all applicable coverages indicted within the Contract. .12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Busness Automobile Liability Insurance. Proide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A; b) 30 day Notice of Cancellation endorsement TE 0202A; and c) Additional Insured endorsement TE 9901 B. Provide coverage in the following types and amounts: 00700 04-2020 Page 13 General Conditions .1 A minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least$100,000 property damage liability each accident. 5.3.1.3 Workers'Compensation and Employers' Liability Insurance: Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Section 401). CONTRACTOR shall assure compliance with this Statute by submitting two(2)copies of a standard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for CONTRACTOR. Workers' Compensation Insurance coverage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR's policy shall apply to the State of Texas and include these endorsements in favor of OWNER: a) Waiver of Subrogation, form WC 420304; and b) 30 day Notice of Cancellation, form WC 420601. The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: .1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. 5.3.1.4 Commercial General Liability Insurance. The Policy shall contain the following provisions: a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts relative to this Project. b) Completed Operations/Products Liability for the duration of the warranty period. c) Explosion, Collapse and Underground (X, C & U)coverage. d) Independent Contractors coverage. e) Aggregate limits of insurance per project, endorsement CG 2503. f) OWNER listed as an additional insured, endorsement CG 2010. g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205. h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404. Provide coverages A&B with minimum limits as follows: .1 A combined bodily injury and property damage limit of$500,000 per occurrence. 5.3.1.5 Builders' Risk Insurance. CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER. OWNER shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. 5.4 Bonds: 00700 04-2020 Page 14 General Conditions 5.4.1 General. .1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of the preceding paragraph, CONTRACTOR shall within ten(10)days thereafter substitute another bond and surety, both of which must be acceptable to OWNER. .3 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100%) of the Contract Amount as security for the faithful performance and/or payment of all CONTRACTOR's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Any surety duly authorized to do business in Texas may write Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. .4 If CONTRACTOR has failed to obtain or maintain a required bond, OWNER may exclude the CONTRACTOR from the site of the Project and exercise OWNER's suspension and/or termination rights under the Contract Documents. 5.4.2 Performance Bond. .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can agree to the following terms and conditions for payment in lieu of providing a Performance Bond: no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER; CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the following terms and conditions: CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period. 5.4.3 Payment Bond. .1 If the Contract Amount exceeds $50,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. .2 If the Contract Amount is less than or equal to $50,000, CONTRACTOR will not be required to furnish a Payment Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the terms and conditions specified in paragraph 5.4.2.3. 00700 04-2020 Page 15 General Conditions ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently,devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 00900, and maintain weekly payroll reports as evidence thereof. 6.2.2 Unless otherwise specified, the CONTRACTOR shall provide and pay for all materials, equipment, labor, transportation, construction equipment and machinery,tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, re-testing of defective work, start-up and completion of the Work. 6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the CONTRACTOR shall furnish satisfactory evidence (reports of required tests, manufacturer's certificates of compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier,except as otherwise provided in the Contract Documents. 00700 04-2020 Page 16 General Conditions 6.2.4 Substi utes and "Approved Equal" Items: 6.2.4.1 When-ver an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the t pe,function and quality required. Unless the specification or description contains words reading that no like, equivlent or"approved equal" item or no substitution is permitted, other items of material or equipment of other SupplierS may be submitted to Owner's Representative under the following circumstances: .1 A pproved Equal": If, in the OWNER's sole discretion, an item of material or an item of equipment pr.posed by the CONTRACTOR is functionally equal to that named and sufficiently similar so that no c ange in related Work will be required, it may be considered by the OWNER as an "approved equal" it;m, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished wi hout compliance with some or all of the requirements for evaluation of proposed substitute items. T e CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to m':ke its determination. .2 S'bstitute Items: lf, in the OWNER's sole discretion, an item of material or an item of equipment pr.posed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph 6. .4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit s fficient information to allow the OWNER to determine that the item of material or item of equipment pr.posed is essentially equivalent to that named and a substitute therefor. 6.2.4.2 Substi ute Construction Methods and Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRALTO' may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representativ• to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is equivalent to t at expressly called for by the Contract Documents. 6.2.4.3 OWN: R's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each proposal or su.mittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole judge of acceptability. No"approved equal"or substitute shall be ordered, installed, or utilized until the OWNER's review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review procedure. T e OWNER may require the CONTRACTOR to furnish at the CONTRACTOR's expense a special performance •uarantee or other surety bond with respect to any"approved equal"or substitute. The OWNER shall not be respon-.ible for any delay due to review time for any"approved equal"or substitute. 6.2.4.4 CON RACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed "approved eq al"or substitute item will be at the CONTRACTOR's expense. 6.2.5 The Cs NTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against its Suppliers f.r overcharges on materials incorporated in the Project growing out of illegal price fixing agreements. The CONTRA. TOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits against SuppliHrs for illegal price fixing. 6.3 Progr*ss Schedule: Unless othe ise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance with paragrap 2.6 as it may be adjusted from time to time as provided below: .1 T e CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in th progress schedule that will not change the Contract Times or Milestones. Such adjustments will c.nform generally to the progress schedule then in effect. 00700 O -2O2O Page 17 General Conditions .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors,Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to,by Power of Attorney or otherwise,assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections,the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any Subcontractor, person or organization previously accepted by OWNER,the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of the OWNER to reject defective Work. 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten(10) Days after the CONTRACTOR's receipt of payment from the OWNER. 6.5 Patent Fees and Royalties: 6.5.1 The CONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights encompassing, in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the performance of the Work or the formulation or presentation of its Bid. 00700 04-2020 Page 18 General Conditions 6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or process cover d by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or their duly auth rized representative whether or not a particular design, device, material, or process is specified by the OWNER. 6.5.3 The cbNTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall indemnify and save the OWNER harmless from any and all claims,costs, losses,expenses and damages(including but not limited o attorneys fees and consultant fees),direct or indirect, arising with respect to the CONTRACTOR's process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith. The OWNER eserves the right to provide its own defense, with counsel of its own choosing,to any suit or claim of infringement any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the OWNER. 6.5.4 The OWNER shall have the right to stop the Work and/or terminate this Agreement at any time in the event the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR'S work methodology includes the use of any infringing design, device, material or process. 6.6 Permits, Fees: Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for all construction permits, licenses and fees required for prosecution of the Work. OWNER will obtain and pay for the following permits, licenses and/or fees, if required: .1 Site Development Permit. .2 Building Permit(s). .3 Texas Department of Transportation permit for work in State rights-of-way. .4 Railroad Utility License Agreement. 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR'S compliance with any laws and regulations. 6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State and local laws and regulations, including those concerning control and abatement of water pollution and prevention and control of air pollution. 6.7.3 If the CONTRACTOR performs any Work that it is contrary to laws or regulations,then the CONTRACTOR shall bear and shall indemnify, defend and hold OWNER harmless from all claims, costs, losses and damages arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 00700 04-2020 Page 19 General Conditions 6.8.2 The OWNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and is thereby exempt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas Tax Code, and Chapter 321, Texas Tax Code. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment,the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one(1) record copy of all Drawings, Specifications,Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings,will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial Completion of the Work, these record documents, samples and Shop Drawings showing the final "as built" construction of the Project shall be promptly delivered to Owner's Representative. 6.11 Safety and Protection: 6.11.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Upon request,and prior to installation of measures,the CONTRACTOR shall submit a site security and safety plan for approval by the OWNER. By reviewing the plan or making recommendations or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of liability for damage, injury or loss. The CONTRACTOR shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: .1 all persons on the Work site or who may be affected by the Work; .2 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 00700 04-2020 Page 20 General Conditions .3 ot er property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks, p.vements, roadways, structures, utilities and underground facilities not designated for removal, re ocation or replacement in the course of construction. 6.11.2 The C ONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all ncessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent prop;rty and of underground facilities, and utility owners when prosecution of the Work may affect them, and shall coo.erate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss t. any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or i part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or indirectly empl.yed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be responsibl; , shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or 'pecifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone employed by -;ny of them or anyone for whose acts any of them may be responsible, and not attributable, directly or indirectly, i whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person (•r organization directly or indirectly employed by any of them). The CONTRACTOR's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and Owner's Repr; sentative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14 that the Work s acceptable(except as otherwise expressly provided in connection with Substantial Completion). 6.11.3 Safet Representative: The CONTRACTOR shall designate a qualified and experienced safety representativ at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Upon request of the OWNER, the CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. At a minimum, the safety representativ shall have received the OSHA thirty (30) hour training and a certificate evidencing that the safety representative has received such training within the last five (5) years shall be provided to the OWNER's representative. 6.11.4 Hazard Communication Programs: The CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with laws and regulations. 6.11.5 Emergencies: 6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or E/A, is obligated to act reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's Representative determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency,a Change Directive or Change Order will be issued to document the consequnces of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's emergency acion. 6.11.5.2 A thorized agents of the CONTRACTOR shall respond immediately to call-out at any time of any day or night when ircumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the Work or adja nt property from damage, restriction or limitation or to take such action or measures pertaining to the Work as ay be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent fail to respon and take action to alleviate such an emergency situation, the OWNER may direct other forces to take action as ecessary to remedy the emergency condition,and the OWNER will deduct any cost of such remedial action from th funds due to the CONTRACTOR under this Contract. 6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the CONTRACT R shall notify Owner's Representative within twenty-four (24) hours of the event and shall be responsible f r recording the location of the event and the circumstances surrounding the event through 00700 0 -2020 Page 21 General Conditions photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event. Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and E/A's records, within forty-eight(48) hours of the event. 6.12 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the OWNER and the CONTRACTOR may agree in writing. 6.13 CONTRACTOR's General Warranty and Guarantee: 6.13.1 The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and workmanlike manner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: .1 abuse, modification or improper maintenance or operation by persons other than the CONTRACTOR, Subcontractors or Suppliers; or .2 normal wear and tear under normal usage. 6.13.2 The CONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: .1 observations by Owner's Representative and/or E/A; .2 recommendation of any progress or final payment by Owner's Representative; .3 the issuance of a certificate of Substantial Completion or any payment by the OWNER to the CONTRACTOR under the Contract Documents; .4 use or occupancy of the Work or any part thereof by the OWNER; .5 any acceptance by the OWNER or any failure to do so; .6 any review of a Shop Drawing or sample submittal; .7 any inspection, test or approval by others; or .8 any correction of defective Work by the OWNER. .9 the failure of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work or any non-conformance of the Work with any requirement of the Contract Documents. CONTRACTOR hereby waives any claim or defense to any claim by the OWNER that any failure by the OWNER, E/A, or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work relieves or releases, in whole or in part, CONTRACTOR from any obligations or responsibility for the correction of such defects or any other obligation of CONTRACTOR under the Contract Documents. 6.14 Indemnification: 00700 04-2020 Page 22 General Conditions 6.14.1 TO T �E FULLEST EXTENT PERMITTED BY LAW,AND IN ADDITION TO ANY OTHER OBLIGATIONS OF CONTRA I TOR UNDER THE CONTRACT OR OTHERWISE,CONTRACTOR SHALL INDEMNIFY,DEFEND AND HOLD H• RMLESS OWNER, ITS COUNCIL MEMBERS , EMPLOYEES, AGENTS,AND CONSULTANTS INCLUDING, =UT NOT LIMITED TO THE E/A (THE "INDEMNIFIED PARTIES" OR INDEMNIFIED PARTY", FROM AND A GAINST ALL CLAIMS, COSTS, LOSSES,AND DAMAGES (INCLUDING BUT NOT LIMITED TO ALL FEES A 'D CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, CONSULTANTS, EXPERTS AND OTHER PRO ESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OU OF OR RELATING TO THE PERFORMANCE OF THE WORK, REGARDLESS OF WHETHER SUCH CLAIM,, COSTS, LOSSES,AND DAMAGES ARE CAUSED, IN WHOLE OR IN PARTY BY THE ACTS, ACTIONS, E RORS OR OMISSIONS OF AN INDEMNIFIED PARTY. BECAUSE 0 NER IS A MUNICIPALITY,THE TERMS AND PROVISIONS OF SUBCHAPTER C OF CHAPTER 151 OF THE TEXAS INSURANCE CODE ("CHAPTER 151") DOES NOT APPLY TO THE OWNER. IF, HOWEVER, A NY PROVISION OF CHAPTER 151 APPLIES TO THE OWNER, IT IS THE INTENT OF THE OWNER THA IF THE PROVISIONS OF CHAPTER 151 DO APPLY, NOTHING HEREIN SHALL IMPOSE ANY REQUIREME TS ON CONTRACTOR THAT ARE PROHIBITED BY CHAPTER 151 AND THAT ANY OF THE PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151 SHALL REMAIN IN FULL FORCE AND EFFEC ACCORDINGLY, IN THE EVENT THAT IN CONSTRUING AND INTERPRETING THE CONTRACT ',DOCUMENTS, A COURT OF COMPETENT JURISDICTION OR, IF APPLICABLE, AN ARBITRATO• , DETERMINES THAT CHAPTER 151 APPLIES TO THE OWNER, THEN THE COURT OR ARBITTO SHALL REFORM THE PROVISIONS HEREOF SO AS TO COMPLY WITH CHAPTER 151 AND SUCH REFO MATION SHALL NOT AFFECT THE VALIDITY OF ANY PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151. 6.14.2 The i demnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on the amount o type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such Subcontractor Supplier or other person or organization under workers'compensation acts, disability benefit acts or other employe- benefit acts. 6.14.3 The o.Iigations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the OWNER, EIA, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by negligent pre.aration of maps, drawings, surveys, designs or specifications upon which is placed the applicable state-authorizd design professional seal of the OWNER's, EtA's or E/A's consultant's officers, directors, partners, employees or :gents. 6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site, scheduling or nurse of construction, or engages in other conduct which proximately causes damage to property based on inv;rse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the OWNER agai st all costs resulting from such claims. 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to ause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for s ch loss. 6.15 Survi al of Obligations: All representaions, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract D•cuments,as well as all continuing obligations indicated in the Contract Documents,will survive final payment, com letion and acceptance of the Work and termination or completion of the Agreement. 6.16 Loss- from Natural Causes: Unless otherw se specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be done or from a tion of the elements,floods or from unforeseeable circumstances in prosecution of the Work or from 00700 O -2O2O Page 23 General Conditions unusual obstructions or difficulties which may be encountered in prosecution of the Work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. 6.17 Notice of Claim: Should the CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the OWNER or of any of the OWNER's employees or agents or others for whose acts the OWNER is liable,a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations, statute of repose, or any other provision of the Contract Documents. 6.18 Liquidated Damages: At set forth in the Agreement,paragraph 1.2,the CONTRACTOR or its Surety shall be liable for Liquidated Damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See Supplemental Conditions for amount of Liquidated Damages. ARTICLE 7-OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. 7.6 If CONTRACTOR damages,delays,disrupts or interferes with the work of any other contractor,or any utility owner performing other work at or adjacent to the site of the Project, through CONTRACTOR'S failure to take reasonable and customary measures to avoid such impacts, or if any claim arising out of CONTRACTOR's actions, 00700 04-2020 Page 24 General Conditions inactions or negligence in performance of the Work at or adjacent to the site of the Project is made by any such other contractor or utility owner against CONTRACTOR, OWNER, or E/A, then CONTRACTOR shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law,and(2)INDEMNIFY AND HOLD HARMLESS THE INDEMNIFIED PARTIES, INCLUDING, BUT NOT LIMITED TO THE E/A FROM AND AGAINST ANY SUCH CLAIMS,AND AGAINST ALL COSTS,LOSSES,AND DAMAGES(INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO SUCH DAMAGE, DELAY, DISRUPTION, OR INTERFERENCE. ARTICLE 8-OWNER'S RESPONSIBILITIES 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 8.4 Information or services under the OWNER's control shall be furnished by the OWNER with reasonable promptness to avoid delay in the orderly progress of the Work. 8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference Points),Article 7(Other Work)and Article 14 (Payments to the CONTRACTOR and Completion). 8.6 Notice of Claim: Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the CONTRACTOR is liable, a notice of such injury or damage will be sent to the CONTRACTOR within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. 8.7 The OWNER is not responsible for the CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. The failure or omission of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or the E/A to observe, detect, discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from CONTRACTOR'S obligation to properly and fully perform the Work pursuant to the Contract Documents. The OWNER shall not be responsible for the acts, errors or omissions of the CONTRACTOR, or any Subcontractor, Supplier or any other person or entity performing or furnishing any of the Work on behalf of the CONTRACTOR. ARTICLE 9-ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 9.1 EIA's Authority and Responsibilities: 9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment 00700 04-2020 Page 25 General Conditions of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub- subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Work. 9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection,tests and approvals and other documentation required to be delivered by Article 14,but only to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with,the Contract Documents. 9.1.5 The limitations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's Consultants, Resident Project Representative and assistants. 9.2 E/A as Owner's Representative: 9.2.1 E/A may be designated as Owner's Representative under paragraph 8.1. 9.3 Visits to Site: If the OWNER so directs, E/A will make visits to the site at intervals appropriate to the various stages of construction as is necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is proceeding in accordance with the Contract Documents. E/A will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for the OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations, E/A will keep the OWNER informed of the progress of the Work and will endeavor to guard the OWNER against defective Work. E/A's visits and on-site observations are subject to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1. 9.4 Project Representative: If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more continuous observation of the Work. The responsibilities and authority and limitations of any such Resident Project Representative and assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions. The OWNER may designate another representative or agent to represent the OWNER at the site who is not E/A, E/A's consultant, agent or employee. 9.5 Clarifications and Interpretations: E/A may determine that written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) are necessary. Such written clarifications or interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents,will be issued with reasonable promptness by Owner's Representative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the 00700 04-2020 Page 26 General Conditions CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12. 9.6 Rejecting Defective Work: E/A may recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ARTICLE 10 -CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety,the OWNER, at any time or from time to time, may order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by Change Order, Change Directive or Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field Order. 10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4. 10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive is required before the CONTRACTOR commences any activities associated with a change in the Work which, in the CONTRACTOR's opinion, will result in a change in the Contract Amount and/or Contract Times. 10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.2 Change Orders: 10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering: .1 a change in the Work; .2 the amount of the adjustment in the Contract Amount, if any; and .3 the extent of the adjustment in the Contract Time, if any. 10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence or event causing the change in the Work encompassed by the Change Order. 10.3 Change Directives: 10.3.1 The OWNER may by written Change Directive,without invalidating the Contract,order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount 00700 04-2020 Page 27 General Conditions and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and/or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: Except as otherwise provided in the Contract Documents, the CONTRACTOR shall receive no compensation for delays or hindrances to the Work. If delay is caused by specific orders given by the OWNER to stop Work for reasons for which the CONTRACTOR is not responsible, or such delay is not caused by active interference in the Work by OWNER for reasons for which the CONTRACTOR is not responsible, then such delay will entitle the CONTRACTOR only to an equivalent extension of time,the CONTRACTOR's application for which shall, however, be subject to approval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its performance bond from all the CONTRACTOR's obligations hereunder which shall remain in full force until discharge of the Contract. ARTICLE 11 -CHANGE OF CONTRACT AMOUNT 11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents. 11.2 The original Contract Amount may not be increased by more than twenty-five percent(25%)and it may not be decreased more than twenty-five percent(25%)without the consent of the CONTRACTOR to such decrease. 11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty(30)calendar days)after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30)calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Amount shall be determined as set out in Article 16. 11.4 Determination of Value of Work: 00700 04-2020 Page 28 General Conditions 11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Amount will be determined by one or more of the following methods: .1 by application of unit prices contained in the Contract Documents to the quantities of the items involved. .2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. .3 b cost of Work plus the CONTRACTOR's fee for all overhead costs and profit(determined as provided in paragraph 11.5). 11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determine the adjustment in the Contract Amount. 11.5 Cost of Work: If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change in the Work is commenced which will result in an adjustment in the Contract Amount, the OWNER may issue a Change Directive to the CONTRACTOR. If the OWNER elects to issue a Change Directive, CONTRACTOR shall perform the Changed Work and payment will be made as follows: .1 F.r all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage ra es established in Section 00900 for each hour that said personnel are actually engaged in such •rk, to which will be added an amount equal to twenty-five percent (25%) of the sum thereof as c.mpensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No s;parate charge will be made by the CONTRACTOR for organization or overhead expenses. For the c•st of premiums on public liability insurance, workers' compensation insurance, social security and u employment insurance, an amount equal to fifty-five percent (55%) of the wages paid personnel, e cluding the twenty-five(25%)compensation provided above,will be paid to the CONTRACTOR. The a.tual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from s rety. No charge for superintendence will be made unless considered necessary and ordered by the O NER. .2 T :e CONTRACTOR will receive the actual cost, including freight charges, of the materials used on s ch Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as c•mpensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In cse material invoices indicate a discount may be taken,the actual cost will be the invoice price minus th discount. .3 For machinery, trucks, power tools, or other similar equipment agreed to be necessary by the OWNER a d the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest e•ition of the Associated General Contractors of America "Contractor's Equipment Cost Guide" as p blished by Dataquest for each hour that said tools or equipment are in use on such work,which rate ins ludes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the e•uipment for the CONTRACTOR's overhead and profit. .4 T e compensation, as herein provided for, shall be received by the CONTRACTOR and any affected S bcontractor as payment in full for work done by Change Directive and will include use of small tools, a d total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall c.mpare records of work done by Change Directive at the end of each day. Copies of these records wil be made upon forms provided for this purpose by the OWNER and signed by both Owner's R;presentative and the CONTRACTOR, with one(1)copy being retained by the OWNER and one(1) b the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2) working dys of presentation does not invalidate the accuracy of the record. 00700 O !-2O2O Page 29 General Conditions 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5%) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20%) more than or twenty percent(20%) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of"plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5%) or more. 11.6.E Right to Verify Information: The CONTRACTOR agrees that any designated representative of the OWNER shall have the right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the pricing data used to price change proposals. Even after a Change Order Proposal has been approved, the CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of this Agreement regarding pricing of change orders, then an appropriate contract price reduction will be made. 11.6.7 Pricing Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors to provide a breakdown of allowable labor and labor burden cost information as outlined herein. This information will be used to evaluate the potential cost of labor and labor burden related to change order work. It is intended that this information represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost components. This information is not intended to establish fixed billing or change order pricing labor rates. However, at the time change orders are priced the submitted cost data for labor rates may be used to price change order work. The accuracy of any such agreed-upon labor cost components used to price change orders will be subject to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost components if the agreed-upon labor cost components are determined to be inaccurate. ARTICLE 12-CHANGE OF CONTRACT TIMES 12.1 Working Day and Calendar Day Contracts: 12.1.1 The Contract Times (or Milestones) shall only be changed by Change Order or Time Extension Request duly executed by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the Contract Times(or Milestones)shall be made by Written Notice delivered by the party making the Claim to the other 00700 04-2020 Page 30 General Conditions party prompt) (but in no event later than thirty(30)calendar days) after the start of the occurrence or event giving rise to the del.;y and stating the general nature of the delay. Notice of the extent of the delay with supporting data shall be deliv:red within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract imes (or Milestones) shall be determined as set out in Article 16. No Claim for an adjustment in the Contract Time (or Milestones)will be valid if not submitted in accordance with the requirements of this paragraph. 12.1.2 Whenthe CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can be made by th- CONTRACTOR, then no extension in time will be allowed. 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times(or Milestones) d 'e to delay for which the CONTRACTOR is not responsible, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay will be considered by OWNER. Any extension of the Contract ime shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse weather shall ot be considered justification for extension of Contract Times on Calendar Day contracts, except as provided for in paragraph 12.2. 12.1.4 The OWNER will consider time extension requests and may grant the CONTRACTOR an extension of time because of: .1 Changes ordered in the Work which justify additional time. .2 Failure of materials or products being at the Project site due to delays in transportation or failures of Suppliers,for which the CONTRACTOR, a Subcontractor or a Supplier is not responsible. The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, a Subcontractor or a Supplier including but not limited to, the CONTRACTOR's, the Subcontractor's or the Supplier's efforts to overcome such delays documented as follows: a) Copy of purchase order for delayed item(s) indicating date ordered by the CONTRACTOR/Subcontractor and date purchase order received by Supplier. b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract Documents, provide record of date submittal(s) forwarded to Owner's Representative, date submittal(s) returned to the CONTRACTOR, and date submittal(s)forwarded to Supplier. c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be ready for shipment and/or actual shipment date(s). d) Copies of all correspondence between the CONTRACTOR/Subcontractor and Supplier indicating the CONTRACTOR/Subcontractor's efforts to expedite item(s). e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence, and the like which reflect the CONTRACTOR's efforts with the Subcontractor to expedite delivery of the item(s). .3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay progress of work through no fault of the CONTRACTOR. .4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other unavoidable cause or causes beyond the CONTRACTOR's control. 12.2 Calendar Day Contracts: 00700 04-2020 Page 31 General Conditions Under a Calendar Day Contract,the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Williamson and Travis Counties,Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January 7 days February 7 days March 7 days April 7 days May 8 days June 6 days July 6 days August 5 days September 7 days October 7 days November 7 days December 7 days Days per month exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a"Rain Day"is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule during the entire day. ARTICLE 13-TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 13.1 Notice of Defects: Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13. 13.2 Access to Work: The OWNER, E/A, EtA's Consultants, other representatives and personnel of the OWNER, independent testing laboratories and governmental agencies having jurisdiction will have unrestricted physical access to the Work site for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such access, and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections: 13.3.1 The CONTRACTOR shall give timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.3.2 The OWNER shall employ and pay for services of an independent testing laboratory to perform all inspections,tests or approvals required by the Contract Documents except: .1 for inspections, tests or approvals covered by paragraph 13.3.3 below; .2 for reinspecting or retesting defective Work; and .3 as otherwise specifically provided in the Contract Documents. All testing laboratories shall be those selected by the OWNER. 00700 04-2020 Page 32 General Conditions 13.3.3 If law or regulations of any public body having jurisdiction require any Work(or part thereof)specifically to be inspected, ested or approved by an employee or other representative of such public body,the CONTRACTOR shall assume ull responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection th rewith and furnish Owner's Representative the required certificates of inspection or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, t sts or approvals required for the OWNER's and E/A's review of materials or equipment to be incorporated n the Work, or of materials, mix designs or equipment submitted for review prior to the CONTRACTOR's purchase thereof for incorporation in the Work. 13.4 Uncovering Work: 13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered at the CONTRACTOR's expense. 13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective,the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor as provided in Article 11. If, however, such Work is not found to be defective,the CONTRACTOR shall be allowed an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12. 13.5 OWNER May Stop the Work: 13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however,this right of the OWNER to stop the Work shall not give rise to any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.5.2 If the CONTRACTOR fails to correct defective Work or submit a satisfactory plan to take corrective action, with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until cause for such order has been eliminated,or take any other action permitted by this Contract. A notice to stop the Work, based on defects, shall not stop calendar or working days charged to the Project. 00700 04-2020 Page 33 General Conditions 13.6 Correction or Removal of Defective Work: If required by the OWNER,the CONTRACTOR shall promptly,as directed,either correct all defective Work,whether or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it from the site and replace it with Work that is not defective. The CONTRACTOR shall correct or remove and replace defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal(including but not limited to all costs of repair or replacement of work of others), including but not limited to all consultant, engineering, expert and attorney's fees incurred by the OWNER as a result of such defective work or as necessary for OWNER to investigate such defective Work and/or to determine the appropriate means or methods to address or correct such defective Work. The OWNER shall have the right, in OWNER's sole discretion, to have the E/A or other consultant specify the means and methods that will be followed to correct or address any defective Work. If the OWNER specifies a means or method by which the defective Work will be addressed or corrected, the CONTRACTOR shall perform the specified work necessary to address or correct the defective Work at CONTRACTOR's sole cost and expense. 13.7 Warranty period: 13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall promptly,without cost to the OWNER and in accordance with the OWNER's written instructions: (I) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others and all consultant, expert and attorney's fees incurred by OWNER)will be paid by the CONTRACTOR. 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents and agreed to by OWNER. 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this seven(7)calendar day period to correct the deficiency,the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph,the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR'S services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees,the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the 00700 04-2020 Page 34 General Conditions Work. Such c'aims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work and any and all consultant, expert and attorneys fees incurred by OWNER as a result of OWNER's correction of defective •RK. The CONTRACTOR shall not be allowed an extension of the Contract Times(or Milestones), or claims of d mage because of any delay in the performance of the Work attributable to the exercise by the OWNER of the OWNER's rights and remedies hereunder. 13.9 ACC:PTANCE OF DEFECTIVE WORK If, instead of equiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses, and damages attributable to OWNER's evaluation of nd determination to accept such defective Work, including but not limited to any expert, engineering or other cons ltant's fees incurred by the OWNER to investigate such defective Work and/or to determine the appropriate jeans or methods and work necessary to allow OWNER to accept the defective Work and CONTRACTO shall pay for all work required to be performed to allow OWNER to accept the defective Work and any estimate. costs, expenses and damages OWNER may sustain in the future as a result of accepting the defective Wor , including any diminution in value of the Project as a result of accepting the defective Work. If any such accepta ce occurs prior to final payment, the necessary revisions in the Contract Documents with respect to the Work shal be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the Contract Pric=, then OWNER may impose a reasonable set-off against payments due under the Contract Documents. Ifthe acceptance of defective Work occurs after final payment, CONTRACTOR shall pay to OWNER the above de-cribed costs, expenses and damages incurred by OWNER as a result of OWNER's acceptance of defective Wor . ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Appli I ation for Progress Payment: 14.1.1 Not m.re than once per month, the CONTRACTOR shall submit to Owner's Representative for review an Application for Payment, in a form acceptable to the OWNER,filled out and signed by the CONTRACTOR covering the Work com•leted as of the date of the Application and accompanied by such supporting documentation as is required by th Contract Documents or as required by OWNER. 14.1.2 Such :pplications shall not include requests for payment on account of changes in the Work which have been properly :uthorized by Change Directives but not yet included in Change Orders. 14.1.3 Such a pplications shall not include requests for payment of amounts the CONTRACTOR does not intend to pay to a Su contractor or Supplier because of a dispute or other reason. 14.1.4 Ow er will not pay for materials or equipment not incorporated in the Work but delivered and suitably stored at the site or at another location. Payment will be made by Owner only for Work completed in accordance with the Contr ct Documents. 14.1.5 Wher; the original Contract Amount is less than $400,000,the OWNER will pay to the CONTRACTOR the total amount o approved Application for Payment, less ten percent(10%)of the amount thereof, which ten percent (10%)will be r-tained until final payment, less all previous payments and less all sums that may be retained by the OWNER unde the terms of this Agreement. Where the original Contract Amount is$400,000 or more,the OWNER will pay to the ONTRACTOR the total amount of approved Application for Payment, less five percent(5%)of the amount thereo , which five percent(5%)will be retained until final payment, less all previous payments and less all sums that ma be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion an. delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained a ount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the obligation to cpmplete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2. 00700 04-2020 Page 35 General Conditions 14.1.E Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will, within seven (7) calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case,the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on-site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules,that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and .2 the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for unit price Work, and to any other qualifications stated in the recommendation). 14.3.3 By recommending any such payment, Owner's Representative will not thereby be deemed to have represented that: .1 inspections have been made to check the quality or the quantity of the Work or that the Work has been performed in accordance with the Contract Documents; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or .4 that there may not be other matters or issues between the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: .1 defective Work not remedied; 00700 04-2020 Page 36 General Conditions .2 rasonable evidence that the Work cannot be completed for the unpaid balance of the Contract 'mount; .3 thmage to the OWNER or another contractor; .4 rasonable evidence that the Work will not be completed within the Contract Time,and that the unpaid b lance would not be adequate to cover actual or liquidated damages for the anticipated delay; .5 f--ilure of the CONTRACTOR to submit a schedule of values in accordance with the Contract locuments; .6 f;ilure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract D ocuments; .7 f.;ilure of the CONTRACTOR to submit or update construction schedules in accordance with the •ontract Documents; .8 f.ilure of the CONTRACTOR to maintain a record of changes on drawings and documents; .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; .11 tl!e CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up; o .12 filure of the CONTRACTOR to comply with any provision of the Contract Documents. 9WNER's .13 disagreement with the recommendation of the Owner's Representative, provided the WNER has provided a Written Notice to the CONTRACTOR specifying the reasons why OWNER not agree with such recommendation. 14.4.2 When the above reasons for withholding payment are removed, the CONTRACTOR shall resubmit a statement for he value of Work performed. Payment will be made within thirty (30) calendar days of receipt of approved Apphcation for Payment. 14.5 Delayed Payments: Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment with which 0 NER agrees and has approved for payment within thirty (30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRALTO , in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one perce t (1%) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRALTO growing out of such delay in payment. 14.6 Arrea s: No money sh II be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm or corporation ho is in arrears to the OWNER;and the OWNER shall be entitled to counterclaim and offset against any such debt, claim, demand or account so in arrears and no assignment or transfer of such debt, claim, demand or account, shpll affect the right of the OWNER to so offset said amounts, and associated penalties and interest if applicable, against the same. 00700 0 -2020 Page 37 General Conditions 14.7 Substantial Completion: 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete,Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three(3)complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents(as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with the Work; 00700 04-2020 Page 38 General Conditions .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period; .5 Nn-Use of Asbestos Affidavit(After Construction); and .6 Any other documentation called for in the Contract Documents. 14.11 Final (Payment and Acceptance: 14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final Application fo Payment and accompanying documentation as required by the Contract Documents, Owner's Representativ is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the Contract Doc ments have been fulfilled, Owner's Representative will recommend the final Application for Payment and thereby n tify the OWNER. If the OWNER agrees with the recommendation of the Owner's Representative, the OWNER ill pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract. 14.11.2 As C ntract Time is measured to Final Completion, Owner's Representative will issue a letter of final acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period. 14.11.3 Final ayment is considered to have taken place when the CONTRACTOR or any of its representatives negotiates th OWNER's final payment check, whether labeled final or not, for cash or deposits check in any financial instit tion for its monetary return. 14.12 Waiver of Claims: The making and acceptance of final payment will constitute: .1 a waiver of claims by the OWNER against the CONTRACTOR, except claims arising from unsettled claims, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and .2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION 15.1 OWNER May Suspend Work Without Cause and for Convenience: At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for a period of not more than ninety(90)calendar days by written agreement or by Written Notice to the CONTRACTOR which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract Times,or both,directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor as provided in Article 11 and Article 12. 15.2 OWNER May Terminate Without Cause: Upon seven (7)calendar days'Written Notice to the CONTRACTOR, the OWNER may,without cause and without prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items): .1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; 00700 04-2020 Page 39 General Conditions .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost CONTRACTOR shall include in any subcontract or purchase order language that provides that if the Agreement is terminated without cause, the Subcontractor and Suppliers will only be paid for work performed or materials and equipment supplied and shall not have any other claims against CONTRACTOR or OWNER; CONTRACTOR shall not be paid for any profit or overhead for Work not completed. 15.3 OWNER May Terminate With Cause: 15.3.1 Upon the occurrence of any one or more of the following events: .1 if the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents; .2 if the CONTRACTOR disregards laws or regulations of any public body having jurisdiction; .3 if the CONTRACTOR disregards the authority of Owner's Representative; .4 if the CONTRACTOR makes fraudulent statements; .5 if the CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the Contract Time; .6 if the CONTRACTOR fails to make adequate progress and endangers successful completion of the Contract; or .7 if the CONTRACTOR otherwise violates any provisions of the Contract Documents; The OWNER may, after giving the CONTRACTOR(and the surety, if any) seven (7)calendar days'Written Notice terminate the services of the CONTRACTOR. The OWNER,at its option, may proceed with negotiation with surety for completion of the Work. Alternatively,the OWNER may under these circumstances exclude the CONTRACTOR from the site and take possession of the Work (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising out of or resulting from completing the Work, such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the OWNER. 15.3.2 Where the CONTRACTOR's services have been so terminated by the OWNER, the termination will not affect any rights or remedies of the OWNER against the CONTRACTOR and surety then existing or which may thereafter accrue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release the CONTRACTOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may reject any and all bids submitted by the CONTRACTOR for up to three(3)years. 00700 04-2020 Page 40 General Conditions 15.4 CON RACTOR May Stop Work or Terminate: If through no a t or fault of the CONTRACTOR,the Work is suspended for a period of more than ninety(90)calendar days by the eWNER or under an order of court or other public authority, or (except during disputes) Owner's Representativ fails to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar daysafter it is submitted, or(except during disputes)the OWNER fails for sixty(60) calendar days after it is submitted o pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the CONTRACTOR may, upon seven(7)calendar days'Written Notice to the OWNER,and provided the OWNER does not remedy s ch suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on t e same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to a y other right or remedy, if(except during disputes) Owner's Representative has failed to forward for processing an, mutually acceptable Application for Payment within thirty(30)calendar days after it is submitted, or (except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar day ' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTO , including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or othe ise for expenses or damage directly attributable to the CONTRACTOR'S stopping Work as permitted by this paragr.,:ph. ARTICLE 16 DISPUTE RESOLUTION 16.1 FiIingof Claims: 16.1.1 Claim. arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 11.4.2, 13.8, 15.1, 15.2, 15.3,or 15.4, or other occurrences or events, shall be made by Written Notice delivered by t e party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence orevent giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim wit i supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by cHmant and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled. 16.1.2 Within:.thirty(30)calendar days of receipt of notice of the amount of the Claim with supporting data, Owner's Representative- and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or notification of o settlement offer will be made to claimant. If claimant is not satisfied with the proposal presented, claimant shall ave thirty(30)calendar days in which to: .1 s bmit additional supporting data requested by the other party; .2 m.dify the initial Claim; or .3 rep uest Alternative Dispute Resolution. 16.2 Alter ative Dispute Resolution: 16.2.1 If a di.pute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing any other avai able remedies. The OWNER reserves the right to include E/A as a party. 16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting to be held bet een representatives of each party within fourteen (14) calendar days of the request or such later period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously uninvolved se for level decision maker empowered to negotiate on behalf of their organization. The purpose of this and subseque t meetings will be good faith negotiations of the matters constituting the dispute. Negotiations shall be concluded ' ithin thirty(30)calendar days of the first meeting, unless mutually agreed otherwise. This step may 00700 OH2020 Page 41 General Conditions be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. 16.2.3 Mediation: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30)calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and/or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1)conducting an on-site investigation, if appropriate, by the mediator for fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty(30)calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17-RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved,whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records"as referred to herein shall include any and all information, materials and data of every kind and character, including without limitation records, books, papers, documents, contracts, schedules, commitments,arrangements, notes, daily diaries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may, in the OWNER's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document. Such records shall include(hard copy, as well as computer-readable data if it can be made available),written policies and procedures, time sheets, payroll registers, cancelled checks, personnel file data, correspondence, general ledger entries, and any other record in the CONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in connection with the CONTRACTOR's dealings with the OWNER (all of the foregoing are hereinafter referred to as "records"). In addition,the CONTRACTOR shall permit interviews of employees as well as agents, representatives, vendors, subcontractors and other third parties paid by the CONTRACTOR to the extent necessary to adequately permit evaluation and verification of the following: a) The CONTRACTOR's compliance with contract requirements; b) The CONTRACTOR's compliance with the OWNER'S business ethics policies; and c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract termination. 17.1.2 The CONTRACTOR shall require all payees(examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a 00700 04-2020 Page 42 General Conditions written agree ent between the CONTRACTOR and payee. Such requirements include a flow-down right of audit provision in contracts with payees that also apply to subcontractors and sub-subcontractors,material suppliers,etc. The CONT •CTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractor to cooperate fully in furnishing or in making available to the OWNER from time to time whenever requested, in •.n expeditious manner, any and all such information, materials, and data. 17.1.3 The 0 NER's authorized representative or designee shall have reasonable access to the CONTRACTOR'S facilities, shal be allowed to interview all current or former employees to discuss matters pertinent to the performance tf this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in corn.liance with this Article 17. 17.1.4 If an a dit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature tiy the CONTRACTOR to the OWNER in excess of one-half of one percent(.5%)of the total contract billings, then he reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments,which must be made as a result of any such audit or inspection of the CONT'N CTOR's invoices and/or records, shall be made within a reasonable amount of time(not to exceed 90 days)from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CO NTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example,the CONTRACTOR's employees, agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.E It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18-MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 00700 04-2020 Page 43 General Conditions 18.4 Severability: If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable,that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of this Contract; this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer/employee relationship,a partnership,or a joint venture. The CONTRACTOR'S services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant,or elected official of the OWNER who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 00700 04-2020 Page 44 General Conditions 00800 SUPPLEMENTAL GENERAL CONDITIONS City of Round Rock Contract Forms Supplemental General Conditions Section 00800 SUPPLEMENTAL GENERAL CONDITIONS TO AGREEMENT FOR CONSTRUCTION SERVICES The Supplemental General Conditions contained herein shall amend or supplement the General Conditions, Section 00700. ARTICLE 1 -DEFINITIONS 1.16 Engineer/Architect(E/A): Add the following: Name(Representative): Matthew Bushak, PE Firm: City of Round Rock, Texas Address: 3400 Sunrise Road City, State, Zip: Round Rock, Tx 78665 Telephone: 512-341-3318 Facsimile: 512-218-5536 Email: mbushak( roundrocktexas.gov 1.27 Owner's Representative: Add the following: Name: Jose (JC Monteloneo II Title: Staff Engineer Address: 3400 Sunrise Road City, State, Zip: Round Rock, Tx 78665 Telephone: 512-218-7026 Facsimile: 512-218-5536 Email: jmonte1ongo( roundrocktexas.gov ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF five-hundred AND NO/I 00 DOLLARS $500 PER DAY FOR EACH DAY BEYOND THE DATE ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE CONTRACT. END OF SUPPLEMENTAL GENERAL CONDITIONS Page 1 00800 10-2015 Supplemental General Conditions 00090669 00900 SPECIAL CONDITIONS SECTION 01-INFORMATION 01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than two (2) (original signed) sets. The OWNER will furnish to the CONTRACTOR one (1) copy of conforming Contract Documents and Specifications unless otherwise requested. 01-02 GOVERNING CODES All construction as provided for under the Contract Documents shall be governed by any existing Resolutions,Codes and Ordinances,and any subsequent amendments or revisions thereto as set forth by the OWNER. 01-03 LOCATION The location of work shall be as set forth in the Notice to Bidders and as indicated in the Contract Documents. 01-04 USAGE OF WATER All water used during construction shall be provided by the OWNER and shall be metered. The OWNER 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 OWNER and providing all apparatus necessary for procuring,storing, transporting and using water during construction.The CONTRACTOR shall strive to use no more water than reasonable to perform the work associated with this Contract and shall avoid waste.The CONTRACTOR will be required to pay for all water used if it is found that waste is occurring during construction. SECTION 02-SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES Prior to commencing the Work associated with this Contract, it shall be the CONTRACTOR'S responsibility to make arrangements with the owners of utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense,however,where such is not the case, the CONTRACTOR will cause such work to be done at his own expense. 02-02 UTILITY SERVICES FOR CONSTRUCTION The CONTRACTOR will be responsible for providing its own utility services while performing the Work associated with this Contract. Provision of said utility services shall be subsidiary to the various bid items and no additional payment will be made for this item. 00900-4-2020 Page 1 Special Conditions 00443643 02-03 WAGE RATES Wage Rates(Information From Chapter 2258,Texas Government Code Title 10) 2288.021.Duty of Government Entity to Pay Prevailing Wage Rates a. The State or any political subdivision of the State shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed;and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection(a)does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if a Contractor or Subcontractor in the execution of a contract for the public work with the State, a political subdivision of the State or any officer or public body of the State or a political subdivision of the State, employs the worker. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body,or a Subcontractor of the Contractor, shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A Contractor or Subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract.A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 00900-4-2020 Page 2 Special Conditions 00443643 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the Contractor under the contract, except that the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the Contractor has violated this chapter. Applicable wage rates to be used in Williamson and/or Travis County may be obtained from the U.S. Department of Labor website at the following web addresses: Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incidental to Highway) http://www.wdol.gov/wdol/scafiles/davisbacon/TX3 3.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TX 16.dvb?v=0 Construction Type: Building http://www.wdol.gov/wdol/scafiles/davisbacon/TX76.dvb?v=1 02-04 LIMIT OF FINANCIAL RESOURCES The OWNER has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the OWNER 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 OWNER reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02-05 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 OWNER, 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 E/A. 00900-4-2020 Page 3 Special Conditions 00443643 02-06 LAND FOR WORK OWNER provides, as indicated on Drawings, land upon which work is to be done, right-of-way for access to same and such other lands that are designated for the use of the CONTRACTOR.CONTRACTOR provides,at his expense and without liability of OWNER, any additional land and access thereto that may be required for his construction operations,temporary construction facilities, or for storage of materials. 02-07 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on the Drawings, 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 E/A, the E/A and CONTRACTOR will make relocation arrangements with the utility owner. The OWNER will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. 02-08 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 Drawings and such staking shall be satisfactory to the E/A. The CONTRACTOR shall consult with the E/A and Owners Representative in the field for assistance as necessary. Sufficient staking materials and equipment shall be provided by the CONTRACTOR including but not limited to:paint, flagging, laths,hubs,blue tops,nails, hammers,measuring chains or tapes,transits and levels. The CONTRACTOR shall be responsible for setting and marking control and off-set points for measuring distances and angles,for shooting levels,and for any other items pertaining to construction staking. This item shall not be paid for separately and shall be considered subsidiary to other bid items. 00900-4-2020 Page 4 Special Conditions 00443643 SECTION 03-ACCESS AND TRAFFIC CONTROL Access shall be provided for the public and emergency vehicles at all possible times. When it becomes necessary to restrict access, the CONTRACTOR shall notify the OWNER and coordinate with the OWNER, all applicable agencies (i.e. Fire Department,E.M.S., Public Works,etc.),residents,and affected parties. If emergency access is required during the work and such access is being hindered by the work,the CONTRACTOR will suspend the work if necessary,and otherwise endeavor to assist emergency personnel in accessing a location restricted by the work. Unless otherwise approved by the E/A, at the end of each day all lanes of traffic shall be opened to the public. The CONTRACTOR shall ensure compliance at all times with the accepted Traffic Control Plan for the project and shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. These items shall be included in the bid item Traffic Control. OO9OO4-2O2O Page 5 Special Conditions 00443643 01000 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The Work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The Round Rock Standard Specification Criteria Manual is hereby referred to and included in this contract as fully and to the same extent as if copied at length herein, and shall be applied to this project unless modified elsewhere as discussed below. The aforementioned Criteria Manual is the"Standard Specifications" section of the City of Round Rock Design and Construction Standards. The Standard Specifications may be accessed from the City of Round Rock website (www.roundrocktexas.gov) at the following web address: www.roundrocktexas.gov/dacs. Any adjustments,alterations,or additional information regarding Governing Technical Specifications are contained in the Plans (Drawings), Details and Notes described in Section 02000 of the Project Manual or are included in Attachment A at the end of this Technical Specifications Section. ITEM 2 CONTROL OF WORK 2.01 CLEAN-UP 2.01.1 CONSTRUCTION SITE During construction, the CONTRACTOR shall keep the site free and clean from all rubbish and debris and shall clean-up the site promptly when notified to do so by the E/A. The CONTRACTOR shall,at its own expense,maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the CONTRACTOR's operations, shall be immediately removed. Page 1 01000-4-2020 Technical Specifications 00443645 2.01.2 BACKWORK The CONTRACTOR shall coordinate his operations in such a manner as to prevent the amount of clean-up and completion of back works from becoming excessive. Should such a condition exist,the E/A 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 E/A's satisfaction. 2.02 GRADING The CONTRACTOR shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the E/A. ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the E/A, representatives of all governmental entities which have jurisdiction, and the Owner's Representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the E/A. It shall be the CONTRACTOR's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The E/A and the OWNER must be notified a minimum of 24-hours in advance of beginning construction,testing, or requiring presence of the E/A,Owner's or Owner's Representative. 3.03 CONSTRUCTION STAKING The E/A shall furnish the CONTRACTOR reference points and benchmarks that, in the E/A's opinion, provide sufficient information for the CONTRACTOR to perform construction staking. 3.04 PROTECTION OF STAKES.MARKS. ETC. All engineering and surveyor's stakes, marks, property comers, etc., shall be carefully preserved by the CONTRACTOR, and in case of destruction or removal during the course of this project, such stakes, marks, property comers, etc., shall be replaced by the CONTRACTOR at the CONTRACTOR'S sole expense. Page 2 01000-4-2020 Technical Specifications 00443645 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the E/A. 4.02 PROTECTI ON OF TREES, PLANTS AND SHRUBS The CONTRACTOR shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the CONTRACTOR may remove trees and plants for construction right-of-way but only with approval of the E/A. 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 E/A, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The CONTRACTOR shall be responsible for the protection,reference and resetting of property comer monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The CONTRACTOR shall at his own expense, make arrangement for the disposal of surplus material, such as rock,trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall,at his own expense,provide additional space as necessary for his operations and storage of materials. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee,manufacturer,or dealer,such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the E/A in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the CONTRACTOR for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the E/A. Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another Page 3 01000-4-2020 Technical Specifications 00443645 manufacturer, but rather to set a definite 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 shall be understood to mean that the item referred to shall be "proper",the "equivalent" of, or "equal to" some other item, in the opinion or judgment of the E/A. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the E/A, and the E/A will have the right to require the use of such specifically designated material, article or process. Page 4 01000-4-2020 Technical Specifications 00443645 02000 PLANS, DETAILS AND NOTES 2021 Street Maintenance Program (SMP) Project B - Round Rock West and South Creek Section 02000 - Plans, Details and Notes Index 1. general Notes (4 pages (notes 1 through 19)) 2. Project Specific Notes (12 pages(notes 1 through 14); SP340 Dense-Graded Hot-Mix Asphalt(QCQA)) 3. laps (7 pages) 4. uantity List (7 pages) 5. rosion Control Details (6 Pages) a. EC-l 0: Silt Fence b. EC-11: Triangular Sediment Filter Dike c. EC-12: Rock Berm d. EC-14: Curb Inlet Protection e. EC-16: Area Inlet Protection f. EC-17: Erosion Control Log 6. Street Standard Details (14 Pages) a. ST-01: Sidewalk b. S-03: Concrete Driveway(Commercial or Multi-Family) c. S-04: Laydown and Ribbon Curb d. S-05: Spill and Catch Curb e. WW-01: Precast Concrete Wastewater Manhole(for adjustment) f. P E D-18: Pedestrian Facilities (4 sheets) g. PM (1)-I 2 thru PM (3)-12: Pavement Markings (3 sheets) h. RCD (l)-16 and RCD(2)-I6: Railroad Crossing Details(2 sheets) 7. Traffic Control Standards (28 pages) a. BC(1)-14 thru BC (12)-14 (12 sheets) b. 2011 Texas MUTCD tables 6H-2 through 6H-4, and Typical Applications 13, 15 and 28 with accompanying notes(8 sheets) c. TCP (2-1)-12 thru(2-4)-12(4 sheets) d. W Z(TD)-13, WZ(STPM)-13, WZ(UL)-13,and WZ(RCD)-13(4 sheets) Issued for construction with the following: The General and Specific Projects Notes, listed above and included herein have been prepared by me and are applicable to this project. The Details and Traffic Control Standards listed above and included herein have been selected by me and are applicable to this project. QF ofreedw" rt: 7/2.Z4o2.1 a� ..........••••••......•— y../vatthew Bshak> P.E. Date ;MATTHEw BUSBAK 480 leto 1111.4'1,.., ki.S..fat, GENERAL NOTES GENERAL NOTES 1. All construction shall be in accordance with the City of Round Rock Standard Specification Criteria Manual (the "governing technical specifications") with modifications included within this Section 02000 "Plans, Details and Notes". References to the governing technical specifications are shown as"(Item No. )O(X)". The governing technical specifications may be accessed at the web address: https://www.rou ndrocktexas.gov/departments/transportation/dacs/ 2. If blasting is planned by the Contractor, blasting licensing and permitting must be secured from the City of Round Rock prior to commencement of blasting. Blasting will not be permitted within 15 feet of any existing utility lines or structures without prior written consent of the Engineer. 3. Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., not intended to be removed or repaired under the contract and damaged by the Contractor, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at the Contractor's sole expense. 4. The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any conflict between existing utilities and the work proposed in the contract shall be brought to the attention of the Engineer. No separate measurement or payment shall be made for existing utilities verification and this work shall be subsidiary to the various bid items in the contract. 5. Manhole frames. covers. valves. cleanouts. etc. shall be raised to finished grade prior to final Having construction. 6. All unpaved areas disturbed or damaged during prosecution of the Work shall be restored and re-vegetated as soon as practicable upon completion of activities causing the disturbance or damage. Restoration and re-vegetation of all disturbed or damaged areas shall consist of dressing the areas with proper topsoil (Item No. 601) as necessary and installing solid block sod (Item No. 602) to appropriate lines and grades that preclude ponding of water and uneven terrain. The species of sod shall match the generally prevailing species in the vicinity of the area being restored; however the Contractor shall consult with the abutting lot(s) owner(s) and the Engineer to determine the species of sod to be installed before ordering or placement. Finished restored and re-vegetated areas shall be subject to the approval of the Engineer prior to final acceptance. Unless the Engineer determines that through no fault of the contractor the limits of restoration and re-vegetation must exceed three feet (3') in width abutting curb and gutter repair/construction areas or two feet (2') in width abutting sidewalk repair/construction areas, no separate measurement or payment shall be made for restoration and re-vegetation and this work shall be subsidiary to the various bid items in the contract. 7. Prior to any construction, the Contractor shall convene a preconstruction conference between the City of Round Rock, himself, the Engineer, other utility companies, any affected parties and any other entity the City or Engineer may require. 8. The ontractor shall keep accurate records of all construction that deviates from the plan-. The Contractor shall furnish the City of Round Rock accurate "As-Built" draw ngs and/or data following completion of all construction. These "As-Built" draw ngs and/or data shall meet with the satisfaction of the Engineer prior to final acce stance. No separate measurement or payment shall be made for this item and this i gem shall be subsidiary to the various bid items in the contract. 9. Tras and debris generated by the Contractor shall be removed from private prop rty, rights-of-way, and easements by the Contractor. Clean up shall be to the satisfaction of the Engineer prior to final acceptance. When construction is being carrkd out within easements, the Contractor shall confine his work to within the per anent and any temporary easements. 10. After each of the following operations: performance of pavement milling; pavement or ot er repairs; and, asphalt overlays, the Contractor shall sweep all surfaces with a vas uum broom to remove fines and other residual waste material generated by the c•nstruction. As approved by the Engineer and where inaccessible for a vacuum broo , the Contractor shall use other appropriate means to adequately remove fines and residual waste. The Contractor shall also clean construction areas when direc ed by the Engineer. All property, whether public or private shall be cleaned to the atisfaction of the Engineer. No separate measurement or payment shall be made for this work and this work shall be subsidiary to the various bid items in the cont act. 11. The general limits and streets that are the subject of the Work of this contract are sho 'n on the project map(s) (the "maps") at the end of this section. 12. Appr.ximate data utilized to develop most of the repair quantities shown in the Bid For are indicated on the pages of Repair Lists at the end of this section. However, the 1 ontractor is alerted to the fact that the Repair List is only intended to provide gen scope and scale, and the actual quantities to be furnished under the contract or aeas to be repaired shall be as determined by existing conditions and/or dete mined and/or laid out by the Engineer. Some of the quantities in the Bid Form may be in excess of the Repair List quantities in anticipation of variances that can typic,:Ily occur in a street maintenance project. Actual quantities may differ from the qua tities shown in the Repair List or Bid Form, may be increased or decreased, or, addi lional areas may be identified for repair as determined by the Engineer. Actual qua 'titles provided by the Contractor shall be paid for at the unit price shown in the Bid orm for each item unless other provisions in the contractapply. 13. The ontractor is alerted to the fact that portions of the Work will be in and around scho.I areas, critical street and driveway intersections, state highways and heavily travIed roads. Coordination with the Owner will be required, and coordination with a sc ool district, state department of transportation, or other agencies may be requ red to prevent traffic problems and unsafe conditions for the public. Working time. within the aforementioned areas may need to be adjusted by the Owner to corr:spond to the needs of the City, school district, and State so as not to disrupt traffi associated with rush hours. This item will not be measured or paid for separately and shall be subsidiary to the various bid items in the contract. 14. Prior to performing pavement repairs or other work that could damage or affect traffic loops, the Contractor shall coordinate the work with the Owner in order that the Owner may schedule Owner's personnel to repair/replace traffic loops prior to or promptly after the Contractor performs the work as determined by the Owner. This item will not be measured or paid for separately and shall be subsidiary to the various bid items in the contract. At his sole expense, the Contractor shall be responsible for repairing or replacing a traffic loop that is damaged due to work performed if the work has not been coordinated with the Owner. 15. All excavation associated with the various bid items is unclassified and without regard to material encountered. No extra compensation shall be provided for encountering material that adversely impacts excavation. 16. Unless otherwise approved by the Engineer, all open excavations in excess of two inches (2") in depth shall be filled at the end of each day. In all cases, it is the Contractor's responsibility to provide proper warning devices, barricades, etc. for the protection of pedestrians and traffic in the area of excavations, regardless of depth, until the excavation is completely filled. Subject to the approval of the Engineer, where an excavation to be left open overnight creates a drop-off in excess of two inches (2") abutting the roadway or within three feet (3') of the roadway, CW- 8-9a "Shoulder Drop Off' or CW 8-11 "Uneven Lane" signs, as appropriate, and vertical panel delineators shall be provided for the excavated area; where an excavation to be left open overnight creates a drop-off in excess of one-inch (1") but less than two inches (2") abutting the roadway or within three feet (3') of the roadway, CW-8-9a "Shoulder Drop Off' or CW 8-1 1 "Uneven Lane" signs, as appropriate, shall be provided for the excavated area. No extra compensation shall be provided for this item and it shall be subsidiary to the bid item in the contract for "Traffic Control". 17. When a sidewalk must be blocked due to replacement or other work, the Contractor shall provide sufficient advanced warning signs and detour signs to direct pedestrians around the blockage. The signs and detour shall be subject to the approval of the Engineer prior to blocking of a sidewalk. Where possible, alternatively the Contractor may provide a temporary sidewalk around a sidewalk blockage subject to the approval of the Engineer prior to blocking the sidewalk. No extra compensation shall be provided for this item and it shall be subsidiary to the various bid items in the contract. 18. Where a bid item is measured by the ton of HMAC placed, the Contractor shall provide documentation (i.e. daily run tickets) to the Owner to verify tonnage of HMAC placed in conjunction with any application for payment for such bid item. No extra compensation shall be made for providing this documentation and it shall be subsidiary to the various bid items in the contract. 19. The Contractor is alerted to the fact that the City of Round Rock operates a Texas Pollution Discharge Elimination System (TPDES) (Phase II) Municipal Separate Storm Sewer System (MS4) as permitted by the State of Texas. Under the MS4 permit, the City is responsible for controlling discharge of pollutants to its storm water conveyances. The Contractor shall perform the Work under the contract is such a manner that will minimize the potential for pollutants to be discharged to storm drains, inlets, channels or other MS4 conveyances. For the Work included in this contract, minimizing the potential discharge of pollutants to MS4 conveyances will most likely be achieved by installation of inlet protection and by regular clean- up of surfaces as opposed to extensive placement/construction of physical control measures. The Contractor shall be responsible for determining and implementing measures necessary to protect the MS4, for adhering to applicable State and City regulations regarding the MS4, and for corrective measures related to violations of regulations regarding the MS4. All surfaces where portions of the Work are being performed shall be cleaned of loose material and debris at the end of each day, or in advance of an imminent rainfall event. Tack or prime coats shall not be applied when a rainfall event is imminent and shall be covered as soon as practicable. The Contractor shall install Erosion Control Log Inlet Protection at curb or other inlets that are in the vicinity of or could receive runoff from a portion of the work being performed. The Contractor shall be prepared to provide other necessary measures to protect the MS4 from pollutants during performance of the Work. Any long term (more than a day) spoils or materials storage areas and, Contractor staging sites, shall be protected with physical erosion/sedimentation, filter, or other appropriate controls. Hazardous materials shall be kept in proper containment. All measures implemented shall be subject to the approval of the Engineer and the Contractor shall provide additional measures immediately upon direction by the Engineer. The Contractor shall immediately report to the City any spills of hazardous materials or pollutants and shall forthwith provide remediation of any such spill to protect the MS4, even if suspension of the Work is required. No separate jayimEL§baj1122 mad- for this item and this item shall be sub idia to the various bid items in the contract. SPECIFIC PROJECT NOTES SPECIFIC PROJECT NOTES 1. The bid Item "Machine-Laid Type F HMAC Overlay" shall consist of placing a Type F HMAC (Item No. 340) final surface course upon a roadway after any applicable pavement or other repairs have been completed, applicable milling and crack sealing has been performed, and utility castings have been adjusted. Unless otherwise determined or directed by the Engineer, the thickness of the overlay will nominally be 1". The Contractor is alerted to the fact that the actual thickness of HMAC placed may vary due to milling performed or surface deviations within existing roadways. It is the intent of this item to provide an overlay that is placed by a spreading and finishing machine in a single lift that, when complete, provides for a smooth vehicular ride. The Contractor shall utilize skis or other method acceptable to the Engineer with the spreading and finishing machine to ensure the overlay will remove minor surface deviations and provide a smooth and uniform surface. All obvious irregularities, low spots, high spots, or areas that exhibit a rough vehicular ride in the overlay shall be corrected as approved by the Engineer at the Contractor's sole expense. This item will be measured by the ton of HMAC placed and will be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: necessary sweeping of the roadway prior to overlay placement; removal of traffic buttons, vegetation, or other items (if present); placement of tack or prime coats; overlay placement; clean-up; and all other labor, materials, equipment, and incidentals necessary to provide a finished and proper HMAC overlay. 2 The bid item "Pavement Repair" shall consist of saw cutting the existing pavement, excavating (Item No. 111) the existing pavement and subsurface material to a depth of twelve inches (12"), compacting the remaining base or subgrade (Item No. 201), installing multiple lifts of Type A or Type B HMAC (Item No. 340) base course. Prior to placement of the base course, the Contractor shall proof roll (Item No. 236S)the excavated area and the Contractor and the Engineer shall examine the excavated area for suitability/soundness. As determined by the Contractor and/or as directed by the Engineer, any soft/unstable areas shall be further excavated until development of a firm, stable subgrade and replaced by increasing the thickness of the base course. The finished surface of the repaired area and the repaired area/existing surface interface shall exhibit a smooth vehicular ride. This item shall be measured by the ton of HMAC placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of depth or material encountered); removal and disposal of excavated materials; proof rolling; subgrade compaction; tack and/or prime coats; placement of HMAC; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If the Contractor chooses to use RAP/RAS in the Type A or B HMAC (base courses) associated with the items discussed in Specific Project Note 2 above, or when reference to said notes is made herein, the governing technical specifications for the Type A or B HMAC shall be amended by the specifications attached immediately behind these "SPECIFIC PROJECT NOTES" titled "SP340 Dense-Graded Hot-Mix Asphalt (QCIQA)" pages 1 through 6. The Contractor shall be responsible for ensuring that HMAC prov ded and placed is not a comingled mixture of HMAC material of two or mor Job Mix Formulae (JMF). Furthermore, unless approved by the City,the Con Tractor shall not alternate between two or more JMF during base course pay ment placement on a roadway repair, and the Contractor shall place base cou -e HMAC consisting of only one Job Mix Formula (JMF) for the limits of a ro=dway. The Contractor shall provide the City with documents that des•ribe both the limits and the JMF corresponding to the HMAC placed in conj nction with the performance of the items on each of the various road ays that are the subject of the Work contained in the Contract at no addi Tonal cost to the City. All other requirements and provisions listed in Spe ific Project Note 2 above shall apply if the Contractor chooses to use RAP RAS in the Type A or B HMAC he provides. 3 The •id item "Edge Milling (12' wide)" shall be in accordance with the governing tech ical specifications (Item No. 315). Edge milling shall be performed on areas sho n in the plans. The edge milling will be approximately 1" (for Ty-F) and 2" (for Ty-D) depth at the lip of gutter transitioning to the existing surface in twel e feet (12'). The Contractor shall consult with the Engineer prior to milling to v;rify the correct mill depths and to otherwise coordinate the milling in an effo to achieve a subsequent overlay that will be as best as practicable. Any residual loose milling material left on surfaces after milling shall be cleaned up by the I ontractor as soon as practicable following milling. Edge milling shall be mea.ured by the square yard of surface milled (regardless of depth) and shall be p:id for at the unit price shown in the Bid Form for the item. 4. The •id item "Surface Milling" shall be in accordance with the governing technical specifications (Item No. 315). The surface milling depth will be approximately 1" (for Ty-F) and 2" (for Ty-D) as shown in the plans and shall match the over ay depth called out in the plans. The Owner requires surface milling of all cul-d -sacs or other miscellaneous areas to the depth and limits determined by t e Engineer. Surface milling may also be required at intersections as disc ssed in item 5 below. The Contractor shall consult with the Engineer prior to filling to verify the correct mill depths and to otherwise coordinate the milli g to achieve a subsequent overlay that will be as best as practicable. Any esidual loose milling material left on surfaces after milling shall be cleaned up by t le Contractor as soon as practicable following milling. Surface milling shall be measured by the square yard of surface milled (regardless of depth) and .hall be paid for at the unit price shown in the Bid Form for the item. 5. Unles otherwise approved or directed by the Engineer, where a street being overlaid longitudinally intersects another street or Portland cement concrete pavement or valley gutter, the pavement on the street being overlaid shall be rem.ved and replaced from the intersection to a point fifteen feet (15') from the inter'.ection. The depth of removal shall be two inches (2") at the intersection tranitioning to the existing pavement surface fifteen feet (15') from the inter'.ection. The Contractor shall provide any saw cutting of the pavement necz- sary to protect abutting pavement to remain at no additional cost to the Own-r. The replacement pavement shall be measured and paid for under the item "Typ- D HMAC Surface Course" regardless of the depth. Where two or more stre;ts at a street intersection are being recycled/overlaid, the limits of pavement removal as discussed above shall be determined by the Engineer in consultation with the Contractor. The Owner may elect to replace the pavement on all "legs" of a street intersection even if one or more of the streets at the intersection is not scheduled for overlay in this project. Furthermore, the Owner may elect to replace the pavement on asphalt driveways that intersect a street being overlaid. When the Owner elects to remove and replace the pavement on an asphalt-surfaced driveway that intersects a street being overlaid and the driveway pavement directly abuts asphalt pavement of the street, the removal and replacement of the driveway pavement shall be in accordance with this section, except that the driveway pavement shall be removed and replaced from the intersection to a point ten feet (10') from the intersection at a depth of two inches (2") for the entire ten feet (10') unless otherwise directed or approved by the Engineer. The Contractor shall exercise care in removing and replacing pavement at intersections to ensure that the finished intersections will drain properly. 6 The bid items "Manhole Adjustment' and "Valve Can Adjustment" shall consist of installing a cast iron adjustment ring for existing manholes and valves within any paved area that will require a height adjustment to bring the manhole or valve to the appropriate finished grade prior to placement of final paving. The adjustment rings shall be as manufactured by East Jordan Iron Works or approved equal. The Contractor shall be responsible for determining the appropriate size adjustment ring, determining whether or not a sloping ring is required, and selecting a ring that is compatible with a given manhole or valve. Adjustment rings shall be installed in accordance with the manufacturer's recommendations and upon installation, adjustment rings shall fit snugly to the respective ring being adjusted and, upon placement of the cover, shall not loosen or cause improper rocking of the cover when subjected to vehicular traffic. This item will be measured by each manhole or valve adjustment ring installed and shall be paid for at the unit price shown in the Bid Form for the respective item. The unit price shall include full compensation for: cleaning the existing manhole or valve ring and cover as necessary to determine the appropriate ring required; providing and installing each ring; clean up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If any wastewater cleanout castings require adjustment, such adjustment shall be similar to that for valve cans and shall be paid for per each under the bid item "Valve Can Adjustment". 7. The bid item "Remove and Replace Concrete Curb and Gutter" shall consist of saw cutting the existing curb and gutter at both ends of the repair section for the full depth of the curb and gutter and, if the pavement area abutting the lip of gutter is not being repaired, between the lip of gutter and the abutting pavement to a depth of approximately ten inches (10"), removing the existing curb and gutter (Item No. 104), excavating (Item No. 111) a minimum width of three-and-a-half feet (3.5') (the area from the lip of gutter to a minimum of eighteen inches (18") behind the back of curb) to a depth of four inches (4") below the bottom of the curb and gutter, compacting the subgrade (Item No. 201), installing a minimum of four inches (4") of Type A or Type B HMAC (Item No. 340) base course, and reconstruction of the curb and gutter (Item No. 430). Similar to the discussion in notes 2 and 3 above, the excavated area shall be examined for soundness and additional excavation and HMAC depth shall be provided as necessary for a satisfactorily supporting subgrade prior to placement of the new curb and gutter. Where an existing depression requires elevation of the subgrade, the elevation shall be achieved by increasing the thickness of the HMAC. The Contractor shall determine the gutter flowline elevations that exist at both ends of the repair section and at other locations as nec ssary to verify that the new gutter flowline will slope at no less than 0.4% from one nd of the repair section to the other, without resulting in any area from which wate will not drain. The Contractor shall verify with the Engineer that the repair secti n will slope/drain as specified prior to replacement of the curb and gutter. If the ontractor determines that the new curb and gutter will not slope/drain as specified, the Contractor shall notify the Engineer to obtain direction prior to placment. Any curb and gutter placed without the approval of the Engineer that doe not slope/drain as specified shall not be accepted or paid for by the Owner and shall be removed and replaced at the sole expense of the Contractor. The new curb and utter shall be doweled into the existing curb and gutter at both ends of the repa$r section and two #4 reinforcing bars shall be provided in the gutter, one at thre4 inches from the back of curb and one at six inches from the lip of gutter, and both three inches from the bottom of the curb and gutter. Tooled construction joints shall be provided where the new curb and gutter meets the existing curb and gutter. If an existing expansion joint is removed, an expansion joint shall be constructed betWeen the new curb and gutter and the existing curb and gutter at one end of the repa r section, and a tooled construction joint provided at the other end of the repair secti.n. Additional expansion joints and tooled joints shall be provided in accordance with the governing technical specifications as appropriate. A detail sho ing curb and gutter specifics is copied at the end of this Section under"Details". This item shall be measured by the linear foot of concrete curb and gutter placed and .hall be paid for at the unit price shown in the Bid Form for the item. The unit pric: shall include full compensation for: all saw-cutting; excavation (regardless of mat;rial encountered); removal and disposal of excavated materials; subgrade com p action; determining elevations for slope/drainage verification; HMAC inshilation; reinforcement and curb and gutter installation; expansion and control joint'; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all othe labor, materials, equipment, and incidentals necessary to perform the work. If addi ional excavation to provide a satisfactorily supporting subgrade or, correction of a •epression requires the installation of an HMAC base course in excess of five inch;-s (5"), payment for the base course in excess of five inches (5") (including any requ red excavation) shall be made under the bid item "Pavement Repair" as des•ribed herein, but only for the minimum width of excavation of 3.5' and provided that he Contractor has informed the Engineer prior to the installation. a The '•id item "Remove and Replace Reinforced Concrete Driveway" shall consist of rem.ving the existing driveway (Item No. 104), adjusting and compacting the subgrade to conform to the appropriate grade, installing a 2" sand cushion, and instaling five inch (5") thick concrete driveway (Item No. 433) in the repair area. Curb, gutters, and between the repair area and the driveway to remain shall be saw cut as necessary. If curb and gutter (or just gutter across the driveway) is inclu•ed in the repair, the curb and gutter (or just gutter) shall be constructed in acco dance with the specifications for "Remove and Replace Concrete Curb and Gutt; r" as provided for herein. However, the gutter and driveway shall be poured mon 'lithically. Expansion joints shall be replaced (or provided if none exist) at the right-of-way line (generally ten feet behind the face of curb). If applicable, control joints shall be provided where the new driveway meets the existing driveway to remain. Reinforcing shall consist of#3 bars @ max. 18" in both directions with a nominal cover of 2". Welded wire fabric shall not to be used. A detail showing driveway specifics is copied at the end of this Section under"Details".This item shall be measured by the square foot of concrete driveway placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; adjustment and compaction of subgrade; sand cushion, installation of reinforcement and driveway; expansion and control joints; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If curb and gutter (or just gutter across the driveway) is included in the repair area, the curb and gutter (or just gutter) will be measured and paid for in accordance with the item "Remove and Replace Concrete Curb and Gutter" as provided for herein. 9 The bid item "Remove and Replace Reinforced Concrete Sidewalk" shall consist of saw cutting the existing sidewalk at both ends of the repair section and removing the existing sidewalk (Item No. 104), adjusting and compacting the subgrade to conform to the appropriate grade, installing a two inch (2") sand cushion, and installing four inch (4") thick concrete sidewalk in the repair area (Item No. 432S). The new sidewalk shall be doweled into the existing sidewalk and control joints shall be provided at both ends of the repair section. However, if an existing expansion joint is removed, an expansion joint shall be provided at one end of the repaired section. Additional expansion joints and control joints shall be provided in accordance with the governing technical specifications as appropriate. Reinforcing shall consist of#3 bars @ max. 18" on center in both directions with nominal cover of 1.5". Fibrous concrete without steel shall not be used. A detail showing sidewalk specifics is copied at the end of this Section under "Details". This item shall be measured by the square foot of concrete sidewalk placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; adjustment and compaction of subgrade; sand cushion; installation of reinforcement; sidewalk installation; expansion and control joints; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. 10. The bid item "Reinforced Concrete Sidewalk Ramp" shall consist of either removing and reconstructing an existing ramp or installing a new ramp in a location at which a ramp does not exist. The new ramp installed shall comply with the Texas Accessibility Standards and shall: have a running slope of no greater than 8.33%; have a cross (transverse) slope of no greater than 2%; and shall have a light reflective value and texture that significantly contrasts with that of adjoining surfaces. Red concrete paving units with truncated domes shall be provided in an inset fashion to meet the texture and light reflective requirements. Ramps constructed with this project shall generally be Type 1 in accordance with TxDOT Standard PED-1 2 "Pedestrian Facilities" sheets 1 and 2 of 4 copied at the end of this ".ection under "Details". The limits of payment for the ramps shown on TxDOT Stan.and P ED-I 2 shall be adjusted for this project. The limits for Type 1 ramps shall excl ode the "landing" shown, except saw cutting of existing curbs as necessary for the i stallation of any ramp (Item No. 470) shall be included with each ramp insta led. This item shall be measured by each ramp constructed and shall be paid for a the unit price shown in the Bid Form for the item. The unit price shall include full ompensation for: all saw-cutting; excavation (regardless of material enco ntered); removal and disposal of excavated materials; adjustment and comaction of subgrade; sand cushion; installation of reinforcement; ramp, flares (with Type 1 ramps), and paving units installation; restoration and re-vegetation of distu bed unpaved areas; clean-up; and all other labor, materials, equipment, and incidntals necessary to perform the work. If any sidewalk outside the limits of pay ent for a ramp is required to be removed and replaced or otherwise cons ructed, such sidewalk removal and replacement or construction shall be perf.rmed, measured and paid for under the bid item "Remove and Replace Rein orced Concrete Sidewalk" as provided for herein. 11. The id item"Remove and Replace Reinforced Concrete Valley Gutter"shall consist of re oving the existing valley gutter (Item No. 104), excavating (Item No. 111) the -rea to a minimum depth of four inches (4") below the valley gutter, adjusting and compacting the subgrade (Item No. 201) to conform to the proper grade, insta ling four inches (4") of Type A or B HMAC (Item No. 340) base course, and insta ling a six inch (6") thick concrete valley gutter in the repair area(Item No. 436). Rein orcing shall consist of #3 bars @ max. 18" on center in both directions with nominal 2-1/2" cover. As necessary, the existing valley gutter shall be saw-cut prior to re oval of the area to be repaired. Similar to the requirements for "Pavement Rep. ir" herein, upon completion of initial excavation, any soft/unstable areas shall be f rther excavated until development of a firm, stable subgrade and replaced by incre.sing the thickness of the base course. The new valley gutter shall be dow;led into the existing valley gutter and tooled control joints shall be provided at such locations. If an existing expansion joint is removed, a new expansion joint shall be provided at the corresponding location unless otherwise directed by the Engi eer. If curb and gutter is included in the repair, the curb and gutter shall be cons ructed in accordance with the specifications for "Remove and Replace Con rete Curb and Gutter" as provided for herein. However, the curb and gutter and ' alley gutter shall be poured monolithically. The requirements associated with dete mining elevations as provided herein for "Remove and Replace Concrete Curb and Gutter" shall apply to valley gutters and abutting curb and gutter being replced. A detail showing valley gutter specifics is copied at the end of this Sect on under "Details". This item shall be measured by the square foot o conc ete valley gutter placed and shall be paid for at the unit price shown in th Bid ' orm for the item. The unit price shall include full compensation for: all saw- cutti gig; excavation (regardless of material encountered); removal and disposal of exca ated materials; determining elevations; adjustment, compaction, and proof rollins of subgrade; installation of HMAC base course; installation of reinforcement and valley gutter; expansion and control joints; clean-up; and all other labor, matriaIs, equipment, and incidentals necessary to perform the work. If additional exca ation to provide a satisfactorily supporting subgrade requires the installation of a HMAC base course in excess of five inches (5"), payment for the base course in excess of five inches (5") (including any required excavation) shall be made under the bid item "Pavement Repair" as described herein, provided that the Contractor has informed the Engineer prior to the installation. If curb and gutter is included in the repair area, the curb and gutter will be measured and paid for in accordance with the item "Remove and Replace Concrete Curb and Gutter" as provided for herein. 12 The bid item "Traffic Control" shall consist of implementing temporary traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices, 2011 Edition (MUTCD), and the temporary traffic control plans, notes and requirements contained herein, whichever is more restrictive, at all times during performance of the Work. The following temporary traffic control plans, notes and requirements are applicable to the Work, and are copied at the end of this Section under "Traffic Control Standards": Texas Department of Transportation (TxDOT) Barricade and Construction Standards BC (1) - 14 through BC (12) — 14; TxDOT Traffic Control Plans TCP (2-1) — 18 through TCP (2-4) — 18, (the "TCP's"); and, MUTCD Table 6H-2 through 6H-4, and Figures 6H-13, 6H-15, 6H-28 and 6H-46 (Typical Applications 13, 15, and 28) with accompanying notes. The work being performed and the street on which the work is occurring will determine which TCP or Typical Application ("TA") will be implemented, subject to the approval of the Engineer. Subject to the review and approval of the Engineer, the Contractor at his sole expense may propose alternate temporary traffic control by submitting other TCP's or TA's, or by submitting temporary traffic control plans as sealed and signed by an engineer licensed in the State of Texas. The unimpeded travel way is defined herein as the width of roadway bounded by the face of curb, edge of pavement, dividing stripe, or channelizing devices that remains available for vehicular use upon implementation of temporary traffic control devices. Except when the width of the unimpeded travel way is reduced to certain thresholds or striped/dedicated travel lanes are impeded as discussed herein, generally TCP (2-Ic) or TA-15 shall be implemented as appropriate for the Work. On collector roadways, when implementation of TCP (2-1 c) would reduce the unimpeded travel way to less than twenty-eight feet (28') but at least twenty feet (20'), or otherwise reduce the unimpeded travel way on one side of the center dividing stripe to less than eight feet (8'), TCP (2-3a) shall be implemented in lieu of TCP (2-1 c). For all roadways, if implementation of TCP (2-1 c) would reduce the unimpeded travel way to less than twenty feet (20'), or when implementation of TA- 15 would reduce the unimpeded travel way to less than ten feet (10') on one side of the work area, then TCP (2-2b) shall be implemented. When striped/dedicated travel lanes on roadways are impeded, TCP (2-4a) or TCP (2-4b) shall be used in lieu of TCP (2- 1c) as appropriate. When less than ten feet (10') of unimpeded travel way would result on any roadway due to implementation of temporary traffic control, the roadway may be completely closed to through traffic in accordance with TA-13, but for no more than twenty (20) minutes during the daytime. If determined by the Engineer that the Contractor's prosecution of the Work requires a complete road closure to through traffic for more than twenty (20) minutes during the daytime, the Contractor shall request a road closure/detour plan from the Engineer no less than seven (7) days prior to needing the closure. The Contractor shall implement all traffic controls shown on the Engineer's road closure/detour plan at no additional cost to the Owner. Notwithstanding the foregoing, the Cont actor shall not completely close a roadway to through traffic unless the clos re has been coordinated with the Owner. Flags shall be attached to "Road Work Ahead" signs, and "End Road Work" signs shall be provided, regardless of the TCP, TA, or other traffic control plan implemented. Upward sloping arrow signs (ECWI-6a) denoted with a triangle on a TCP shall be required. Flag trees shown as optional on a TA shall be provided. Temporary stop lines and "Be Prepared to Stop" signs denoted with a triangle on a TCP shall not be required. Type III barricades shall be provided immediately preceding the work area when the option for a Type III barricade, channelizing devices, or shadow vehicle is shown on a TCP. The "Pass With Care" signs shall be excluded when implementing TCP (2-3a). The "Form One Line Left (or Right)" signs shown on TCP (2-4a) and (2-4b) and the distance plaque shown below the Flagger symbol sign on TA-46 may be provided at the Contractor's option. In addition to the requirements discussed above, when milling or un-smoothed pavement repair has occurred on a lane/street and the lane/street has been opened to traffic, CW 20-1 D (48"x48") "Road Work Ahead" signs and CW 8-8 (48"x48") "Rough Road" signs shall be appropriately installed and maintained until the lane/street has been overlaid or otherwise appropriately smoothed. As discussed in General Note 17 above, the Contractor shall implement measures to provide for pedestrian traffic when prosecution of the Work blocks a pedestrian route (sidewalk). Appropriate sidewalk detours/closures shall be provided as necessary, one possible scenario shown in TA 28. When center line pavement markings on roadways have been eliminated by prosecution of the Work, CW 20-1 D (48"x48") "Road Work Ahead" signs and CW 8- 12 (48"x48") "No Center Stripe" signs shall be appropriately installed and maintained until permanent pavement markings have been completed. Alter atively, short term pavement markings in accordance with TxDOT standard WZ STMP) — 03, shall be appropriately installed and maintained until permanent pave. ent markings have been completed. Short term pavement markings shall be rem.ved and replaced as appropriate for the phasing of construction and shall be com letely absent upon completion of the Work. This •id item shall be measured by each month (or portion thereof)that traffic control devises or measures are properly in place or use, if required to be in place or use, and .hall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for furnishing, installing and maintaining traffic cont rol signs, barricades, and delineators; furnishing and maintaining vehicles; furni hing, placing and removing short term pavement markings, and repeating as appripriate; furnishing and using safety apparel; flagmen; removal of traffic control devises upon completion of construction; clean up; and, all other labor, materials, equhment, and incidentals necessary to perform the work. 13 The •id item "Thermoplastic Pavement Marking (Reflectorized)" shall be Type 1 in accodance with the governing technical specifications (Item Nos. 861 and 871), and TxDot Standards PM (1)-12, PM (2)-12, PM (3)-12, RCD (1)-16 and RCD (2)-16, contained in the "Traffic Control Standards". Edge lines will only be included along uncurbed portions of roadways. Generally, centerlines, broken lane lines (skips), and edge lines will consist of four-inch ( 4") wide lines; dedicated lane lines will consist of eight-inch (8") wide lines; crosswalks will consist of twelve- inch (12") wide transverse lines (without any longitudinal lines or cross-hatch lines); and stop bars will consist of twenty-four inch (24") wide lines. Any pavement surface preparation (Item No. 875) shall not be measured or paid for separately and shall be subsidiary to this bid item. The contractor shall submit pictures of all pavement markings within the project area prior to milling or overlay operations. 14. The bid item "Reflectorized Pavement Markers" shall be in accordance with the governing technical specifications (Item No. 863) and TxDot Standards PM (2)-12 contained in the "Traffic Control Standards". Reflectorized Pavement Markers shall be provided for position guidance for all roadways within the limits of the Work per. Reflectorized Pavement Markers shall be measured per marker placed, Type lI-A-A (yellow) or, Type I-C or Type Il-C-R (clear or clear/red), and shall be paid for at the unit price shown in the Bid Form for the markers. Any pavement surface preparation (Item No. 875) shall not be measured or paid for separately and shall be subsidiary to this bid item. 15 The bid Item "Type D HMAC Surface Course" shall consist of placing a Type D HMAC (Item No. 340) final surface course upon a roadway after any applicable pavement or other repairs have been completed, applicable milling and crack sealing has been performed, and utility castings have been adjusted. Unless otherwise determined or directed by the Engineer, the nominal thickness of the overlay will be 2". The Contractor is alerted to the fact that the actual thickness of HMAC placed may vary due to milling performed or surface deviations within existing roadways. It is the intent of this item to provide an overlay that is placed by a spreading and finishing machine in a single lift that, when complete, provides for a smooth vehicular ride. The Contractor shall utilize skis or other method acceptable to the Engineer with the spreading and finishing machine to ensure the overlay will remove minor surface deviations and provide a smooth and uniform surface. All obvious irregularities, low spots, high spots, or areas that exhibit a rough vehicular ride in the overlay shall be corrected as approved by the Engineer at the Contractor's sole expense. This item will be measured by the ton of HMAC placed and will be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: necessary sweeping of the roadway prior to overlay placement; removal of traffic buttons, vegetation, or other items (if present); placement of tack or prime coats; overlay placement; clean-up; and all other labor, materials, equipment, and incidentals necessary to provide a finished and proper HMAC overlay. SP340 DENSE-GRADED HOT-MIX ASPHALT (QC/QA) SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Item No. 340 "Hot Mix Asphaltic Concrete Pavement" of the governing technical specifications is amended to include all of the clauses and provisions cited below, and no other clauses or requirements of Item No. 340 are waived or changed hereby. The following language under Article 340.3 Materials: "A. Aggregate: The aggregate shall be composed of coarse aggregate, a fine aggregate and, if required or allowed, mineral filler and reclaimed asphalt pavement(RAP). RAP use will be allowed in all base course mixtures except as specifically excluded herein, in the Contract Documents or on the Drawings, provided no more than 20% RAP is used. RAP use will not be permitted in pavement surface courses. Aggregates shall meet the quality requirements of Table I. and other requirements as specified herein. The aggregate contained in RAP will not be required to meet Table I requirements unless indicated otherwise on the Drawings." is voided and replaced by the following: A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table I and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans.Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either a coarse aggregate or fine aggregate. Aggregate from reclaimed asphalt pavement(RAP) is not required to meet Table I requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or quarry as the sampling location. Samples must be from materials produced for the project. The Contractor must provide data for the supplier's testing values for the Los Angeles abrasion and magnesium sulfate soundness. The Contractor shall perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-2-F, Part II. Do not add material to an approved stockpile from sources that do not meet the stated aggregate quality requirements unless otherwise approved. Article 340.3 Materials,Section A. 2. is voided and replaced by the following: 2. Reclaimed Asphalt Pavement(RAP): RAP is defined as a salvaged, milled, pulverized, broken or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2- inch sieve. Use of Contractor, City of Round Rock, or hot-mix asphaltic concrete manufacturer-owned RAP including hot-mix asphalt (HMA) plant waste is permitted, unless otherwise shown on the plans. The Contractor shall perform any necessary tests to ensure RAP is appropriate for use. When shown on the plans, the Contractor will retain ownership of RAP generated on the project. Fractionated RAP is defined as having two or more RAP stockpiles, whereby the RAP is divided into coarse and fine fractions. The coarse RAP stockpile will contain only material SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 1 of 6 retai ed by processing over a 3/8-inch sieve or 1/2-inch sieve, unless otherwise approved. The me RAP stockpile will contain only material passing the 3/8-inch sieve or 1/2-inch sieve, unk•s otherwise approved.The Engineer may allow the Contractor to use an alternate to the 3/8-i ch sieve or 1/2-inch sieve to fractionate the RAP. The maximum percentages of fract onated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Utilize,a separate cold feed bin for each stockpile of fract onated RAP used. Dete mine asphalt content and gradation of RAP stockpiles for mixture design purposes in accordance with Tex-236-F. Perform other tests on RAP when shown on the plans. Do not exce: • the maximum allowable percentages of RAP shown in Table 1A. Asphalt binder from RAP and Recycled Asphalt Shingles (RAS) is designated as•recycled asphalt binder. When RAP sr RAS is used, calculate and ensure that the ratio of the recycled asphalt binder to total bind:r does not exceed the percentages shown in Table 1A. The allowable percentages sho n in Table IA may be decreased or increased when shown on the plans. Do not use RAP =nd/or RAS contaminated with dirt or other objectionable materials. Do not use RAP if the 'ecantation value exceeds 5% and the plasticity index is greater than 8. Test the stoc piled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity inde in accordance with Tex-106-E if the decantation value exceeds 5%. The decantation and elasticity index requirements do not apply to RAP samples with asphalt removed by extra ion. Do n et intermingle RAP stockpiles. Remove Contractor-owned RAP material from the project site pon completion of the project. Return unused City of Round Rock-awned RAP to the desieinated stockpile location if applicable. The 'Contractor shall be solely responsible for determining the suitability, quality, and apprtpriate use of RAP in the HMA and the City of Round Rock shall not be liable for any HMA deficiencies caused by the inclusion of RAP. Table IA Maximum Allowable Amounts of Recycled Binder,RAP&RAS Maximum Rtiof Maximum Allowable Mixtu = Description (Percentage by Weight of Total Mixture) Recycled Binder to & �ovation Unfractionated Fractionated Total Binder(%) RAP2 RAP3 Surfa'- Mixes5 10 20 Non-Surface ixes6 < 8 in. 4e 15 30 FromFlnaiRJ.ingSurface Non-Surface ixes6 > 8 in. 45 20 40 From Final Ri in Surface 1.Combined r I ded binder from RAP and RAS. 2.Do not use incomblnatJon with RAS or fractionated RAP. 3.May not be u -a in addition to unfractionated RAP;however,up to 5%of fractionated RAP may be replaced 'ith RAS. 4. May be used -parately or as a replacement for no more than 5%of the allowable fractionated RAP. 5."Surface"mixs are defined as mixtures that will be the final lift or riding surface of the pavement structure. 6."Non-Surface mixes are defined as mixtures that will be an intermediate or base layer in the pavement st cture. SP340 Dense-Gaded Hot-Mix Asphalt(QC/QA) Page 2 of 6 Article 340.3 Materials,Section A. is supplemented by inserting the following after subsection 3.: 4. Recycled Asphalt Shingles (RAS): Use of post-manufactured RAS or post-consumer RAS is permitted unless otherwise shown on the plans. RAS are defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures."Post-manufactured RAS" are processed manufacturer's shingle scrap by-product. "Post-consumer RAS", or"tear-offs", are processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the Texas Commission on Environmental Quality (TCEQ). RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 1/2-inch sieve and 90% pass the 3/8-inch sieve when tested in accordance with Tex-200-F, Part I. If needed, RAP passing the 1/2-inch sieve or sand approved by the Engineer and in conformance with the gradation requirements shown in the table in Article 340.3 Materials, Section A. 3. may be added to RAS stockpiles to keep the processed material workable. Perform a sieve analysis on processed RAS material prior to extraction of the asphalt. Determine asphalt content and gradation of the RAS material for mixture design purposes in accordance with Tex-236-F. Do not exceed the maximum allowable percentages of RAS shown in Table IA. Asphalt binder from RAS and RAP is designated as recycled asphalt binder. When RAS or RAP is used, calculate and ensure that the ratio of the recycled asphalt • binder to total binder does not exceed the percentages shown in Table IA. The allowable percentages shown in Table IA may be decrease or increased when shown on the plans. Certify compliance of the RAS with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials (NRM) Guidelines". If the RAS has not come into contact with any hazardous materials, treat it as an established NRM. Unless otherwise directed, use only RAS from sources as approved by the City of Round Rock. Prior to use, remove all materials that are not part of the shingle, such as wood, paper, metal, and plastics. Do not use RAS if deleterious materials as measured by Tex-217-F, Part I are more than 1.5% of the stockpiled RAS. The Contractor shall be solely responsible for determining the suitability, quality, and appropriate use of RAS in the HMA and the City of Round Rock shall not be liable for any HMA deficiencies caused by the inclusion of RAS. Article 340.3 Materials,Section A.4. is changed to Article 340.3 Materials,Section A.5.due to the insertion of 4. as provided for herein. Article 340.3 Materials, Section B. is supplemented by adding the following at the end of the section: Furnish the type and grade of performance-graded (PG) asphalt specified on the plans. Unless otherwise shown on the plans, the Contractor may use a substitute PG binder listed in Table 3A in lieu of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: • the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 3002.3,"Performance-Graded Binders"; • the substitute binder has an un-aged dynamic shear value less than or equal to 2.00 kPa and an RTFO aged dynamic shear value less than or equal to 5.00 kPa at the PG test temperature; and SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 3 of 6 . . ' ' ' the Ixture ha. less than 10.0 mm of ruttiong on the Hamburg Wheel te after the number of passes for the .o.., V.. '. .'''�`/'' PG binders may only be at thediscretionof the if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. Ta-ble 3A ' AlIdwable Substitute PG B'I*nders W'a" ble PG . Descriotion._ Old�..'_ `'�i ..ti nc on � `,/ ders ' Final Su .. PG..'x2`''`'�'`` ' - .. - . PG.^.�� `'.^'e'^:`».' °6^'`2 ' Article,..,� ..x'^^ `` Is supplemented ',`('*' `;` at'�'�'` '` the section. Use an approved laboratory to perform the Wh I test and provide results with the mixture design. ' Laboratory Mi*xture Desi"gn Properties Mioxtu-re Property Test Method Require ent 96110 Texa*207=F Te 0 M' 'ded Density, re-. r-'Va� raw- .Ot;h n*., (dry Ided t6 Tensile S I(tno ps. Tex=226wF 85M2001 93010:h 10/a densky) ' T=�� | Ha'r``. '`'�Wheel | Requi'---'-' -'''`'^''�.V 065 B'inder'``.` -'`'`'.`.. '-.'-..'.`�^'.,....-r.., _ Rut ., ,.2-. PG 64 or lower PG 70 %lsj 0 26r'`r`` .m .May exceed'.o psi when ap'proved and may be waived when approved. ` Used-to establish baseline for comparison to produ on results,May be waived when approved. ArUde 340.4. �,.�on E. is amended by voiding the second parag ph and replacing with the followi'ng. If it is determined by the City of Round Rock that to the JMF are necessary to achieve the specified require ents, theor designated representative may allow to the shows the 0 1 erational Tole nces that will be allowed. When the propo d adjus"u—nents exceed these limits and the Eng.1 ineer or designated representative dete in that the impact of th e changes may adversely affect pavement perFo ance, a new laboratory mixture design will be requireci. JMF wI*t'ru*n the followi*ng li* its without a laboratory redesign Of the mixture. The foll.owing ble ' SP340 Densemeraded Ho�Vlix Asphalt(QC/QA) Page 4 of 6 • Operational Tolerances Allowable Allowable Difference Difference Test Description Method from Current 314F between Target Contractor and Engineers Individual%retained for#8 ±5.02 ±5.0 sieve and la er Individual%retained for Tex-200-F sieves small than#8 and or ±3.02 ±3.0 to •er than#200 Tex-236-F %passing the#200 sieve *2.02 *1.6 Asphalt content,% Tex-236-F ±0.33 *0.3 Laboratory-molded density,% 207-F *1.0 *0.5 In-Place air voids,% Tex- N/A * 1.0 Laboratory-molded bulk 111111111 N/A *0.020 s cific ray' VMA,%min. iiii: Note 4 N/A Theoretical maximum Tex-227-F N/A ±0.020 s waft Rice ravi 1.The Contractor may request referee testing only when values exceed these tolerances. 2.When within these tolerances,mixture production gradations may fall outside the master grading limits; however, the °A) passing the # 200 sieve will be considered out of tolerance when outside the master grading limits. 3.Tolerance between JMF 1.and JMF 2 may exceed E 0.3%. 4.Test and verify that Table 2 requirements are met. Artide 340.10 Construction Methods, Section A. is supplemented by adding the following to the first paragraph: On or before the first day of paving, it is mandatory to schedule and participate in a pre-paving meeting with the Engineer unless otherwise shown on the plans. Article 340.10 Construction Methods, Section A. is supplemented by adding the following between the eighth and ninth paragraphs: In lieu of complying with the aforementioned minimum temperature requirements, the Contractor may pave any time the roadway is dry and the roadway surface temperature is at least 32°F by using a Pave-IR system (paver mounted infrared bar) and demonstrating to the Engineer that no more than 25° F of thermal segregation exists. When used, operate the Pave-IR system in accordance with Tex-244-F and provide the Engineer with the output results on a daily basis unless otherwise directed. Article 340.10 Construction Methods, Section D. is supplemented by adding the following at the end of the section: a. Thermal Profile. Use an infrared thermometer or thermal camera to obtain a thermal profile on each sublot in accordance with Tex-244-F. The Engineer may allow the Contractor to reduce the testing frequency based on a satisfactory test history.The Engineer may also obtain as many thermal profiles as deemed necessary. Thermal profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores,tapers, and other similar areas. SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 5 of 6 , . 1) Mod-rate Thermal Segregation. Any areas that have a maximum temperature differential gre.ler than 25° F but not exceeding 50° F are deemed as having moderate thermal seg -gation. Take immediate corrective action to eliminate the moderate thermal segr-dation. Evaluate areas with moderate thermal segregation by performing a density pro le in accordance with Section 340.11 Sampling and Testing, Segregation (Density Pro le). 2) Sev;re Thermal Segregation. Any areas that have a maximum temperature differential gre-i er than 50° F are deemed as having severe thermal segregation. Unless otherwise dire. ed, suspend operations and take immediate corrective action to eliminate severe ther at segregation. Resume operations when the Engineer determines that subsequent pr• Won will meet the requirements of this Item. Evaluate areas with severe thermal segr-ration by performing a density profile in accordance with Section 340.11 Sampling and T- ng, Segregation (Density Profile). Unless otherwise directed, remove and replace the mat;rial in any areas that have both severe thermal segregation and a failing result for Seg dation (Density Profile). 3) Use of the Pave-IR System. In lieu of obtaining thermal profiles on each sublot using an Infrared thermometer or thermal camera, the Contractor may use the Pave-IR system,(paver mouhted infrared bar) to obtain a continuous thermal profile in accordance with Tex-244-F. When using the Pave-IR system, review the output results on a daily basis and, unless otherwise directed, provide the output results to the Engineer for review. Modify the paving process as necessary to eliminate any(moderate or severe)thermal segregation identified by the Pave-IR system. The Engineer may suspend paving operations if the Contractor cannot successfully modify the paving process to eliminate thermal segregation. Density profiles in accordance with Section 340.11 Sampling and Testing, Segregation (Density Profile) are not required and are not applicable when using the Pave-IR system. Article 340.11 Sampling and Testing is supplemented by adding the following and the end of the article: Segregation Density Profile): Unless otherwise determined by the Engineer or when required herein, test for segregation using density profiles in accordance with Tex-207-F, Part V. Provide the Engineer with the results of the density profiles as they are completed. Density profiles are not required and are not applicable when using the Pave-IR system. Areas defined in Section 340.12 Acceptance Plan A. 4. are not subject to density profile testing. Density profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores, tapers, and other similar areas. The density profile is considered failing if it exceeds the tolerances shown in the Segregation (Density Profile) Acceptance Criteria Table below. When the Pave-IR system is not used, the Engineer may measure the density profile at any time, at any location, and as often as deemed necessary to verify conformance. The Engineer's density profile results will be used when available. The Engineer may require the Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities. Segregation (Density Profile)Acceptance Criteria Table Maximum Allowable Density Maximum Allowable Density Mixture Type Range(Highest to Lowest) Range(Average to Lowest) AO 6.0 pd 3.0 Kir • END SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 6 of 6 MAPS 4'eda °Qj 4o i f�"pR��ej/awn ��d^ 'n,�s�yP/� esr�i O� ,? ,s ew St < � @'� cedar G � 'gabs St o vie¢ ienw ? o� J4. Did e Go Son 4 Glen ,,,Wil/id� a c aa0 1L i ic Q.D Cd ps/k. �Q� i 1 4Pk'o �0r SS* u , Dr <n r`sno ,,„,00.,, p.rkview Dr reekview� e 4o �d'Q Blancha,a J�v+.� 4naQgc 69 G�eev O, Q` sp des` v°r °, o`er ty so � Ri 9 Q i � F G: Roc4.a �. o d� ,1 4,° aka �N Qa Shadow Brook% G-A ,, tt KndIII . od y �'r c % L gill.Roc k'Dr .? n N•Et ood O` 0 CJ� Cy Bluff Dr 1ti/C O d e Chi_ Way w o.•° 1,,,, i 0�0^Grossv+ d eo �6,3,loop @,tre I. s J i t ''a,• /7- PieQa of 1, Q Qd .j �•� O Q°CarlinC�7 j 0 Blue]ay Wa IR — Legend � ak Meadow Dr � C� O I °4 , a @ a � ,e Project Area yi/aeTt\ % / s�chO e°� c�,cho,, wan, 8 � q o 1e i •. Cr3 <Place Engineer Seal Here> ti 0 400 800 1,600 iisim Feet 2021 STREET MAINTENANCE PROGRAM (ROUNOROCK1FXeS �•O'•' ROUND ROCK WEST Sheet 1 of 1 Blvd D i 'tat rrrr1111 itLookout `p, , O C o _--ram• �0 quDaz Q � a 1. VmdlimaaPctiaZiEw math4 ,(‘If' '0) It g CV. N cf1,.., i 2.? ., DA ,,,,,,, , a� ��c �ocaa ikt `°3 co vz �\aet4 B, c ckttaKpaza �Q'7 e`o ' .p o c +, il RDr .reek Dr Ma L 30 AA IN %. CnS° % N 0' ,., LL ��°' . ae ``e \\\ 4%3Ads%o Legend G(osy.� 4 ", ,,,,3 , oe<9 a��vc °may g •,Project Area T Gre3��`c. \e gee G <Place Engineer Seal Here> �2 0 250 500 1,000 Feet 2021 STREET MAINTENANCE PROGRAM 11/0--- OUNDROCKTExA, SOUTH CREEK � Sheet 1 of 1 QUANTITY SHEETS Round Rock West Repair Totals Pavement Repair Curb and Sidewalk Driveway Fillets Street/Address gutter FT.X FT. Tons LIN. FT. SQ. FT. SQ. FT. SQ. FT. Quanah Dr 2601 10 27 16.5 across 2601 20 2611 10 27 16.5 Hunlac Trl 2715 10 27 16.5 2711 10 27 16.5 2707 10 27 16.5 2703 10 27 16.5 2701 10 27 16.5 Hunlac Cv 2602 30 30 55.0 Chowan PI . _ 1604 40 20 48.9 40 Chowan Way 2513 10 10 6.1 Chineo Teague Way 1700 10 27 16.5 o 1708 30 4 °C 1712 10 27 16.5 v � 1803 15 27 24.8 0 w 1809 10 27 16.5 1814 10 27 16.5 Oak Meadow Dr 2628 10 27 16.5 2620 10 27 16.5 2603 10 27 16.5 @ E. Messick 10 35 21.4 across 2403 40 2403 12 20 14.7 Wildwood Dr 1503 15 27 24.8 at crosswood 10 10 6.1 Woodgreen Dr 1503 20 Rock Creek Dr 2000 20 1906 15 27 24.8 Page 1 of 3 Round Rock West Repair Totals 1804 10 27 16.5 j 20 1706 10 27 16.5 10 1504 20 20 24.4 1502 10 10 6.1 Cedar Creek Cv 1700 20 20 24.4 Shadow Brook Cr 1910 20 1911 20 2000 60(exp) West Creek Loop @ Oakridge 20 1200 1 1205 1 1304 1 (exp) 1502 15 10 9.2 10 1 1603 30 1929 20 CreekriontDr @ Riverlawn Dr. 72 Crestview St 1104 200 Rockri•ge St acr"ssfrom 1205 80 Riverl.wn Dr 1002 60 St.Williams Ave. 813 20 25 30.6 816 20 40 48.9 Walsh Ln 1102 30 Deep Wood Dr 1804 30 10 18.3 1702 20 1204 12 12 8.8 1000 30 904 10 South Lake 20 20 24.4 Creek Dragon Dr 1204 20 Page 2 of 3 Round Rock West Repair Totals Round Rock West Dr @ pond 40 Blue Jay Way . . 807 15 15 13.8 Deer Run 803 10 10 6.1 Penny Lane 1104 20 Aleman Cv _ . . 1407 10 10 6.1 @ Old Austin Rock 10 10 6.1 Old Austin Rock across 1350 100 Blanchar 1609 100 13 79.4 100 1 300 1606 50 1605 40 15 36.7 80 20 1 Page 3 of 3 South Creek Repair Totals Pavement Repair Curb and Sidewalk Driveway Ramps Steet/Address gutter FT. X FT. Tons LIN. FT. SQ. FT. SQ. FT. EA. Silver Leaf Cv 2302 160 2305 80 2306 80 Wisteria Way 2201 60 2203 80 2207 80 2300 80 2301 60 2303 60 I_____ 2302 60 2305 10 80 2304 20 120 2306 20 40 2307 20 Y 2308 15 40 a) i E 2309 120 t 2310 60 0 2312 60 N 2315 40 2320 80 2418 80 . . _ _ @ Sycamore 2 Loquat Ln 2322 80 2320 80 2315 80 2318 60 2311 20 2312 10 1 4 2310 100 2309 80 2306 40 2304 80 2305 100 2301 120 Page 1 of 7 South Creek Repair Totals 2303 60 2302 10 1 Sycamore Tr 2422 200 1 2420 1 @ mailboxes 40 2418 20 2411 100 across 2401 40 Maple Run Dr 406 100 408 40 425 40 420 40 416 20 503 50 505 40 507 40 509 40 511 60 504 400 510 40 512 120 517 40 519 60 523 60 518 40 Logan Dr 2319 20 40 2313 40 . . 2307 80 2305 40 @ mailboxes 35 2225 180 1 2233 40 2221 80 @ Mimosa& 120 2 Logan 2109 80 2019 150 Page 2 of 7 South Creek Repair Totals 2009 80 2007 80 2001 60 1851 200 1821 120 1807 200 @ round about 40 1826 100 _ . 1838 40 1920 280 2010 40 ___ 2014 40 2018 20 80 1 2020 20 2100 80 2102 80 2104 100 2106 40 2200 80 2204 10 200 2210 10 140 2218 120 2220 120 2222 60 Re.woodTrce 2401 80 across 2405 60 @ mailbox 40 2411 20 Ho thorn Ln 601 20 40 607 40 613 60 617 15 15 13.8 622 40 625 40 Pra ie Rock Way 1991 10 80 1971 40 • 1961 120 Page 3 of 7 South Creek Repair Totals 1951 60 1950 40 across 1930 80 across 1910 60 @ Logan St 100 south of Logan 200 across from 1850 120 1830 30 40 73.3 60 80 across from 1820 80 1810 50 30 91.7 110 100 across from 1810 30 60 Thompson Trail 1863 40 1859 40 1855 40 across from 1851 30 10 18.3 40 1851 150 1833 300 1815 40 1814 40 Monadale Trl 920 30 20 36.7 926 932 20 938 100 20 122.2 120 1012 20 1018 50 20 61.1 80 1042 40 20 48.9 1054 70 20 85.6 1037 1031 30 20 36.7 1019 40 25 61.1 40 1013 40 10 24.4 40 1007 20 70 85.6 70 1007 939 40 10 24.4 40 933 927 30 921 10 Redwing Way Page 4 of 7 South Creek Repair Totals 2046 1 2043 40 2034 160 2003 80 .. Yaupon Trl 2021 20 80 . . 2017 20 2014 40 . . 2013 30 2008 60 _____ . 2006 60 2005 40 2002 1 2000 1 2001 1 Eldr Place 2101 1 across 2101 80 2102 120 , . 2111 10 2113 80 1 2104 200 2118 150 2114 80 , . 2112 80 Kin: Cotton 1055 60 15 55.0 1019 50 15 45.8 50 . , 1013 45 1001 to end 350 30 641.7 700 Eld r Way @LoganDr 80 @ mailbox 50 600 100 607 30 30 55.0 30 610 20 60 609 50 1 612 30 15 27.5 613 30 120 615 120 1 Page 5 of 7 South Creek Repair Totals 702 to 707 150 30 275.0 707 20 80 709 30 50 91.7 2012 15 80 2014 50 Boxwood Path 2209 120 2204 20 80 2207 100 2208 160 2105 200 2104 100 1 2102 100 1 2100 40 100 1 2109 50 30 91.7 200 2010 60 1 2008 1 2002 50 30 91.7 100 200 2000 30 30 55.0 Firethorn Ln 604 15 30 27.5 606 60 30 110.0 100 1 608 to 708 260 30 476.7 700 100 400 1 702 90 360 1 704 10 80 1 708 30 120 1 712 10 20 1 710 1 714 10 40 1 713 1 711 5 20 1 709 1 across 706 90 360 Rosemary Ln @ Firethorn 140 20 171.1 2003 30 1 2005 25 1 2005 to end 180 30 330.0 180 700 2006 80 Page 6 of 7 South Creek Repair Totals F-1 2004 I 1 1 1 I 160 I Page 7 of 7 2021 SM P-B Overlay Total Edge Mill Surface Mill Overlay **Yellow box is 2" T -D HMAC Length Width (SQ FT) Length Width Length Width y (FT) (FT) *including (FT) (FT) SQ FT (FT) (FT) SQ FT cul-de-sacs Round Rock West Dr 3752 43 161342 3752 43 161342 S Chisholm Trail Rd 582 39 22703 582 6 3713 Parkview Dr 1144 39 44619 1144 6 7084 N Lake Creek Dr 2649 39 103309 2649 39 103309 Westwood Dr 879 39 34296 879 6 5276 Lakewood Ln 640 28 17908 640 6 3837 Bonwood Dr 891 28 27975 891 6 5532 Glenda Dr 1054 28 29499 1054 6 6321 Dragon Dr 1468 28 41093 1468 6 8806 Glade View Dr 693 28 19407 693 6 4159 Deep Wood Dr 4991 39 194667 4991 6 29949 St Williams Loop 1770 28 49553 1770 6 10619 St Williams Ave 3584 39 139794 3584 6 21507 Lake View Cv 350 28 14345 350 6 2322 Walsh Ln 1387 28 38828 1387 6 8320 Knollwood Cv 177 28 9496 177 6 1283 Windy Cv 94 28 7161 94 6 783 0 a, Bluff Dr 4483 37 165879 4483 6 26899 5 ccc Blue Jay Way 1100 28 38370 1100 6 7008 Deer Run 1246 28 42451 1246 6 7882 Penny Ln 1245 28 34861 1245 6 7470 Abbey Rd 1211 28 33897 1211 6 7264 Old Austin Rock Rd 1056 28 29563 1056 6 6335 Gutierrez Cv 272 28 12160 272 6 1854 Aleman Cv 492 28 18299 492 6 3170 Carlin Cv 160 28 4480 160 6 960 Wood Rock Dr 1476 28 41339 1476 6 8858 Blanchard Dr 813 28 22772 813 6 4880 Ridge Rock Dr 418 28 11701 418 6 2507 Creekmont Dr 1341 28 37552 1341 6 8047 Riverlawn Dr 1803 28 50476 1803 6 10816 Crestview St 669 28 18741 669 6 4016 Cedar Falls St 720 28 20171 720 6 4322 Rockridge St 491 28 13737 491 6 2944 West Creek Loop 3403 28 95281 3403 6 20417 Cedar Creek Cv 320 28 13491 320 6 2139 Page 1of2 2021 SMP-B Wildwood Dr 1445 28 40464 1445 6 8671 Crosswood Dr 292 28 8163 292 6 1749 Rock Creek Dr 1778 28 49795 1778 6 10670 - Woodhill Dr 1286 28 36013 1286 6 7717 Woodgreen Dr 1273 28 35639 1273 6 7637 Oak Meadow Dr 2212 28 61938 2212 6 13272 Shadow Brook Cir 3090 28 86516 3090 6 18539 Chincoteague Way 1799 28 50383 1799 6 10796 Red Cloud Dr 134 28 3742 134 6 802 Chowan Way 1628 28 45583 1628 6 9768 Chowan PI 123 28 7991 123 6 961 Chowan Cv 154 28 8847 154 6 1144 Hunlac Trl 1185 28 33174 1185 6 7109 Hunlac Cv 235 28 11126 235 6 1632 Quanah Dr 1494 28 46371 1494 6 9185 Logan Dr 4321 39 168519 4321 39 168519 Prairie Rock Way 1493 28 41804 1493 6 8958 Monadale Trl 1500 18 27000 1500 6 9000 Thompson TrI 1096 28 30688 1096 6 6576 South Creek Dr 1981 39 77259 1981 39 77259 Redwing Way 810 28 25703 810 6 5045 Oleander Ln 100 28 2800 100 6 600 Yaupon Trl 800 28 22400 800 6 4800 Yaupon Hollow 110 28 7614 110 6 880 Elder Way 1600 28 47818 1600 6 9784 Elder PI 500 28 18534 500 6 3220 a Boxwood Path 1290 28 40654 1290 6 7960 u s Firethorn Ln 500 28 21557 500 6 3405 0 8 Hawthorn Ln 641 28 22482 641 6 4066 Redwood Trce 656 28 18368 656 6 3936 Maple Run Cv 52 28 5990 52 6 532 Maple Run Dr 1595 28 44660 1595 6 9570 Silverleaf Cv 219 28 10666 219 6 1534 Silverleaf Ln 388 28 10864 388 6 2328 Wisteria Way 1602 28 50902 1602 6 9982 Loquat Ln 823 28 23044 823 6 4938 Anacacho Cv 50 28 5934 50 6 520 Tenaza Cv 65 28 6354 65 6 610 Sycamore Cv 175 28 9434 175 6 1270 Sycamore TrI 919 28 28755 919 6 5699 Page 2 of 2 2021 SMP-B Striping Quantity - - 12" 12" 24" 8"White 8"White White Symbols 4"White 4"White White 4"Yellow 4"Yellow Yellow Yellow White Symbols (Solid) (Broken) RPM (Solid) (Broken) RPM (Turn (Cat (Cross (Hash (Stop (Arrow) (word) Lane) Tracks) Walk and Marks) Bar) (ONLY) Median) Street LF LF EA LF LF EA LF LF LF LF LF EA EA RR West ' 4165 7454 150 22586 3256 1129 0 560 150 1013 13 5 South Creek 0 0 40 10322 0 516 183 0 1 386 0 737 3 2 TOTALS 4165 7454 190 32908 3256 1645 183 0 946 150 1750 16 7 Page 1 of 1 EROSION CONTROL STANDARD DETAILS f RECOMMENDED TOE-IN METHOD STEEL FENCE POSTS (MAXIMUM 6' _... �_��� SPACING) .` � •� ��,� WOVEN WIRE SUPPORT .....1...... Z � .�.� — (17-1/2GAUGE NET NON—WOVEN .� a .,� -�•�, i BACKING) GEOTEXTILE FABRIC -1�•� �;, 1Ill SILT FENCE . � _ 1 N �� � I".......... i .,,, I lal. ,'-.;'/7` .7/,,:,4/':,--, /,, 0.- - •,'- ct,.r. -, `/4. ,/''' ,a -."--',///,,./- -‘3)‘..„...„..!---" ,,,,,/_/<§i, -.;';:- y7C-IP' -if '/'/' TRENCH (BACK FILLED) �� :*� /7- j .. `j{r j fti�rX 7 /. 'i/V/ /. , -/.'/ ,-X,, _ _7, 4 ri,/, r.W,/,''-' 7-„/,, s//- -.-,/7 - Z. < lJ. /`k.7 f I. , r FABRIC TOE—IN CROSS SECTION MIMI 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF SOURCE. POST MUST BE EMBEDDED A MIN. OF ONE (1') FOOT. 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE 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. 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID IN THE GROUND AND BACK FILLED WITH COMPACTED MATERIAL 4. SILT FENCE SHALL BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS SECURELY FASTENED TO THE STEEL FENCE POSTS. 5. INSPECTION SHALL BE MADE WEEKLY OR AFTER EACH RAINFALL EVENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABIUZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF 6 INCHES. THE SILT SHALL BE DISPOSED OF IN AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. 6. SILT FENCE SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABIUZED RECORD SIGNED COPY D RAW I N C NO: ON FILE AT PUBLIC WORKSCITY OF ROUND ROCKEC-1 0 APPROVED 03-25-11 DATE SILT FENCE DETAIL -ROUND ROCK TEXAS THE ARCHITECT/ENGINEER ASSUMES PI IPOSF PhS,0%p pin: RESPONEMBUITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) WIRE FABRIC NON-WOVEN STRUCTURE 4 GEOTEXTILE FILTER FABRIC ii, FLOW FLOW 3"-5" OPEN GRADED ROCK. ___'+i`a' _"••` Mini =i=- FULL SOIL CONTACT I = 18" 1 2" FABRIC SKIRT 6„ 1.40 w ki pp. TOE-IN FABRIC SKIRT INSTALLATION IN PAVED AREAS ALTERNATE EMBEDDING DETAIL (1) 6" FABRIC 6"X6" WIRE FABRIC OVERLAP ON STRUCTURE ABUTTING DIKE * yARMES ♦tom+'+f , I ��+...ari.i`r{�i'+P�1�►i��t+►ra�r���4 t � 4tir+f .mar ift+t++tot*�i+r+t+� .+rt' a +ft+.++i+i� +++..r+ a,�:►i►rr•++r�: ,�}�r�-++-�-;� 4-4� r+�it+i+�►+�t*•t++•,y+d�+r+,tt+�raid ti+ra+r++++. � ti-'r' 1 ♦+tart+ty++♦i t�+t4i+1#it�wi♦♦•+ti♦♦f W sY-� rT`'{4T� '+-Ir�f ir4t�i++�+:a•t�`4�i«i+ti i CUT .: :-;-4-�,�+�� Wit...u .+` t t~ i' Vilittgitaittaittalat •tr,�►ttaf r+�,r+`t�.�+:a�4. CU 1 AWAY OF + �',�. � ii � + j�► t•ti+ t ��+tt�i�1+��.t 1�T�' '' i-5T ��14t;+t4+..��ft+tt�•1�t�r•r1♦�:i f�-- ..' -+,=' '� `-� ...,. ••+:.;*>fti,:t.-.....,t,.. FILTER FABRIC FLOW } � -�+-5 �*+•�+�r a`, Ott •ri W 4 ,-, ti�+rt)t. i t�r�►4 r i i+.+r++i itr,.++a+it - - i i � i � ' •t 4.�4'1 t1�•i.r,�*f�4��r�++t+r+�i1t��f = 1� � --1-+ i+�+i.t,-�Pt�+#tin'►t�tj•*+++••+•r+a�+•f+f gi, rsN��•� 1-�,�-;J� ��'i �'', i +4�,1��+��+4•�►i+a t f,+f. .+�#r��.i.�.,r.•++{, k_ram_ �� i"'�f 1 i .rr+,+4i+•tit-ft++1.r i4� •� — ��► i-'r ���i-«�-4- �,+tti++it►�i�f t►a�►i+iti t td4•r+.►rib+.sti*r+ri�pfa r f;t�•.lb�$i•as+i•3+i at+++•++i it,.+�a+i rt+ram tt•�� s_• �++t� `rri11+ S ++i++ ,t,�b@ t+•tt+tigt+.•i!.•;+ i I • I I I I I 1 1 1-I I I— �_*1 S. y y "T' 5��.,ils•���t�!r.st�. ++++*�1r�'+�ti�•rt+�`��i�++�t�if+�. I IIAz I I I-I I I I I I-I - '}-�5 S-'�-t�-i�-4-i-�""'a• ti.i�Y.�t�t�+t�++tad+�.ttt+f jtlt+�tr+t�•++t+f�+i���Itt�'t++i w 2 • —� :' '. k 4+' _f«�1+4iiimo tf�.++*�+r+�i�i��r�+*ltt4�,r�4j�jr�.�+taxi+����'�Si1��j�.fi 1 FULL SOIL ONTACT _ -•'�..,.t+-.,•.''. . .01 6"X 1"XV !HONORS EVERY 2 ALTERNATE EMBEDDING DETAIL (2) FEET NOTES: 1. DIKES SHALL BE PLACED IN A ROW WITH ENDS TIGHTLY ABUTTING. 2. FABRIC COVER AND SKIRT SHALL BE A CONTINUOUS WRAPPING OF GEOTECTILE. THE SKIRT SHALL BE A CONTINUOUS DCITNSION OF THE UPSTREAM FACE FABRIC. 3. DIKES AND SKIRT SHALL BE SECURELY ANCHORED IN PLACE WITH WIRE STAPLES AT 2' INTERVALS ON BOTH EDGES AND SKIRT OR WITH 3/8" DIAMETER REBAR WITH TEE ENDS. 4. FILTER MATERIAL ISHALL BE LAPPED OVER ENDS 6" TO COVER DIKE-TO-DIKE JOINTS. JOINTS SHALL BE FASTENED WITH GALVANIZED SHOAT RINGS. 6. INSPECTION SHAI.4L BE MADE WEEKLY OR AFTER EACH RAINFALL EVENT AND REPAIR OR REPLACEMENT SHALL BE MADE !PROMPTLY AS REQUIRED. 6. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF 4" AND DISPOSED OF IN A MANNER WHICH WILL NOT CAUSE ADDITIONAL SILTATION. 7. AFTER THE DEVELOPMENT SITE IS COMPLETELY STABILIZED, THE DIKES AND ANY REMAINING SILT SHALL BE REMOVED. SILT SHALL BE DISPOSED OF AS INDICATED IN NOTE #6 ABOVE. RECORD SIGNED COPY DRAWING N O: ON FILE AT PUBLIC WORKSCITY OF ROUND ROCK EC-1 1 APPROVED 03-25-11 DATE TRIANGULAR SEDIMENT OC.K.TEXAS THE ARCHITECT GINFER ASSUMES FILTER x , �o DIKE DETAIL USE OF THIS DETAIL. (NOT TO SCALE) ''41°F4P' 2'MIN 0 _.,..4101141011ta 0004 -"°,41P ritiklp000001.- z g . r • • Waitel 110 00 t Li � „„ WOVEN WIRE SHEATHING 24" MIN ISOMETRIC FLOW z _,�� r x - : h1 f r 4" MIN CROSS SECTION NOTES: 1. USE ONLY OPEN GRADED ROCK (3 to 5") DIAMETER FOR ALL CONDITIONS. 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE SHEATHING HAVING MAXIMUM 1" OPENING AND MINIMUM WIRE DIAMETER OF 20 GAUGE. 3. THE ROCK BERM SHALL BE INSPECTED DAILY OR AFTER EACH RAIN, AND THE STONE AND/ OR FABRIC CORE-WOVEN SHEATHING SHALL BE REPLACED WHEN THE STRUCTURE CEASES TO FUNCTION AS INTENDED, DUE TO SEDIMENT ACCUMULATION AMONG THE ROCKS, WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. 4. IF SEDIMENT REACHES A DEPTH OF 6", THE SEDIMENT SHALL BE REMOVED AND DISPOSED OF ON AN APPROVED SITE AND IN A MANNER THAT WILL NOT CREATE A SEDIMENTATION PROBLEM. 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORDCITY OF ROUND ROCKEC-1 2 APPROVED 03-25-11 DATE ROCK BERM DETAIL ROUND Roc:x.TEXAS THE ARCHITECT/ENGINEER ASSUMES r vsF�c oti rpv:c xcrr► RESPONEMBUITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) EXTEND 2'-0" MIN BEYOND INLET OPENING AT EACH END 3.' OVERLAP AT VARIES FABRIC SPLICES .� -� CUT AWAY OF iI.U1JjjI11• ALTER FABRIC ,tor-- -- 72 X4 -W 1.4XW 1.4 WIRE moms FABRIC STRUCTURE NMI IMO 111111111 FLOW �0� 12" ISOMETRIC 20 LB. SANDBAGS 03' O.C. MINIMUM 4" HIGH CLEAR OPENING / 20 LB. SANDBAGS 03' �� ��� ���j' O.C. (SEE NOTE 1) INLET ""d. Sgal CROSS S ECT1 ON NOTES: 1. WHERE MINIMUM CLEARANCES CAUSE TRAFFIC TO DRIVE IN THE GUTTER, THE CONTRACTOR MAY SUBSTITUTE A 1" X 4" BOARD SECURED WITH CONCRETE NAILS 3' O.C. NAILED INTO THE GUTTER IN LIEU OF SANDBAGS TO HOLD THE FILTERI DIKE IN PLACE. UPON REMOVAL, CLEAN ANY DIRT/DEBRIS FROM NAILING LOCATIONS, APPLY CHEMICAL SANDING AGENT AND APPLY NON-SHRINK GROUT FLUSH WITH SURFACE OF GUTTER, 2. A SECTION OF FILTER FABRIC SHALL BE REMOVED AS SHOWN ON THIS DETAIL OR AS DIRECTED BY THE ENGINEER OR DESIGNATED REPRESENTATIVE. FABRIC MUST BE SECURED TO WIRE BACKING WITH CLIPS OR HOG RINGS AT IS LOCATION. 3. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES 2". 4. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF INLET PROTECTION DURING EACH RAINFALL EVENT AND IMMEDIATELY REMOVE THE INLET PROTECTIONS IF THE STORM—WATER BEGINS TO OVERTOP THE CURB. 5. INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABILIZED. RECORD SIONXD COPY DRAWING N O: ON FILE AT PUBLIC WORKS APPROVED EC-14 03-25-11 DATE CURB INLET PROTECTION DETAIL TEXAS THE ARCHITECT/ENGINEER ASSUMES D 3t4C1( RESPONSIEMITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) 12" 24' WOODEN STAKES OVERLAP EVERY 12" ♦• •♦. ASSURE DIRECT CONTACT �•� ►•+� WITH SOIL ��♦�, ', +' ' • 12" (MIN) +♦i r r . - � ♦ . FLOI .,,♦_♦_♦-+-♦_♦-♦-•_♦-♦-♦-•-♦_♦.+-♦_♦_♦7,i FLOW ,SW '-'4%.111(440 ♦•♦. � :ce:=` .♦♦♦, •♦�i`+ •'i♦i♦i�' DIAMETER i t:iti;.♦. 111 �.�%%i!' EROS I O N 6:4Altt. - CONTROL LOG EXTEND 12" MINIMUM BEYOND INLET OPENING AROUND PERIM ITER JSOMETRIC CROSS SECTION No- 1. EROSION CONTROL LOG CONTAINMENT MESH SHALL BE 100% BIODEGRADABLE, PHOTODEGRADABLE OR RECYCLABLE; AND FILL MATERIAL SHALL CONSIST OF MULCH. ASPEN EXCELSIOR FIBERS. CHIPPED SITE VEGETATION, COCONUT FIBERS, 100% RECYCLABLE FIBERS. OR ANY OTHER ACCEPTABLE MATERIAL EXCLUDING STRAW AND HAY. 2. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES S". 3. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF INLET PROTECTION DURING EACH RAINFALL EVENT AND IMMEDIATELY CLEAN THE INLET PROTECTION IF EXCESSIVE PONDING OCCURS. 4. INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABILIZED. RECORD SIGNED COPY DRAWING N o: ON FILE AT PUBLIC WORKSCITY OF ROUND ROCK EC-1 6 APPROVED SATE AREA INLET PROTECTION WITH r'� EROSION CONTROL LOG DETAIL R4EJ;�t]ROClCTEXI�S ffi'I'ECT f EIKGIN�ER ASSUMES VOWW FAS,4,; THE ARC rwtrcr t RESPONSIBILITY FOR TEE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) • 18' TEMP. EROSION CONTROL LOGA STAKE LOG ON DOWNHILL A i SIDE AT THE CENTER, AT le TEMP EROSION__ EACH END, AND AT ,::::J,:_- ..:::;;r: CONTROL LONG ADDITIONAL POINTS AS r, ..•f1Yala•-._ .L'y1jlt,YTy.ga,la.•7 NEEDED TO SECURE LOG _l-.T-_a i1JTL•Lla4W.T=.r=-...-__ -__-1•._l.ly-aTN-T.T.t-Tl4^- - -'',. .....=....r,:,..,•a...-..=..J,�..�1Y....:i.:�T,'.-- 4' MAX. SPACING, OR AS MULCH CRADLE -'---V-SR.• 1jY:la•NYa'a 551;aTL�5 aT1Ta•Jl•'•'- 7 1 _-•J.•L..,J•M T.,,a._T.L•L•a•.,1•a•1,1•_•._ 1. (1w) ''I = DIRECTED. _ UNDER EROSION CONTROL LOG l�T � aTj_ SECURE END g _ a*a'•itdLTia•.•_ a+L=aiTa'LTJ*J �t •i•a�Vi-ltyl`l1�Pad1•a�- - .Bali Jaa a i•a.ill•' ��}f -•Ja.LTJ•i=aT►•LTJ•1=afylL�L �a�aTJ,LTJIa=aT.TaTJTa=lT•T_ 1r OF LOG TO STAKE LOG ON DOWNHILL ,, \ /` f.,*T•--•i,ai�5.2,'T3 it:Tuay.,.,,TN:i-_. : ;fi=,...1.��a+.a,'.=..t.T. '•'f a �LTy Tj�IITJ,TJTI iTY'Y�TiTI JI.iLTjrl LTYI.-��•JT ,r L r A. ..•..yl�ti,,rL,:,T!T T 1L,J1:-. , 1, l STAKE (11'P} SIDE AT THE CENTER AT ,, �, '�`.,p7�'. � ���-,,r� ;L _ .a... t +�',~,�{�r � �ti ,EACH END. AND AT ADDI110NAL t tti e 1 tiro t ,.tit k• "POINTS AS NEEDED TO SECURE t. .1 % , ., r iN.Y' lA �A PLAN LOG, OR AS DIRECTED. SECTION A—A EROSION CONTROL LOG CHECK DAM SECURE END STAKES ON DOWNHILL SIDE OF LOG TO OF LOG AT 8' OC MAX OR STAKE , AS NEEDED TO SECURE LOG, OR AS DIRE u tU. B�— MULCH CRADLE TEMP. EROSION R.O.W. R.O.W. CONTROL LOG DISTURBED AREA UNDERCONTROL � STAKE ,a: - FLOW _-...Ta -..�.as i a=.4�J i=J•a.•.•as.•J•a=J aT.•al•*.Ta=J al�.-.g4•..*r4.•a_LTJfL=Y•a-LL•aTJ•. -•,a*i•a�55 i52:a a/i•a2;55•D�Ali r•555 9•a11 ;55:1 4 :•ah a a55 t�• �••JT._1!!JT. •TL•J,.,1-.11•1T..1..11-�Ta_1T.11-i1 L•._1-�11• L•JTA1-.Tl•JT1 .,,,,,,0A, ...,)k::.. ,x%,/..,,,,,,.,,,..,,„._., BACK OF CURB ;1:,�\ , ' f �',,, Illimilm r, B m LIP OF GUTTER RA , , .ll a,�r. ,. r.r.. ' ,r. •.,'s�ar.1'�'�,'r.r'.�1,a'L.'i�'a,a 12. CONTROL►LO ION PLAN SECTION B—B LOG PLACED AT BACK OF CURB 1 STAKES ON DOWNHEL SIDE OF ~ ~ LOG AT 8' OC MAX OR AS SECURE END NEEDED TO SECURE LOG. OR 12" TEMP. EROSION OF LOG TO AS DIRECTED. CONTROL LOG STAKE (TYF') R.O.W. \1112' TEMP. EROSION • , �...� CONTROL LOG N •1 O_1MYih Jw�a,Ngi55=aa4f4_44 J, O . :Oi2;5 a4h=7a2 MULCH CRADLEWMa' ______... ....,• . ......... UNDER EROSION DISTURBED AREA STAKE I CONTROL LOG S ,1',:..,:'. — ,l S Y !1ti,ylfX,4 r `� f}N .r SACK OF CURB ,` \' 1 ti t 4 /`\ h PLAN c� SECTION C—C UP OF GUTTER LOG PLACED AT EDGE OF RIGHT—OF—WAY 1111E,SL 1. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES 6 DIRECTION --\\ 1' 2. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF LOGS DURING OF FLOW 1..."--4.1 DIRECTION RAINFALL EVENT FOR PROPER PERFORMANCE. rL=a,.=J_.....a=J.JL...L r OF 3. LOGS SHALL CONSIST OF 100% BIODEGRADABLE. PHOTODEGRADABLE :*aT�•a,..•a•L TahTa•J.ta,.�a :.__:,:,,:,:.:,_,•,_.TL_.,.. OR RECYCLABLE CONTAINMENT MESH STUFFED WITH FILTER iTi 7i,. Jawro,a=H a"d•3h=6J36'. hO ilv. 43J , MATERIAL. P 4.p..- 6. 2. 4. STUFF LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE DENSITY SECURE ENDSTHAT WILL HOLD SHAPE WITHOUT EXCESSIVE DEFORMATION. FILTER OF LOGS TO MATERIAL SHALL CONSIST OF MULCH. ASPEN EXCELSIOR WOOD STAKES ) FIBERS, CHIPPED SITE VEGETATION, COCONUT FIBERS,100% LAP DETAIL RECYCLABLE FIBERS, OR ANY OTHER ACCEPTABLE MATERIAL.., EXCLUDING STRAW AND HAY. 5. STAKES SHALL BE 2" X 2" WOOD, 4' LONG. EMBEDDED SUCH THAT 2" PROTRUDES ABOVE LOG, OR AS DIRECTED. RECORD SIGNED COPY DRAWING N O: ON FILE AT PUS WORKS CITY OF ROUND ROCKEC—17 APPROVED 03-25-11 DATE EROSION CONTROL LOG DETAIL , ..,., ---- THE ARCHITECT/ENGINEER ASSURES PI ItPOCF FAS,ON PPOWIRIT, RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL (NOT TO SCALE) STREET STANDARD DETAILS ,. r--- ...___ _ _ , _ _ ______ _____,, 1 , , EXPANSION JOINT. PROPERTY LINE. EXPANSION JOINT. % . • . . ---- .. -- • .. . ., , - • • • .. .. „.. - a . .. • • i „ .. .. 4 T- ‘.-... , - . • .. - .. 4.-. . .-.. . . --. . .:- .-.. .. 4 .. . . . . , . . #. .• . .. . .. .. ,. m , i F._ 0 . - , .4. ; ... .. . .. . ... . ., . 4. .. . .. .. .. .. 4... I .. a . , . . .. .... ,.. . „. . . . . a: a. '' 4. '. a - s.‘1. :. 4.4 . W. .. ' .. LLLL=t a "" ' .. . e ' a* 4 " ' a. . " : . • 4. a , • a I , 5'—Q" CONTROL JOINT. '6-7— ""T I I 1 _ _ 40 -0" (MAXIMUM) _ i I co I' owl Li I &dig;I • I > 1 r I i I , I 1--- CUR & GUUER. ELAN— I i I "r _ VARIES W z Le _VARIES 42" (MINIMUM) 1 ri I ~ � (SEE CONSTRUCTiON ,: 1 � PLANS FOR WIDTH) �0 1/4"/FOOT SLOPE: 2% (MAXIMUM) I E i 1 , /\ A ,\ ^ ,,\\ ,\ ,' , /;r/, /, .,//./i.//./,, A A/ Y1z7GSa'l.::+NZWSP4.0.`+6cto'3o'k-?"Vit9C.!0''^LIZFO i 4" (MINIMUM) I I 2" SAND CUSHION ON THOROUGHLY COMPACTED SUBGRADE. I I CLASS "A" CONCRETE. 6" X 6" X NO. 6 WELDED WIRE i FABRIC, MID—DEPTH OR ONE MAT OF #3 BARS PLACED NO MORE THAN 16" O.C.E.W. i SECTION RECORD SI WED COPY CITY OF ROUND ROCK DRAWING No: I ON FILE ATP :Lie WORKS ST-0 1 i APPR$VED O?—t —08 — _ DA E SIDEWALK DETAIL THE ARCHITECT/B GINEER ASSUMES IWUNDROCK.TExAS KAPOK nMnx aaoswwrt RESPONSIBILITY FOR THE APPROPRIATE t,. USE OF T 1 S DETAIL. J tl WOLMANIZED WOOD ....4.!..1 WIDTH VARIES. I (12' MINIMUM) EXPANSION JOINT W/ #4 (45' MAXIMUM) DOWELS O18° O.G. ,___ __. __,.. ..... _ ._ ___... ..... I EXPANSION JOINT. PROVIDE EXPANSION JOINT N 1 _............____ WHERE DRIVEWAY MEETS CURB 1YPCAL IllAREA. AND GUTTER. IF ONE EXISTS ffi o (>SIDEWALK LOCATION. �-- Siu�EWALK WITHIN 5 FEET THIS 0 (sEE NOTE #(117 JOINT NOT REQUIRED. __________________ _________________ CONCRETE SIDEWALK MINIMUM 10' a.. WING AS NECESSARY. RADIUS. (TYPICAL) 4. �"..- FLOW UNE. rinimom al.ba... I iiiiim....-... SAW CUT EXISTING CURB < 4-J 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 S$OEWALK LOCATION. re. 6" LENGTH (L) VARIES. TOP OF CURB BEYOND. TAPER CURB FOR 2'-O NORMAL ELEVATION 0 R IS LENGTH OF DRIVEWAY SIDEWALK AS NECESSARY. (1W.) ASPHALTIC CONCRETE lophi � MULTIPLIED 8Y 2R PLUS SURFACE COURSE. 1 � �---^�" TOP OF CURB ELEV. '" #3 BARS 0 18" O.C.E.W. ROLL GENTLY CLASS 'A' CONCRETE COMPACTED Li8"I AS REQUIRED. WITH BROOM FINISH. BASE COURSE. MINj 2" SAND CUSHION. SECTION 'A-A' COMPACTED SUSCRADE. TOP OF CURB. .0111 F, 24"-#4 SMOOTH DOWEL PREMOLDED EXPANSION DOWELS, !".... LIP OF GLJTER I JOINT MATERIAL. :. .4' NM 16" DOWEL COATING/SLEEVE. 1,) , :.: ::.„ t '' t ;� • :'... rg) 111111= . ........•. *,. •. • DRILL EXISTING EXIST, N DOWEL SUPPORT. GUTFER. i ONST.CONST. SAW CUT. 11 r3: ' 6" �`1 I EXPANSION JOINT DETAIL SECTION NOTE: 1. THE SIDEWALK AREA OF THE DRIVEWAY SHALL SLOPE TOWARD THE STREET PAVING AT NO MORE THAN 2%. RECORD SIGNED COPY LITY rr rOUND ROCKs-03DRAWING N0: ON FILE AT PUBLIC WORKS APPROVED 1 1-08-01 49TaliP•'' DATE CONCRETE DRIVEWAY DETAIL ./._o_.\; THE ARCHITECIVENGINEER ASSUMES (COMMERCIAL OR MULT1-FAMILY ) "�; :4 RESPONSIBILITY FOR TIlE APPROPRIATE USE OF THIS DETAIL. WIDTH AS SPECIFIED ROADWAY --• ...---- ...— WIDTH Gr.4_,.....i._„....._RADE CONTROL R=1/4' � �I2 �� r r (OPTIONAL) Irsi I R=1/4" �n 6 � ��� 1 6 Q Pv���i ;. � , - ' ".a a ' SLOPE . .' _4; , - —1 .— .... . , :- 7' . --.. , .P'! 4: ID TrT —L.... ' - ' . .' ' :. I-":- :-';-:.:-1. . --1.1-:. '-'!•-.." 4'-a 412 a 41..' 4' ' -. . . a . '''''',14''''!'.7.. '‘'. A In • 4 .,. . . • • f " ';' ' ''' ' ' * ;41) as :1 ' -• 1* * '4. ii‘•e 7 " ' ' 11 . -. . : 4 .:: • •• :- i. . • I 1.21:1 61 I 3.000 PSI CONCRETE. Sr 16* a O. y ►1 #4 REBAR ANC DOWEL LOCATION. (TYPICAL) ---- — (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) LAY DOWN CURB RIBBON CURB TOP OF CURB. 1/2 PREMOLDED t. 24* — 1/4_SMOOTH DOWEL --- -- — - ______ -' EXPANSION JOINT MATERIAL. 1.6* DOWEL COATING 2~ MAN'. DOWELI. SLEEVE TO FIT DOWEL AND BE s.•• !4•-• :-'' ' al �;' 0.. :. .., .; ;,,:.4.'4 SECURE AND HAVE A CLOSES END. '• -• . . . ...-! a. • -. •- - _ __---.. • N. . �a BAR. (TYPICAL) 1111,,',:,' ' r -' .. ' ,� .1•�' #4 BAR. (TYPICAL) 3~ i .3r Cr(P.) -(TYP.) DOWEL ROD 2aMINIMUM 1114*j4" MINIMUM SUPPORTS. i-�-,-- — — CURB EXPANSION JOINT DOWEL DETAIL NOTES: 1. ALL WORK ANIL MATERIAL SHALL CONFORM TO ASTM A615, A615M, C309 AND D1752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 1O'—O . 3. EXPANSION JOINTS AS PER STANDARD ASTM D-1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 4O —O FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4" OF COMPACTED FLEXIBLE BASE BETWEEN BOTTOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18* BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE SASE UNDER AND BEHIND CURB SHALL BE: (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6-1NCHES). 6. ALL CURBS SHALL CONFORM TO THESE DETAILS JNDEPENDANT OF' THE CONSTRUCTION METHODS USED. RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITY O1-' ROUND ROCKS-04 APPROVED O8-21O3 LAYDOWN AND RIBBON CURB DETAIL DNEER ASSUMES I -- 4;,,�:., T /EERsu9� (WITH CURB EXPANSION vsBYSPON318III?Y PQ$ Tfi� APPROPRIATE J01NT D0WEL DETAIL) •�������-���• USE OF THIS UTAIL. /001. ______________________ --.1 1......_..6" 1 1 I-6" 6" 1.-6" y M R=c1 4 GRADE CONTROL R=1/4" GRADE CONTROL R2=1/4 R = 2 1/2" , ' 14. . ... . , .... R .= 2 1/2" . �° r R = 31/2" � � Ia ° `'.. R = 31/2 in O t � tot d J •'��'-�.+. 5.., 4.... -� a r... .. , -•. , , ... a .... , . : - . ,. 4 .. • . -,: 4' e : " • ' ' a •.. U ..4. . . . .. . .. . 4 . CD a-I 4 , . . . % rini . ..;A ': . ..- .* . s'. a- " ' ' n_l__I_ _ n , ....,_ .. .. ,. .. - : -. , . re) - ' - • • 3- 6.* 1 3,000 PSI CONCRETE. 3- 6- 1 . ill, 7" 7' 1. '''i #4 DOWEL LOCATION. (TYPICAL) (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) SPILL CURB CATCH CURB ,r 24" - #4 SMOOTH DOWEL �� SPILL AND CATCH 2" MIN. I 6 I DOWEL COATING/ 1/2" PREMOLDED TOP OF CURB. EXPANSION JOINT MATERIAL. DOWEL SLEEVE TO FIT DOWEL AND BE - • . .. • �••t •, . .,-. . - • .... - -... .. „ SECURE AND HAVE A CLOSED END. #4 -_•• .i i .4.0..; .,:,- , : ---. - :. 4:• :',....- i'l . .' * .,.. '..... BAR (TYPICAL) IIV:.. � •, ., ,, .• . � - .., : , �^� . .,� #4 BAR. (TYPICAL) 3" Ill i 3* , (TYP.) 'CrYP-) DOWEL ROD 2" MINIMUM 1 1/4' MINIMUM SUPPORTS. CURB EXPANSION JOINT DOWEL DETAIL NOTES: 1. ALL WORK AND MATERtAL SHALL CONFORM TO ASTM A815, A61 5M, C309 AND D1 752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 1O'-O . 3. EXPANSION JOINTS AS PER STANDARD ASTM D-1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 4O'-O" FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4* OF COMPACTED FLEXIBLE BASE BETWEEN BOUOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18* BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE BASE UNDER AND BEHIND CURB SHALL BE: (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6-INCHES). 6. ALL CURBS SHALL CONFORM TO THESE DETAILS INDEPENDANT OF THE CONSTRUCTION METHODS USED. RECORD SIGNID COPY rirmDRAWING NO: ON FILE AT PUBLIC WORKS LI I I K US SO5 APPROVED O8-2IO3 SPILL AND CATCH CURB DETAIL ��j`�'��}, DATE (WITH CURB EXPANSION i,..� ���. THE ARCHITECT/ENGINE= AMYL'S ‘'d� �' RESPONSIBILITY FAR TR! AFFEOPELATE JOINT DOWEL DETAIL) ..............: USE OF THIS DETAIL. FINISHED GRADE (IN PAVEMENT) STANDARD FRAME AND COVER, AS PER DETAILS WW-07 & WW-08 N FINISHED GRADE (NOT IN PAVEMENT) i 1,1 J,1 ), _,,l 1 J J 111 ,, � • INTERIOR COATING /��/��/ ` 30" •r ���/ INCLUDES ALL INTERIOR / / .' ':. / CONCRETE SURFACES OF �•; • •• CLEAR OPENING \j: • • • • • • MANHOLE FRAME ADJUSTMENT \ • • • • • • (SEE NOTE #10) (SEE NOTE #6) 33 3/4 y • -� BACKFILL, AS PER DETAILS WW-17 & WW-18 Z PRECAST CONCENTRIC -' ' ; . . CONCRETE CONE SECTION, �;' a AS PER DETAIL WW-09 • RUBBER 0-RING TYP.) • Z 4'-0" o EXTERIOR OF EACH • - z JOINT SHALL BE UNLESS NOTED OTHERWISE OF ALL GROUT INSIDE 3 WRAPPED WITH A 6" > JOINTS i EXTRUDED BUTYL • N ADHESIVE TAPE c PRECAST REINFORCED CONCRETE ' BASE, AS PER CONCRETE PRODUCTS INCORPORATED OR APPROVED EQUAL o 4.-j ' ' ti__. 24" MINIMUM 2 • GROUT IN 2. 1 V' , .' N • M8_- _-:_•:8--•%• ____ ._ ______i_____ . w _ a.- .y• ^.� :,. y.•- :• =fit( 1:•?•— �'�1►� I .—_. ��•y..�L.sec• ;�.i ‘; ;� �¢ ,:,..•:ys`i' ,j i �__ !••:X——•• t,, ,...,......_._..... ....„.0 .. ._., • ,•�'1 =: --• " , ,,'... • =4••- •.•�_.-••- FLEXIBLE SEAL BOOT -_• 7_ __ ____•-_�::�,,.r RESILIENT CONNECTOR, = ----f4=:1•:-••:-- •- --•Y�11 a= S.i•�-}_•rift-...W:*-:-�--ritl i"-4:i,:_._•-_-_:•i:•_- -•- AS PER DETAIL WW-10 y�•�--••4 zt•'rT-•�• -•�- �••i i•_•1.1- •TTT�`L_�..�_-i•-_�-�-••••••CSi-•• ••I••�--•• •�•� iT•T.� D ••• - ••--••1i'••- •••ice••- ••1L�• ••1��'.•-� •�••�•--•• • •-As-•• - T• - • YY. TTi • ='fGT�p••••i=YT i•• � • •Y'TT- ,. • •-••_••1"-•I�r'••• ---1-i._ ••• -•1•_ •• �i•1• O -• -•-.---•YT•••T T--- ••-TT� • -4T•�� TY •000-0-•o- •oo-•o- • o-•�- poo-•o- OooO._oo00-O O -O � BED MANHOLE AND PIPE WITH MINIMUM 8" THICK, 6" CONCRETE SLAB (4000 TO 4500 P.S.I.) 3/4" WASHED ROCK GRAVEL OR OTHER CRUSHED WITH #4 012" O.C. STEEL REINFORCEMENT STONE ACCEPTABLE TO THE CITY OF ROUND ROCK NOTES: 1. IF DROP IS SIX INCHES (6") TO TWO FEET (2'-0"), CONSTRUCTION OF DROP SHALL PROVIDE AN OVERSIZED INVERT TO EXTEND UNDER THE DROP CONNECTION. 2. SEE CONSTRUCTION PLANS FOR MANHOLE SIZE, LOCATION, CONFIGURATION, TYPE OF TOP SECTION, VENTING REQUIREMENTS, PIPE SIZES AND TYPES. 3. MANHOLES SHA L BE PRECAST A.S.T.M. C478 BELL AND SPIGOT WITH "0" RING JOINTS. 4. MANHOLES TO E DESIGNED TO RESIST LATERAL AND VERTICAL SOIL FORCES RESULTING FROM MANHOLE DEPTH. ADDITIONALLY, ANHOLES LOCATED IN PAVEMENT TO BE DESIGNED FOR H2O TRAFFIC LOADING. 5. ALL MANHOLE OVERS SHALL BE BOLTED AND GASKETED, WHEN MANHOLES ARE LOCATED OUTSIDE OF PAVEMENT. 6. FRAME ADJUSTMENT HEIGHT SHALL CONSIST OF FIVE INCHES (5") MINIMUM TO EIGHTEEN INCHES (18") MAXIMUM. GRADE RINGS SHALL BE GROUTED WITH A NON-SHRINK GROUT INSIDE AND OUTSIDE. HDPE GRADE RINGS, MAY NOT BE USED. 7. FOR MANHOLES TO BE VENTED, SEE DETAILS WW-05 AND WW-06. 8. A FLOW CHANNEL SHALL BE CONSTRUCTED INSIDE MANHOLE TO DIRECT INFLUENT INTO THE FLOW STREAM. ALL P.V.C. PIPE SHALL BE REMOVED FROM INVERT. 9. BASE SECTION HALL BE DESIGNED FOR H2O LOADING, PLUS EARTH LOAD AT 130 PCF. 10. ENTIRE INTERIO CONCRETE SURFACES OF WASTEWATER MANHOLES TO BE COATED WITH RAVEN 405, SPRAYWALL, OR APPROVED EQUAL, (WITH A UNIFORM THICKNESS OF 124 MILS AND A MINIMUM THICKNESS OF 100 MILS, APP IED AFTER MANHOLE HAS PASSED THE VACUUM TEST). FOR REHABILITATING MANHOLES 1/2" MINIMUM THICK ESS CALCIUM ALUMINATE CEMENTITIOUS COATING AND OTHER INTERIOR SURFACES MAY BE COATED IF REC MMENDED BY COATING MANUFACTURER. (IN LIEU OF INTERIOR COATINGS NEW PRECAST MANHOLES CON AINING CONSHIELD WILL BE ACCEPTED PROVIDING THE MANUFACTURER STENCILS "CONSHIELD" ON THE INSIDE AND OUTSIDE OF ALL MANHOLE SECTIONS.) RECORD SIGNED COPY DRAWING N O: ON FILE AT U&ES DEPARTMENT CITY OF ROUND ROCK APPROVE WW-01 03-01-1 DATE PRECAST CONCRETE WASTEWATER „.. THE ARCHITECT/ENGINEER ASSUMES MAN H O L E DETAIL ROUND ROCK I EA,. urun......vwwtwuu..., RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) PREFERRED LOCATION PLANTING OR OTHER NON-WALKING EXTRA WIDTH MAY BE REQUIRED i' 1/i! I �• �, OF PEDESTRIAN SURFACE OR PROTECT DROP OFF(TYP) alTifit RSPACEATTYPE Iq1R� 44PUSH BUTTON ITYP) TYPE2PE PUSH BUTTON. TYPE 3 I S.MIN. ,,, S'SIN• R N. RAO ,v/4, .. .v g R 11 N1NG �, .� ,� aAmP •a, / 18d�AXx / - / '� ACE .� 1rory � ,gi / .r,. SP . . _,, I -,I► / RAID G, _,. ,a►'1 _ Alllnnll'a' ► S.PREFERRED IIIIIIIIIIIIIIIIIIIII@I / �► w @1@@IIIIII 1 E.- \\ ►i''/' z �'- ...,iru„,„„�llll111IIIIIB@IIIIIII@@ :,:_:.-7......... 5,,,,,,,..„,,„„,„,„,,„ 3'X / 2�' `' M �� �liilll4'MtN. / TUR INGINSPi I 3 � '�� �� I l t l l MAX•�' ,'' '�' : , M aaaalllllllllll ��,,��rr iI ` 7 ACE ,I• ''1 1 I •3x 8.3X / 59 M I N. FLARE / MAX. / 6'DESIRABLE I111 I��""' x• RAMP ''1,1 � ••'•/ �p IIIIIIII1111 a M1N. ` '•/ 6' SIRABLE fl Illlllllallrr'""" r_ -___=1.___. . .y II1,11.- t Iltllltlll i , **�t*• WITHOUT PEDESTRIAN WITH PEDESTRIANg'Melt rrr'rrrrrr,,r ral�r'!'�,I/ �� A� PUSH BUTTON PUSH BUTTON 6'DESIRABLE �rrarrrrrarrarrrrlaaarrarararrrMrprrarrrr Fi C 1 GRADE BREAK PERPENDICULAR CURB RAMP ITYP) PARALLEL CUB RASPli TYPE 6 h RAID S.MIN, I CROSS SLOPE NOT TO EXCEED 2X111 .� Sl TYPE 7 2:Atroniltrio:AVOisTiN221!G atW'�K W '�TYPE 20 R W SIDE.A / .�. '�8• � /� K .� �. / �� (SIDEWALK SETBACK FROM CURB / /_ t 7 '�• s' / t Nl �'� ,, / .NINC /poll 8.3% I i 11j '� :EIR.TET°MAK SP +► ICI 4CE / ICI 5'MIN.' MAX. I --- .. _'i ti. .�/ qCEW /IIII �► / III TURNING .�. i-- '� / / III / /III -� CE• III / III --- ----'o •.ti.• ,�W/ .�,• / III /,/-'� �• III E ____ ___• '�. / '�.I" IIIII ,g y /1,,, , / IIIIIW* tail! ------------ ,ItIF upNt CE g / d��,�„ �•M / III 1. �, y'�• III MAx. x��� .• �'a �1 .�/ ,,.,, IIII / IIII / IIII .� �, I�, I F -�, ..---- • ♦ / IIII / l III LAR�ariii�w�♦ '' � ,,� III �► 111 l III .� +1 �._._ ..----.- + ''�,,, � -,.���,���w / ��, �� .. IIIIIII ' / IIII �•� Ii�lF I IIIIII /�iit�' fix. '�1/ ttlltt ;IIIIIIIII I PEDESTRIANE , ttl 111 i II / I C1RCULATION♦ ... IIIllllla� _ IIIII11111 IIIII :... / S PREFERRED PATH GRADE IIII tllll►I ... �• ;•TTOM GRADE �'MIN. g� g �--""''� L[NE .��� BREAK L l NE r+ S RA.w10T UTTER LINE 1§ Cam I NA T I ON CURB RAMS 10EwgLK N. Rq:p NIOt GUTTER L 1NE SI H CURB RAMPS A T MEDIAN 1 SL ANDS 5•SIN*IO T N Dwq�K N1D• s 10 S10 g• tkr...„...._. ENgLK PREFERRED LOCATION � � � ITYPE51 PUSH BUOF TTON ITYP) t ATSEACH 2gEWAN n7"12034F:ifip TYPE 10 ,� IIIIII CROSS SLOPE NOT TO EXCEED 2x �� �, WITH A MIN1ML11 2 VulligEltutEss (SIDEWALK ADJACENT TO CUBS /♦ �I I'I I'I I ON ANY PORTION OF RAID,TURNING / NI NG IIII►1 I '� SURFACE BETWEEN. TYPE 21 ,�/- ZZTE,,,/ii IIII SPACE OR TRANSITION TO STREET. CE III+/+= THAN6'WIDE,ELIMINATE DETECTABLE /'' / IIII oWARNINGFACES. , • / III / '�/ IIIIIII / / it-GUTTER L INE I . III / , .r i.• II / i . �,// Q� .�. IIII' ;h �, ,, �►� r' 1. O �►6 + r �•( ' 'III / / ,a (��'�''w,• / t ♦L 4, . / ,, 4 ,rr v► IIII �• •y ,q��a g / 'rr,a �+� / ,�/ I�I11 / / PROJECTED BACK + ,� I�II / ;Id' IIII' �,; / / / OF CURB «+ ALIGN CURB PARALLEL �i'' - I ''�►,I♦ WITH CROSSWALK• '� �� W/ II'll / '� IIIIII / 1' O r � `► �,/ IIIII � I II� �• / 1.----L1 �� '• I I // (I I I I I I I I' ? / �/ t I.. • / IIII ft.IIIX Ilulllllltllll � IIIIIIIIIu;lllll IIII i - '• . �TT�M GRADE .. �/ g F `IIII' .• ~-- BREAK LINE 5 eta' o�� s:.1 MIN• ��� TTOIN GRADE g Rq BREAK LINE uip, S�AAp WIOT GUTTER LINE NOTE:CURB DETAILS ARE SHOWN ,SIDEIFq NIOtH.� UTTER LINE 6'PREFM4�K�l � :...,..;.....,,,,: BLENDED TRANSITION ELSEWHERE IN THE PLANS. 6 PREFE,.K R►0 tN ERREO�$O rH Eo.5•,SIN D 1 RECT I OVAL RAMPS WITHIN RADIUS w1N. (FLUSH LANDING) ���► TYPE 221 NOTES/LEGEND: SHEET 1 g FLARE BOTTOM GRADE BREAK OF CURB RAID OF 4 WILL NORMALLY BE AT GUTTER LINE. SEE GENERAL NOTES ON SHEET 2 OF 4 FOR MORE INFORMATION. Am** = RAMP SURFACE SLOPES AT GRADE BREAKS '` 8.3X MAX. SHALL BE FLUSH• 'Doan Deportment of ld FLARE ! o''\ S•X S.(MIN.) PEDESTRIAN FACILITIES RAMP 1 10',.111>� TURNING SPACE CONTINUOUS CURB DENOTES PLANTING OR �.8.3X MAx• 1 a ( BEYOND NON-WALKING SURFACE U.U.�' GUTTER LINE -•- NOT PART OF PEDESTRIAN �.�,�. CURB RAMPS CIRCULATION PATH. U. kk1111 RAC P TER SLOPE CO' DETECTABLE WARNING SURFACE ® GRADE BREAK •••••• PED-1 8 FLARE , 5x MAX. F L ARE FILE•1.d. an T xDOT om VP l chits j u.P.. - DENOTES PREFERRED LOCATION RAMP LIMITS __ 0 TxDOTe MARCH,2002 Coln tin As Ntwd. Re 8•3x MAX• TYP I CAL SECTION OF PERPENDICULAR OF PEDESTRIAN PUSH BUTTON ® OF PAYMENT ES ttctow iiiiDm =Nov I o T so. COMBINATION ISLAND RAMPS CUB RAMP AT CONNECTION TO ROADWAY IF APPLICABLE. o� 1i GENERAL NOTES DETECTABLE WARNING SURFACE DETAILS 1- DETECTABLE WARNING CURB RAMPS DETECTABLE WARNING PAVERS(IF USED) PEDESTRIAN TRAVEL SURFACE d: I. lnatall d curb romp or blended transit on dt eocn DIRECTION pedestrian street crossing, 25.Furnish detectable worninq paver units meeting all requirements of ASTM C 936, C 33. Loy in o two by two unit basket weave pattern or os directed. "~ 2. All slopes shown ore maximum allowable Cross slopes of 1.5%Ond lesser running TURNING 6 i should be used. Adjust Curb romp)snot Or grade of appro7ch sidewalks Os directed. 26.Loy full-size units first followed by closure units consisting of of least 25 percent SPACE (25X)of o full unit. Cut detectable warning paver units using a power sow. RAMP RAMP 3.Maximum allowable cross slope on sid Ik and curb romp surfaces is 2%. !� 4, The minim sidewalk width is 5'.Where the sidewalk is adjacent to the bock of curb, SIDEWALKS 2'I I..'� $ um ~ a 6'sidewalk width is desirable.Where a 5' sidewalk Cannot be provided due to site 1 nIf Constraints, Sidewalk width may be reduced to 4' for short distances. 27.Provide clear ground space at operoble ports, including pedestrian push buttons. 1 5.x 5'passing areas at intervals not to exceed 200' ore required. Operable parts shall be placed within unobstructed reach range specified in 3 PROWAG section R406. PARALLEL CURB RAMP -SACK OF e 5. Turning Spaces shall be 5'x 5'mini Cross slope shall be maximum 2X. CURB -` 28. Place traffic signor or illumination poles,ground boxes,controller boxes, signs, TYPICAL PLACEMENT OF DETECTABLE WARNING g Y 6. Clear space of the batman of curb r shall DC o minimum of 4'x 4'wholly cantainetl drainage facilities and other items so as not to obstruct the pedestrian access route SURFACE ON LANDING AT STREET EDGE. Y within the cros$ralk Ond wholly Outsi the parallel vehicular travel path, Or clear ground Space. 6 7. Provide flared sides where the pedestr an circulation path crosses the Curb romp. 29. Street grades and cross s'.apes shall be as shown elsewhere in the plans. Flared sides shoji be sloped of 10X maximmm,measured parallel to the curb. PEDESTRIAN TRAVEL °IS Returned curbs may be used onl where pedestrians would not normal) walk across 30.Changes DIRECTION >,. y y pe y ngea in leve'�greater than I/4 inch are not permitted. 58 the ramp,either because the adjacent face is planted, substantially obstructed, or otherwise protected. 31. The least possible grade should be used to maximize accessibility. The running slope M. of sidewalks and crosswalks within the public right of way may follow the grade of TURNING i.. 8. Additional information an curb ramp I Otian,design, IighT reflective value and the parallel roadway. Where a continuous grade greater Than five percent (5X)must De SPACE 2 texture may De fountl in the latest d of°of the Proposed Guidelines for provided,handrails may be desirable to improve accessibility. Handrails may also be Pedestrian Facilities in the Public Right of Way(PROWAG)as published by the needed to protect pedestrians from potentially hazardous conditions. If provided, handrails itU.S. Architectural Ond Transportation Barriers Compliance Board(Access Board>. shall comply with PROWAG R409. RAMP DETECTABLESURFACE RNiNG S 9. To serve os a pedestrian refuge area, she median should be o minlmum of 6'wide, 32. Handrail extensions shall not protrude into the usable landing area or into intersecting + ° mmeosuretl from bock of curbs. Medians should be Oesi geed to provide accessible pedestrian routes. o passage over Or through them, -SIDE FLARE a` 33. Driveways and turnouts shall be constructed and paid for in accordance with Item 2'(M[N.) (TYP) 10. Srmmo l I chorrme l i zat i an islands,which do not provide O m i n i mml/n 5'x 5' landing Ot the 'Intersections, Driveways and Turnouts. Sidewalks sha l l be Constructed and pa i d for ••""".'::::::';:."' ....................... top of curb ramps,Shall be Cut thr Ough level with the surface of the street• in accordance with Item, "Sidewalks. IMMIIIIIIINVIIMI ••••••••••••••••• 1 11. Crosswalk dimension$,crosswalk markings Ond stop bar locations shall be os shown 34. Sidewalk details Ore shown elsewhere in the Plana. PERPENDICULAR CURB RAMP -BACK OF elsewhere in the pions. At intersections where Crosswalk markings ore not required. - ----- ----------- CURB g o curb romps shall align with theoretical crosswalks unless otherwise directed. TYPICAL PLACEMENT OF DETECTABLE 12. Provide curb r WARNING SURFACE ON SLOPING RAMP RUN. amps to connect the pedestrian access route of each pedestrian street r~ crossing. Handrails are not required On Curb romps, f§ 13. Curb romps and landings aholl be Constructed Ond paid for in OCCardanCe with Item 531 PEDESTRIAN TRAVEL 'Sidewalks". n DIRECTION ih 14. Place concrete of o minimum depth of 5"for ramps, flares and landings, unless �' otherwise directed. TURNING > SPACE 8,_ 15.Furnish and install No. 3 reinforcing Steel bars at 18-o.c.both ways, unless otherwise directed. SIDE CURB *NOTE: (TY) v C 16. Provide a smooth transition where the curb romps connect to the street. ETECTABLE WARNING P Ri PREFABRICATED DETECTABLE BOTH ENDS OF THE $ WiTH TRUNCATED D S WARNING PANEL DETECTABLE WARNING SURFACE RAMP 17. Curbs s o on sheet 1 within the limits of payment ore considered port of the Curb SiDE FLARE SHALL BE 5'OR LESS g romp for payment,whether it is concrete curb,gutter,Or Combined curb and gutter. (TYP) FROM BACK OF CURB. + DETECTABLE WARNING w 18. Existing features that comply with opplicolble standards may remain in place unless _ _ _ s T- SURFACE '4; otherwise shown an the Diana. ___ G___- 2.MIN. ••••••• ••••••••..: g i DETECTABLE WARNING W TERIAL NO.3 REBAR AT 18' (MAX) -CENTER (MIN.)5'DEPTH EXCLUSIVE MS Lux. BACK OF BOTH WAYS OR AS D CTED OF DETECTABLE WARNING CURB 19. Curb romps must contain o detectable warning surface that consists of raised CLAS A CONCRETE SHALL DIRECTIONAL CURB RAID trLncoted domes Complying with PROWAG. The surface Rust Contrast visually with CC ORM TO APPLICABLE adjoining surfaces, including side flares. Furnish Ond install on approved SPECIFICATIONS TYPICAL PLACEMENT OF DETECTABLE coat-in-place dark brown or dark red detectable warning surface mmoteriol WARNING SURFACE ON SLOPING RAMP RUN. adjacent to uncolored concrete,unless specified elsewhere in the plans. 20. Detectable Warning Materials must meet TxDOT Departmental Materials Specification SECTION VIEW DETAIL SHEET 2 OF 4 DMS 4350 and be listed on the Moteriol Producer List. Install products in accordance CURB RAMP AT DETECTIBLE WARNINGS with monufocturer's specifications. • CWspm D1v/i7on 21. Detectable warning surfaces must Co fi , stable and slip resistant. 'Texas Departmentof7YWnsportat/on Standard 22. Detectable worninq surfaces shal l be olminimum of 24 inches in Depth in the direction PEDESTRIAN FACILITIES of pedestrian travel,and extend the full width Of the Curb romp or landing where the Pedestrian access route enters the street. 23, Detectable worninq SurfOCRA shall De located$O that the edge nearest the curb line CURB RAMPS is Ot the back of curb and neither end of that edge is greater than S feet from the bock of curb. Detectable warning surfaces may be curved along the corner rOtlius. 24. Shaded areas on Sheet I of 4 indicate the approximate location for the detectable P E D-1 8 warning surface for each curb romp type. FILE:oedls on.TxD07 I a.,vP'ca.xM I c..vxI.. ©,4,0-:MAHCH,2002 col surf Ae I wlfM.r 9f vI5Ip15 111 111 L W •fvl5f•wi00! J •f.I SFO o 2.1� O W 0151 CWYIr SNLLI 1q. I SIDEWALK TREATMENT AT DRIVEWAYS .!I"...,p....,'. i~ PLANTING OR OTHER NON-WALKING SURFACE ' g OR 1 VEWAY PAYMENT ''•-•.............__ '' B . , . gi 40 •. t'•- a./. ' '1 .._-......- 1.,' ,:g ...♦..•.. \ ..14k_. .A,, CAFE •*--..• 4D), ,,,,, 444' ..----.....,..""li W Aff- it ...........,.. 80.,--- c Fr .--.--.--...x--...x..-.--1 k I PROTECTED ........ ZONE I ,i ---:---..-- 1 e - I 4p MAX.POST 4- `" ..•..•.'.•.•'�,,�' TRACK SIDEWALK 53. ' PROJECTION 44. Hi •:•:•:-' ,"''' PROTECTED ZONE I PLANTING OR OTHER '-`'1��''' CI NON-WALKING SURFACE ''� 4'MAX.WALL I II ♦- PROJECTION MAXIMUM 2X °t / CROSS SLOPE i' k i DRIVEWAY PAYMENT '''• 27 r or i -'•-•-•:•••••`-••-`•••-•• CANE DETECTABLE 1A/C ./1/ 4 ...........♦ a RANGE 1; :, ki f CLEAR SPACE ADJACENT i. ••.•:•.•:♦•., Iq, PROTECTED IONE TO PEDESTRIAN PUSH BUTTON k) •••••••••••••••• NOTE: 1N PEDESTRIAN C IRCULAT ION AREA,MAX[MUM 4"PROJECT ION FOR POST .?I •-li '•'-'•'•'•'•'•`•'• OR WALL MOUNTED OBJECTS BETWEEN 27.AND BO"ABOVE THE SURFACE. -...............................::::.-..... . , g% ...liii, ..• APRON OFFSET SIDEWALK g 5 ''',,r i1 i e .,,' II .. MAX.LENGTH OF Si •--••• OBSTRUCTION MIN.D I STANCE DRIVEWAY PAYMENT-\ \•'•'' 2'-O. BETWEEN OBSTRUCT IONS IP 15. �,+►`� CURS � PEDESTRIAN WITH = #`ei° ''�� rou..7.AT,40,NETc.) 11; GUIDE CANE OL OC ..`i ...• eiir,.. 5 f ....:-...-:-.::::/-42,- --- 1 7 u4A-..i 1-- 0 >27. .•... 1 ._ . . 2"MAX. 1 ' 1 , r e '''�� WIDE S I DEWAL K 5'S I DEWAL K OBSTRUCTION 5'S I DEWAL K 1 &♦ r,,li� MIN. 4•MiU AT MIN. WHEN AN OBSTRUCTION OF A HEIGHT GREATER THAN PROTRUDING OBJECTS OF A HE I GHT S 27' ° ,1�' OBSTRUCTION 27.FROM THE SURFACE WOULD CREATE A PROTRUSION ARE DETECTABLE BY CANE AND DO NOT �'� OF MORE THAN 4"INTO THE PEDESTRIAN CIRCULATION REQUIRE ADDITIONAL TREATMENT. g § AREA,CONSTRUCT ADD T I ONAL CURB OR FOUNDATION 31 AT THE BOTTOM TO PROVIDE A MAXIMUM 4'OVERHANG. 1 DRIVEWAY PAYMEN<T,:,:,:,',''''.s'.''''''' 5.,,-., :d'5 • • DETECT ION BARR I • PLAN VIEW , :-. y •-: ::•: ': VERTICAL CL EARANC R< R •'•••-' OBSTRUCTION(CONTROLLER �p� ,; ,;•.•0+ CABINET,MAILBOX,ETC. ��� .4. * PLACEMENT OF STREET FIXTURES SHEET 3 OF 4 .:.:4,;• '� - NOTE: ITEMS NOT INTENDED FOR PUBL 1C USE. • rr/1�� • MINIMUM 4'X 4'CLEAR GROUND SPACE -,, AMAt) ;.,-.,;•.,;, �: • REQUIRED AT PUBLIC USE FIXTURES. OlintasDepartmontofnansportation 14 .:;;-:• PEDESTRIAN FAC IL I T I ES s• RAID S I DEWAL K CURB RAMPS NOTES: PED18 *WHERE DRIVEWAYS CROSS THE PEDESTRIAN ROUTE, SIDES SHALL BE FLARED AT 10%MAX SLOPE. FILE:Pec118 .TxDOT 1 a.VP I CR..I auPK&JG ©TxDO,MARCH,2002 =al SECT JOB MIGNIM fe. e **I F CURB HE I GHT IS GREATER THAN 6 INCHES,USE R VISIONS - iiiii FE GRADE LESS THAN OR EQUAL TO 5X.HANDRAIL AND olar covarr slt�Er wo. ozDETECTABLE WARNING ARE NOT REQUIRED. i• \ II 11., TYPICAL CROSSING LAYOUTS SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS k g PREFERRED LOCATION OF PEDESTRIAN PUSH BUTTON(TYP) gi STOP BAR / r r► 0 5'X 5'(MIN.) i TURNING SPACE // \V4* / ' ++ S.X S.(MIN.f /' ++ TURNING SPACE S h SPL 1 T RAD t AL \ / #‘ + i RASP PLACE�NT CROSSWALK / Tr '2,. \ • .• 1 ,V 1VA. F i SIDEWALK \k V .. . SIDEWALK 44 / +�'+i siO4 a /\ ADJACENT 44, �4'X 4'(MIN.) i + SIDEWALKADJ CE SIDEWALK ADJACENT _\ + i o,..is TO C MANEUVERING SPACES TO CURBet4 + 6 b CROSSWALK0 111 �-, SHARED SKEWED INTERSECTION WITH LARGE 5'X 5'(MIN.) RADIUS - -,r TURNING SPACE " Ii 1 ii STOP BAR -o : 1 a r +v ; STOP BAR • ?:". 5'X 5'(MIN.) It♦ AT INTERSECTION li TURNING SPACE ♦* w/FREE RIGHT TURN♦r ISLAND \ *•?4,/ 10 / I! ,..% , . CROSSWALK it-• SIDEWALK i 1 SIDEWALK 111'';/ ' ' + + . ___7\___ ___ _ ____ _ ___ ___. ___ _r.,__ 7.#...' S!' SIDEWALK ADJACENT / / if SIDEWALK REMOTE 4 X 4(M1N.) F�CURB ~ TO CURB MANEUVERING 5'X 5'(MIN.) SPACES TURNING SPACE + :;:14',Ii;.:,T. IE �_ I • SKEWED INTERSECTION WITH'SMALL'RADIUS ( SIDEWALK 1-...:i.--I / 5'M I N. SIDEWALK 6:PREFERRED. * + + V i v► i i + i o I i , 1 j i i i i i i SIDEWALK ADJACENT SIDEWALK REMOTE O CURB FROM CURB ° i STOP BAR MID-BLOCK PLACENT Zi: i. PERPENDICULAR RAMPS g�i 5'X 5'(MIN.) �, o . TURNING SPACE ' ..1%*/ \7.4r 1 CROSSWALK SIDEWALK0 .. . +i+ i i , I I, SIDEWALK - - - - - -—. .= SHEET A OF 4 SIDEWALK REMOTE I 4'X 4'(MIN.) I SIDEWALK ADJACENT FRS CURB MANEUVERING _ TO CURB of 7iwns -_-- Tara SPACES LEGEND: PEDESTRIAN FAC I L I T IES NORMAL INTERSECTION WITH"SMALL"RADIUS SHOWS DOWNWARD SLOPE. -- CURB RAMPS DENOTES PREFERRED LOCATION OF PEDESTRIAN ag PUSH BUTTON(IF APPLICABLE). PED 1 8 DENOTES PLANTING OR NON•WALKING SURFACE .- FILE:ced18 .TxDOT j ox.VP I CR.KM I CmPK!1JG NOT PART OF PEDESTRIAN C[RCULAT ION PATH. 1i.u�' 0 TxDO,:::::002, ow sEcr . HIGNIM «« �. aN W W i , Er:F :oos ,0: 20t• DIV COUNTY I SHUT NO. I Pavement Edge r 6 min.when Shou0. lder no shoulder exists(typ.) o�� may vary II= J► i , 10"min.-I2"max.! 4"Yellow Centerline kg = o C=12o 0 4"white o 0 0 0 ALo �o 0 0 k * ,A Edge Line •� 1 4"Solid 4_, "min.-4. �- 30' 10 4 So l i d Ye I I ow L 1 ne 3 max. 1:!,L. =m � Yellow Line3"min.-4"max.Shou I der width illmay vary TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS i215 li Pavement Edge---....„,......_ ti 6"min.(typ.) Pavement Edge 6"min.(typ.) 4'min. 4 m n. 30'max. 30'max. Y STOP LINES kii Solid white4 white Lane Line a4"white Lane line C> 4"Yellow Edge line width:12"min. = 0 = = 24•max. 0 :::1=. p p O O c l olit * , a 30' *10' EDGE L1NE 30 10 o 0 0 0 o e 4"Solid white ;P. 4'Solid � 4"white Edge Line iCENTERLINE"� Yellow Line 4•white Edge Line 6 min.--��- 4"Yellow a1 0 0 0 0 = = Length: 0' a (typ., Gap:30' i li gC . OPTIONAL ig4 M- 4"Solid w } Yellow line - EDGE LINE AND LANE LINES CENTERLINE AND LANE LINES °"approaches t° 3"min.-4"usual ONE—WAY ROADWAY intersections ` x �} FOUR LANE TWO—WAY ROADWAY t12•max.for traveled Minimum Requirements 1500'min., Minimum Requirements WITH OR WITHOUT SHOULDERS '"�0y 48eato„ei;h� WITH OR WITHOUT SHOULDERS for Edge)Ines , for Centerlines i16thoust wdgel0ines tii y Trove I ed way w i dth z 20 Pavement Width2 2LI 4.Minimum GUIDE FOR PLACEMENT OF STOP LINES, a; Pavement Ease 4" �� m► EDGE LINE & CENTERLINE m N 4`white Lane Line White 30-45° Based on Traveled way and Pavement widths for Undivided Highways ° 4'write Edge line 'y 11'. MIMI i Bridge Roil AM o0 0 00 0or Face ill! 4"Yellow Edge Line 4•Solid Yellow Line .0 IMES of curb TABLE 1 - TYPICAL LENGTH (L) 4 /-iiiuw 20'typ, 12"min. Posted Speed t. P. . 24'typ. * Formula 10"min.- _ _ - - "' 12`max. � ---- -- --�- -1(--------- -- ---- ------ - - ;4, Median --= -- FATIWAINIF : = ; : w i to edge I <40 wS 2 width Median ff_ 1 L. 'a1 _ width - 60 v. a (L) ---7- L-- . ===, .=, ..=.), >45 L=wS 4°Yellow Edge Line5i 48"min.from idth gr than equal to ewe I i ne t0 -- .estn Percent t t e sp••a,o�r a�rsed cn roods v,.r• / 4> stop/yield line crrsoilo►t1+�+ou11�l`e a �°yes*tmi t. 8"So I i d white Channe I i z i ng Line 12.-24.White Stop or Yield Line -_-- Varies es � s fact tnor•arM. O O O o O o 1 1.erqfn of croirtoinine 01.1 Weidth of Offset(FT.t 4"white Edge Line4> NOTES: s•Posie4 g0eed cam: y 4"white Lone Line > I.i9:E :: nad shtchAn eators or barrier reflectors are used along the structure. hatching should be: width is defined os the area between tyro roadways of a divided highway measured from edge of 5.For guard fence details,refer elsewhere in the plans. L.8 x 70=560 ft. traveled way to edge of traveled way.The median excludes turn lanes.The median width might be A 4 foot shoulder in advance of a bridge reduces to different between intersections,interchanges and of opposite approaches of the sane intersection. 2 feet on o 40 MiPH roadway.The length of the cross- The narrow median width will De the contra I l i ng w i 4th to determine if mock i ngs ore required. ROADWAYS WITH REDUCED SHOULDER hatch i s h 4 l d bi:60 106.67 f+•rounded+°I l 0 f+• FOUR LANE DIVIDED ROADWAY INTERSECTIONS WIDTHS ACROSS BRIDGE OR CULVERT ?I 4'Texas Deportment of Tronsportotlon 3 to 12" Traffic Operations Division GENERAL NOTES MATERIAL SPECIFICATIONS -.I0- 24 w 1.Edgeline striping shall be as shown 1n the plans or as directed by the Engineer. PAVEMENT MARKERS(REFLECTORIZED) DMS-4200 TYPICAL STANDARD /V V V V V V The edgeline should typically be placed a minimum of 6 inches from the edge of 36" pavemt.This distance may vary due to pavement raveling or other conditions. EPDXY AND ADHESIVES DMS-6100 Dover., Edge I i nes are not required in curb and gutter sections of roadways. BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH PAVEMENT MARK I N G S 2.The traveled way includes only that portion of the roadway used for vehicular TRAFFIC PAINT DMS-8200 trove)and not the parking lanes,sidewalks,berms and shoulders.The traveled 3 to 12" "ways sha I I be measured from the inside of edge I i ne to inside of edge I i ne of a HOT APPLIED THERMOPLASTIC DMS-8220 ♦1.-.12 PM(1)_1 2 IVVVVVVVVVVV two lane roadway. PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 I8" FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH 1- pE --- -- -, , - - All pavement marking rioter i a l s sha I I meet the yN� required Departmental Material Specifications 8-05 2-12 t + W Si as specified by the pIans. 8-0 ' ` 1� YIELD LINES o Z 3-03 giaa REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS OF PAVEMENT MARKERS IREFLECTORIZED) DMS-4200 FOR VEHICLE POSITIONING GUIDANCE b EPDXY AND ADHESIVES DMS-6100 `t'g BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 2= SEE DETAIL'A' SEE DETAIL"B" Centerline TRAFFIC PAINT DMS-8200 —w Symmetrical around centerline HOT APPLIED THERMOPLASTIC DMS-8220 n m Type II-A-A PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS 8240 Continuous two way left turn lane T o ° o 0 o r a o 0 0 YDe I I A A q ° o r—� a , a o o All pavement marking materials Shall meet the g g I 80' ►I��40' —►��—40'—+I. 40'—�1 saspecifiedbymthe°planseri°I Specifications son gt 4::.> I.--.--f-I.--Er--.1.—.4,______....1 LiFn CENTERLINE FOR ALL TWO LANE ROADWAYS ° (4> TYx t c I r so' .. r� 1111 °8A Typel-C CENTERLINE AND LANE LINES FOR TWO—WAY LEFT TURN LANE A A o , , r o l , r—� o , , SEE DETAIL.T.Elir Type II-A-A .!;;; ° ° no7 Ref lector)zed 5- o o / TYPe I-C or tI-C-R Surface o O L , I�� _ VVV Ir/ vtii * (/ 80' ° ,-� A ° e Type I (Top View) o , o (� 4> Type 1-C or II-C-R h = a✓ F 1 r 1 O , , r , a [_ CENTERLINE & LANE LINE'S Raises pavement marker T I' 80' �I pd Type shoI clear Sr o face toward normal traffic,shall 'Es FOR FOUR LANE TWO—WAY HIGHWAYS be placed oe BO-foot centers. A A ,Y N Type II-A-A Alla Type II-A A I._2. t miums 14. 4, 7 LANE LINES FOR ONE—WAY ROADWAY (NON—FREEWAY FACILITIES) •efleceorized �MO 4 '4' Raised pavement markers Type II -R shall have clear face Type II (Top View) 1�_4. 1"-4' - iNW IIIIW toward normal traffic Ond red face toward wrong-way traffic. 4 _-I 4" II t TYpe II-A-A I'-2' 25°35°mox- min DETAIL "A" DETAIL "B" DETAIL "C" `Adhesive DO D D D D D D D D D k D D II D D D n o D D D D D D D D D o D D D D D D D D D D D GENERAL NOTES RoodwaY� CENTER OR EDGELINE Surface 12",1• SECTION A I. All raised pavement markers placed in broken lines m Er 0 D D I II shall be placed in line with and midway between ® II��I��11�1�.=.1M. 1�1�1�1 the stripes. I( 10' )k 30' )1 BROKEN LANE LINE RAISED PAVEMENT MARKERS 2. On concrete pavements the raised pavement markers should be placed to one side of the longitudinal REFLECTORIZED PROFILE 'aims. PATTERN DETAIL U Am'Texas Department of Transportation USING REFLECTIVE PROFILE PAVEMENT MARKINGS 41111111111\ Al Traffic Operations DA•lston IV,1" IB",1' k > k g/2.,,/�. POSITION GUIDANCE USING 4/A"��•N' 300 to 500 n,)I RAISED MARKERS ❑4" �L❑ OR —6') _ , I T in height D oR 5/z''/z' REFLECTORIZED PROFILE AuickfleldcheckforthethicknessofbaeL.Ji0' ' MARKINGS line and profile marking is approximately 2 to 3" 2 t° equal to a stock of 5 quarters to a maximum height of T quarters. NEFF NINIV PM(2)—12 4'EDGE LINE OR CENTERLINE OPTIONAL 6'EDGE LINE OR CENTERLINE 4•LANE LINE OPTIONAL 6'LANE LINE • • ' NOTE: 4-92 2-l0 `.,.'`I Profile markings shall not be placed on roadways .+ with a 5-00 2 12 o posted speed limit of 45 MPH or less. 9-� 2,M g _ 1 Mile(Lone Drop. i k vor�eso§-',' 1 4. - Yellow Solid PI 3'9' Dotted 8- i to lone line o o. i <'"';'3/4 Pi _. ..•_- _ .-_ ._ .. �= 48• 711,,,7 + °le �• ° Ts•4- �, w yp@ 1-C 1-white 4 o1(2 ;::::::„:25 «o` �+ broken �- • b ii;24'Rh i f e r Type I I-A-A, Ityp..-0 spaced of 20 '^it c o 0 0 0 -............... 1 N- ... Type I 1-A-A Markers i 2 b in r , 4•ye I low woken 4-ye I low so 1 id ~�� 4 - _-° __.__. 1,_ Fr g i 1 1 ii.... __,,. .._._... Id s -whte IyTy08li.eir,-. a a iT p.� y0e)1 e 4- C �..« • sDOced of 201 _, repo•So I i 4 7' 1§! ........ t i coV___33L___>.>._::,- t.�. �' DETAILA = 1; _ .e. SEE Waft ein .... C) ' O O li; MI041) X**Typically equal to.6 the length of storage lone 20' J T 1-C 8'wltito o ill ~ TV0-SAY STREET rsolid. TYPICAL TWLTL AT TWO-WAYCROSS STREET AND RIGHT TURN LANE DROP •-- ICL WLL 0 I 2 b o 1 s 1 Mile(Aux i l i ary Lane. �Ic_-lkilli DETAIL C .112 varies(See note 31 �4 � bi 12-whit-j 3' Dotted 6•rlhito Lane lin!! 24-Nhito crO8$waIk 9' Stop line IineS Ire ee � eeai'l. 11.1; o o T\.TYP 8e 1-C <3 .... Final placement St 8or o no o acemen op Fa .-_ GENERAL NOTES g and Crosswalk shall De approved Q 5 4-rh i to broken by the Engineer in the field. l.:Tier Bent 1.*o i TIrs for addi t i ono l RPM um - - DETAIL B i gillek-i ye I I Ow broken ye 2.Lane use word and arrow mar k i shall be used i )-41. IIOw where through(ones opprooching an intersection broken become mandatary turn I ones.Lone use word and arrow markings ah0u14 be used in auxiliary lanes - Di .ice MATERIAL SPEC 1 F l CA T IONS of substant i o l I ength. Lone use arrow markings 3: SIC O T•R A 4•ye I low so I i d or word and arrow markings may be used in other PAVEMENT MARKERS(REFLECTORIZEDI OMS-4200 lanes and turn boys for emphasis. Decode for • -�� EPDXY AND ADNE S I VE S OMS-61 DD Ski' Dds esigns for Tows�exos shown 7\- i n the Standard H i ghwoy Cc> BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS OMS-6130 3.toersfrorrrrols"sroUldfrbruredki?:41= s ore used,the length of 1 TRAFFIC PAINT OMS-8200 the boy is greater:rciding :77,,,i;bRigICii711. 1 . I oneusearrow ar' NOT APPLIED THERMOPLASTIC DMS-8220for o actort turn lone.it 1 4)1 0 '0' 4)s t tread end of the full-width turn lone. PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS-8240 for ups ' 4.Other crosswalk patterns as shown gvrCeS:Tresrbe All pavement harking materials shall meet the Manual onUniform Traffic Contra) ONE-WAYSTREET R HT TURN AUXILIARY LANETYPICAL TWLTL ATAND RIGHT os spec i f i ed by the plans. 5.Raised pavement marker Type 1 C with undivided I 7ighryshoLligh pmoevdenilaenns malnard k Ttyro 1 1e t-Ct-R urwn th Type II-A-A Markers 4'Yellow divided highways and raised medians. So l i d 6.A tern-way left-turn(MT,I one-use arrow poveTent ,• marking Snoulo 0e used of�just 4ownstream tram \ I Type II-A-A Markers the Degiruir of o tyro-way leTt-turn lane within a / Mk Tt.rer:e'crilon lRep :lerdlcgedffirugloayffirnot i�jN.20'� or requ i red .v. _ o a o o unless Stated e I@ i n the p 1 anew <3 1. .ile -45' ° . • • p ° 20• Full Lase Width Taos Deportment of Transportation Typical 12•Min. Traffic Oporaiones Division 0• ......•• . SEE OEM,A ° PAVEMENT MARKINGS FOR ° y TWOWAY LEFT TURN I 20• �. - ....... See note 6 DIVIDED HIGHWAYS AND 0�1 ITypl o4> RURAL LEFT TURN BAYS - - ::,,t:,,,,,.:-.:,::,' ltyp..e� See Note s PM(3)-12 T x.Apr i I I. as num us tow jam Toot j os TOO/ TYPICAL TRANSITiON FOR TWLTL s-oo 2.li""'°"s can sc`t Joe I Nmarar E.5 TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS AND DIViDED HIGHWAY 1:11a,st .... I ��NO. o:, Tzni NOTES • A1:Center of RR most to center of roiI: 12'mininun, 15'typicoI. S�dewoI orshore4 use pathway. g0• \VOA - CVNt..:::','� See lot at Pon at d sheets Detectable e warning nq A2:Tip of pate t0 center of roii: 12.min.., 15'typicoI. for peril str ion foci I it tes (x2) � `� 8=Center of most(cant i I ever,pate,or most f I asher)of nearest active ,�� be.8....1 it `���,' • V troff i c control shou I Shoulddevice beat least 8 8bock�from S+tes I i�Wiesen+moved C ` as needed,butgates, fiI See RCO(2) if>25' Curb eand - C:Center of detectable warning device to nearest roil:6'minimum l': ` EC 0:Center of'ate most to center of cant i 1 ever most:6'typical. �- E t NOTE:Cantilever may be located in front or behind gates. 1 4"Broken w1-1 \\, E:Edf medi an curbtstit: 10typil. R R 36•DA. 0 4'Y I I N 1►�` F=Edge Of p I sari( �Itram edge of pat841 li e ow aIC NOTE:Field panels deed not be in line with gouge panels. i 21!' (optional) Gs Length of panels along roil:8'typical. g g E 0 :if: c W..., A\ A\ H:Width of field pone I:2' typ i co I (check with railroad company). • I=D t stance between ro 1 I s=4'•8.5'. lb 4"Broken - �, .-24.White-� white � 24 wh i to � 8"white J:Tipofpots::y'COveriergsgLer4u:IfIcrot"ieToCnoll! eSSMOr90x?DA i . \14\ of troveIed ions. c====. . _ ____ Liri � Ks N�eorET esCabioneetonotR cabin requiredrom to�proI of peI etontedge0oftpovicw. ement. = 8 White Dt A\Vt\ t non-traversable medians A:-2 Ns Center of pate most to leading edge o non aversab e .. 0 100'minimum to qualify as a Qu i et Zone SSM. NOTE:60,111 - sun f i ce if there is o street intersection within the 100'and h iiciV $ r all street intersections within 60 are closed. I � 30' ( R �A\ 'n Vt\ , 2 ki ., IP �• gren,:nft 1 0=width g„,ZdrIf"„:;;6,... 7,1^,Linnur'n'4•3°V-1.=.1Miffr i an gates. o ( ♦ -c • NOTE: . �� 1,� 60 1111: ...1 b �1 If t.6' �4B 0 >tt Ps Center of RR most to fore of curb:4'-3•minimum.v+iw S Center of RR most to edge of pavement(with shoo I der): ' :•-o Center of RR moat to ,6.minimum a, wT R R w10-1 •1:i. NOTE=BNSF prefers 5'-3 a, T',and 9'-3"'minimums,respectively. o 36 D I A. -� Qs Gate lengths 28'or I ess typical,but ra i I road company may a t l ow o 24' 1. 20' _ 16'' •♦ up to 332'under special circumstances. ilk 2—WAY, MULTIPLE LANES EACH ,. •.• R:Stop 1 Ins to first RR Cssing tasverse line(bike lne)=50 typlol. DETAIL A DIRECTION �. < - •v, S:Stop I i ne to GRADE CROSSING ADVANCE WARNING(W10-1)sign andadjacent g F ♦ RR Crossing pavement markings.See Table 1.See RCO(2)for o+her signs. o 7co TABLE 1 LEGEND GENERAL NOTES Desirable 1.Medians and curbs must be non-traversable to qualify 8 Approach p 1 a nt i Sign as a Qu i et Zone Supp 1 ementary Safety Measure(SSM). Yellow a Non-traversable curbs in Quiet Zones are 6•toll minimum 4'Broken 10, 60' _ Speed(mph) (feet) Q object Marker and used an roadways where speed does not exceed 40 mph. j//- 4 Solid 20 100 �♦ pile Yellow 25 100 Traffic Flow 2.Raised pavement markers may be used to supplement striping. - - , 30 100 See PM(2)and PM(3)standard sheets. 06 = , 35 100 Q 1::::. 40 125 pssbe to pent45 1 T5 ound pates. 4.VErgitudIn.lIttrn:ttriOging may be continued thru crossing 50 250 01 Mit F I other may a I s be considered o n i ti time E S 55 325 p1 r visibility. 1 �' 60 400 1121-3:A. pI65 4T5 5.See SMD standard sheets for sign mount1ng detaila. 2 LANES,2—W AY �=-� TO 550 6.So tShig n Satnand dd emH ei h meyo rk I gn desa qn sfar Texas(SHSD)manual 75 - 650 71.10 Varies(check with IV�T E S ,� ra i'road company) 0� ["." lira Da parbmint of Vasa �� Concrete prods crossing pavement Pavement T T s Tip of gate to age of curb: P.,... 1•max far Quiet zone ssM, 6 R Fie Id 6„ RAILROAD CROSS I NG O' �,� � .�- 1 user t 1=7 Pano I 90X of traveled way covered • -_ - -, by rotes f�o I I other o J a Bose'°:A�' _ T•Tie , !.� ,,° SIGNING, STRIPING, AND Us curb . ength from rone:S117,4. min. ( cCi ° 8•�''ast *• +• DEVICE PLACEMENT foraQuiet Bose Material .4> = ::::::: : S pry 10'min for oil other RCD(1)-1 6 , -1p�J I ocat ions. -- 6.Perforated drain pipe ►us. rcd1-16.dgn ma TxDOT .TxDOT Too TxDOT lus TxDOT W10-1 oi. 11: with ba 1 I ast(os needed) CQ TxDOT FEBRUARY 2016 Con MC, ,roe .30..., 36 01A. 1—WAY STREET WITH CURB ���s� ,:e*eCROSSING SURFACE CROSS SECTION o,=T � SNEET NO. o�, 1 L„ii A 50• .. 50' .:2 TABLE 1 ' GENERAL NOTES 1.Railroad company to provide active traffic control devices, .... -�� �T �--� Approoch Desirable CR0558UCK tR15-1),NUMBER OF TRACKS P I opus tRt 5-ZP) tit more than j '_�. I Speed P I acement 1 track),and EMERGENCY NOTIFICATION t I-13)signs. -- I ,� E (mph) (feet) ----� ---- -+ 2.LOW GROUND CLEARANCE tW10-5)signs may be relocated further Rt ®ORØM ®F ®OR® d C M ®OR® 20 100 upstream of cossig toprodadane warnig of oItrnate rote. N® p I5' NOTES 25 100 3.GRADE CROSSING AND INTERSECTION ADVANCE WARNING(W10-2)signs may 100 min See Table 1 E:i� mi n30 1� be modified oa needed to fit roadway geometry. 1.A shored use pathway is cons i dared a separate pathway 35 100 k-: See Table 1 crossing when more than 25'from trove l ed way of od j ocent roadway. 40 _ 125 4. Table 1 p I oceinent distances may very per Sect.2C.05 of the TIlTCD. � 1. (i f no©or®sign used) T 45 250 5.See Table I to determine p t acement of STOP AHEAD(W3-1)and �� NO ES 2.Detectable warning used of atop bar. 50 YIELD AHEAD(W3-2)signs unless shown otherwise. .♦. 1.Stop or yield sign may also be 55 325 ig i Hato t I ed to the left of the 3.Sao I I er sign s i zea preferred than shown to the r i t _ croasb�k sign,rather than be I ow i t, on this sheet. 60 400 6.00 NOT STOP ON TRACKS tR8 8)signs installed when potential for 65 475 vehicles stopping on trucks is significant as determined by Ili sealing engineer. Install so sign does not block view of RR most. PASSIVE CROSSING 2.A2"whiteretro�reflactivestripPATHWAY CROSSING 70 550le sho I I be installed on front and bock 75 650 7.See the Stvndard H i ghwoy Sign Design for Texas tSHSD)manual for b of cro88buck sign post. sign and pavement marking details. gg SIGNS NOTE lib 6 IF NEEDED ® This design snows o 4-way stop scenario •a 14 i35- onIy, other signs nay be substituted foryll___ *e ss E 2 traffic signal or other traffic contra I D -- 11'® II -. 13e. scenarios.oa. This note also so opp I i es to =� ' R R T-ntersection deal below. = ± ;47. .� � I � a - � .� 411;1— i60X6 1 -5 III � C> • , " ;� A 5 4 See Table e 1 1169()-1A. w10-2Lw10-2RLQBID w10-5P_ o" Ns ►� 12 ., .. 3 p " 4 " " OO O O a�A cEO �� 6 t 36X36 36X36 30 x24ill! ,r.- ® 2 WAY . 4O h = IF NEEDED IF NEEDED °' �t�Rt -t • Min 7' median width Min 6' median width /<y' 4 5 " =k tosupport sign tosupport sign DO N 0 TIlDio.. 8 X9 p II li I • = suppo s g g i. STOP R1-1 " L9`- , �� -- ... / ---- j36X36 3 ____ I. ON TRACKS R 15-2P p flI O ---� ♦�+ILsk ®1 OF 1 � TRACKS Rt-3P27 x18• o (.9F•8- . " " RI-1 .��, _.___ 18 X6 36"X36" E'. {• - ♦ Side I i ghts Cif"A"<100•) I+ T-- 4\R8-8 4 „ O w3p 1 Q 8 $ t 24 X30 30 X30 v O oF - „,,,. pi;▪ ,,,o i See Table 1 -'(S,' R 15 1 W 10 1 ' "WANT � oy 48"X9" f. R R ,...4.,.... F+ 2-WAY `��--� 7, `.I► - 36"0 I A. aroa��ear sw M O V o "A" , WITH MEDIAN 3 ?y R15 1 "A" (100' >100 R15-2P Ob• 48"X9" Sign may ...3 27"X18a . . be placed See Table 1.Place pavement markings E311 O 3 't P IIO TES W 10 13P perpend. and signs on opposite side of See Table 1.Place pavement markings and signs \V/ R 5-2 " to Gravel "B" intersection from rail if spac i ng between ra i I and intersection if spacing from 2 7"X 1 8" Di U58TS 30 X24 I ones. from Table 1 would put markings Table 1 would put markings within intersection. - - within intersection. .� R1-2 10 1 1 s s @I;I)3C9" 9 " ,. " _ o GRADE CROSSING AND INTERSECTION ADVANCE WARNING 48 X48 X48 IW10-2,W10-3,W10-4)signs should only be = ZC "C" See Tab I e 1. installed if W 10-1 sign is not between - IF NEEDED N*I nc t odes a NO TRAIN HORN P I aque(W10-9P) intersection and railroad crossing. If needed, g't if crossing is in a Quiet Ione.LOW GROUND see Table 1. CLEARANCE Plaque(W10-5P) if needed is ®I. mounted below W10-2/WIO-3/W10-4 signs. k See Table 1 GRADE CROSSING NEAR A PARALLEL STREET 1-WAY Ow0230" l0VCROWD w10-5P !MINN 30"X24" 30"X24" CLEARANCE 5 4® See Table 1 ® 4© i® 0 �O �7 �4 ma** Tiaras of Vonsportaffo�n S E t 1111 w E = RAILROAD CROSSING I.- 1 .,„ NOTE 11 : = 7 4 - Rai I row crossing pavement markings and '; , 5 SIGNING & STRIPING . F OF 1.- adjacent signs not included when distance 4 >100' between near edge of i nteraect i on and near NOTE .I rot. Is less than 100'. GRADE CROSSING k See T Table I e 1 AND INTERSECTION ADVANCE WARNING(W10-3) Separate active traffic RCD(2) 1 6 ',Use Table 1 if sufficient signs installed on roadway parallel with control devices,railroad c tt.E. rcd2-16.titan., tqa TxDOT cR.7x00T 1t�+TxQOT IC.TxDOT space exists. rail in this case, crossing pavement markings, 1 and adjacent signs requ i red CO TxDOT FEBRUARY 6 coal SECT . aide AI r�vista+s j fiL3 T-INTERSECTION when $rocks are more than 2 ADJACENT CROSSINGS 1 oo•apart 01s, ..u.TY s.,ET... Utz, ti2J TRAFFIC CONTROL STANDARD DETAILS AND EXHIBITS n 4.9' 19.7" 6' 24.5' 191 • BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: q..44-_ - -- • 1. The Barricade and Construction Standard Sheets (BC sheets) are intended ^L) COLORS: -N� FLU ES ORCENT n a! to show typical examples for placement of temporary traffic control R-.13- • N BACKGROUND STAY ALERT _--;7,,_' r o BACKGROUND �" devices, construction pavement markings, and typical work zone signs. �+ BLACK T> The information contained in these sheets meet or exceed the requirements R-1 1. N BORDER AND shown in the "Texas Manuol on Uniform Traffic Control Devices" (TMUTCD). l I LEGEND C 6 $ -- t 1.25. m g.: 2. The development and design of the Traffic Control Pion (TCP)i s the �-R••79- - U• ORANGE f -� a' responsibility of the Engineer. ` -� FLUORESCENT �J 1!BACKGROUND .' . 6 .'- 3. The Contractor may propose changes t0 the TCP that Ore signed and sealed R•75 LEGEND,BLACK , N L g by a licensed professional engineer for approva I. The Engineer may deve I op, SMITE BORDER SrMgpL o'e' sign and seal Contractor proposed changes. •• 'A oi3 r -.-I.25- $:Y 4. The Contractor is responsible for installing and maintaining the traffic BLACK vi 1\ a`r control devices as shown in the plans. The Contractor may not move or change 0 .75"+ T gg the approximate location of any device without the approval of the Engineer. ` IC , _ n g18 5. Geometric design of lane shifts and detours should, when possible, meet the WHITE - _ TALK OR TEXT LATER g$r applicable design Criteria contained in manuals such as the American _ O O sL i / f I .~~ Association of State Highway and Transportation Officials (AASHT0), 'I.far) .... P0- -I- 20- 1, 20• x83 "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway ✓ 1 Design Manual" or engineering judgment. D' CD CD CD 3.5• 12• 2.8.6.3.2.8• 1 I,7• 2.8• 14.6- 3.5' t-ii.> 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC m O O O 60• an FINES DOUBLE, and other advance warning signs if the signing would be 'g 4 b redundant and the work areas appear continuous to the motorists. If the N 3.0"ROdiva, 1.25'Border,0.7s•indent,Block on Ye low; adjacent project is completed first, the Contractor shall erect the a� CD CD CDCSTAY ALERT)Font D 8 g! necessary warning signs os shown on these sheets, the TCP sheets or as = 3.0"Radius, 25'Border,0.75'indent,Block on Orange; directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shot I be ► 1 (TALK OR TEXT LATER)Fong C specified length; .-4 revised to show appropriate work zone distance. f; v b 1.68".67.1.68".671.68• W, g 7. The Engineer toy require duplicate worning signs on the median side of 5a divided highways where median width will permit and traffic volumes .31• , 1• 6.38- 1• ,.31. r-o justify the signing. r8o11111111111111111 :Tv}� 8. All signs shall be constructed in accordance with the details found in the o.8 'Standard Highway Sign Designs for Texas," latest edition. Sign details oft not shown in this manual shall be shown in the plots or the Engineer shall r provide a detail to the Contractor before the sign is manufactured. SIGN DETAIL (G20-10T) -!mr 551 c' 9. The temporary traffic control devices shown in the illustrations of the Yo BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20 10T) and the WORK ZONE TRAFFIC FINES DOUBLE Only pre-qualified products shall be used. The "Compliant Work Zone sign with plaque shall be erected in advance of the CSJ limits. However, Traffic Control Devices List" (CWZTCD) describes pre-qualified products the TRAFFIC FINES DOUBLE sign will not be required on projects consisting solely of mobile operation work, such as striping or milling edgeline rumble and their sources and may be found on line at the web address given strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs below or by contacting. shall be erected at or near the CSJ limits. Texas Department of Transportation 11. Except for devices required by Note 10, traffic control devices should Traffic Operations Division TE be in place only while work is actually in progress or a definite need Phone (512) 416 3118 exists. 12. The Engineer has the final decision on the locution of all traffic control devices. SHEET 1 OF 12 THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT - 7Ya/t1c 13. Inactive equipment and work vehicles, including workers' private vehicles OPerauc, Texas rtmant of Transportation DlNsbn must be parked away from travel lanes. They should be as close to the http://WWW.b(dot.gOV aPa P Standard right-of-way line as possible, or located behind o barrier or guardrail, or as approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST (MPL) GENERAL NOTES 1. Workers on foot who are exposed to traffic or to construction equipment ROADWAY DESIGN MANUAL SEE "MANUALS (ONLINE MANUALS)" AND REQUIREMENTS within the right-of-way shall wear high-visibility safety apparel meeting STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) the requirements of ISEA "American Notional Standard for High-Visibility BC(1)—14 Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) ta, Dc_140g„ o,Tzoor c.,rx0orio..r0or Ir..rpor Performance for Class 2 or 3 risk exposure. C I ass 3 garments shou I d be TRAFFIC ENGINEERING STANDARD SHEETS ©rxDOT noveaber 2002 cow SECTI� JOB I .1.r.r considered for high traffic volume work areas or night time work. .Ev.., ww 4-03 5,0 8,4 otsr I cou.Tr s.Ecr w. J o LL 9-07 7,3 9S TYPICAL LOCATION OF CROSSROAD SIGNS T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING�'g" ROAD WORK ROAD :t° nr,s1 .� a NEXT X MILES WORK SIZE SPAC 1 NG G20.2 1.41.1 ( t i ono I •NEXT x MILES AHEAD .477.12K.G20-1 bTR G20.1 bTl n �see Note G20-1oT Cw20-to . ISignConvent i ono I E x resswa/ Posted Sign 0 m I and 41 X p y Number Speed Spacing od INTERSECTED 1 Woe*-C i t r 1000.-1500'-Fir/ or Series Road Freeway «x., � l ` � i RoaDWaY 1000.-1S00.-Hwy 1 Block-city i i iMPN Feet i 1; CROSSROAD x x x 0 - CW204 IApprx.) 2?-7- F X * X X �. CSI G20-5aP WORK CW21 " ., 30 120 G20_5oP I?: L imp t ZONECW22 48 x 48 48 x 48.* 1 - BEGIN m'n' " TRAFFIC CW23 35 160 TRAFFIC G20 5T R�ppAO WORK R20-ST :II:at'? R -T NExt x YILESFI)!ES CW25 40 240 FINS 45 320 WORK ROAD WORK ?0 S MaE i T . DOUBLE .. AHEAD rxrrarn DOUBLE G20-67 art. .R„. , _ ENOI R20-5aTP �� � R20-SaTP .� CW1, CW2 } m CW20 1 D G20-2CW7,CW8, 36"x 36" 48"x 48" 50 400 F.: G20-IoT i:EigrifilROAD/ORK � � 55 5002 �' CW9,Cw1 1, a` CW14 60 600 2 1101 " " IROLIORKI 65 700 2 &May be mounted on back of ROAD WORK AHEAD IC100-1D)sign with approval of Engineer. G20-2 CW3 CW4 ? (See note 2 below, TO 800 m 1.The typical minimum signing on a crossroad oppro.should be o ROAD WORK AHEAD"(CW20-1D)sign and a CSJ LIMITS AT T-INTERSECT ION CW8, Cw6, 48 x 48" 48 x 48 CW8-3, 75 900 2 g°: (620-2)"END ROAD WORK'sign,un I ess noted other.se in p I ans. CW 10, CW 1 2 80 10002 niS 2.The Engineer may use the reduced size 36"x 36.MAD WORK AHEAD(CW20.10)sign mounted back to bock 1.The Engineer will determine the types and I ocat i on Of any odd i t i ona I traffic control devices, 3 °x m with the reduced size 36°x 18""ENO ROAD WORK.1020-2) sign on low volume crossroads Isee Note 4 under such as o flogger and accompanying signs,or other signs,that should be used when work is * * V-' "Typical Construction Warning Sign Size and Spot i Ng").See the"Standard Highway Sign Designs for being Performed of or near an intersection. _ifF" Texas"montrolforsigndetails.Theineermaygmittheadvancewarningsign8 Onlowvolu>ne crossroads.TheEngineerw i IIdetermwhether q roadi s I ow voIume.Thisinformot ion sho1Ibe shown 2. I f construction c I oses the road of a T-intersection the Contractor sho I I p l ace the"CON TRAC T�i *For typicoI sign spacings on divided hiwoys,expressways and freeways, + in the p I ans. NAME"(G20-6 T)sign behind the Type 3 Borr i codes for the rood closure(see BC 110)also). see Port 6 of the"Texas Manual on Un i form Traffic Control Devices" ,. existing " ITM1TC0)typ i ca I app I i cot i on diagrams or TCP Standard Sheets. �}� 3.Based on conditions,the Eng i neerl�Inspector may requ�re Odd�t i ono I s�gr►s such as FLAGGER The"ROAD WORK NEXT X MILES"left arrow(G20-1 bTL)and"ROAD WORK NEXT X MILES.right arrow AHEAD,1005E GRAVEL,or other appropriate signs.Nhen add i t i ono I signs are required,these signs w i I I (G20-1 bTR)"signs sho I l be rep I aced by the detour signing co 1 I ed for in the plans. a Minimum distance stance from work area to first Advance Warning sign nearest the �' be ca s i dared part of the m i n i mum requirements.The Ertg i Weer/Inspector w i I t determine the proper , location and spacing of any sign not shown on thq 8C sheets,Traffic Control Plan sheets the Work work area and/or distance between each additional sign. zone Stadts. GENERAL NOTEs Ill[h 4.The'ROAD NORK NEXT X M I LES"(G20-1 oT)s i gn sho I I be required of high vo I ume crossroads to odv i se !Ali motorists of the length of construction in either direction from the intersection.The Engineer 1.Special or larger size signs may be used os necessary. i:t6 will determine whether o roadway is considered high volume. ~ 5.Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. 2.Distance between signs should be increased as required to hove 1500 feet tlik. 6.When work occurs in the intersection oreo,opprop iate traffic control devices,os shown elsewhere in advance warning. 4 o the p I ans or as determined by the Eng i Weer/1 nspedtor,sha I t be in p l ace. „$o - 3.D i stance between s k gns shou I d be increased as requ i red to hove 1/2 mile SAIrP x♦ LE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS or more advance warning. f... WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS k oD LI G20-9TP**:ffCIEK: 4.36"x 36"'ROAD WORK AHEAD"(CW20-10)signs may be used on low volume SPEED T crossroads of the discretion of the Engineer.See Note 2 under"Typical STAY ALER``' `� B !NDO ROAD LIMIT OBEY Location of Crossroad Signs°. **G20-5T R K NOTWORKR20-5T*�E fIIES �� NARKING PASS AHEAD y ng gn sizes ore indicated. !g.T..2 CW1-4L R4-1 /�Xu v+ X Y lES IL, DOUBLE �`' SUMS S.Only diamond shaped warning sign ' c f- CW20-1 D ROAD Mat leg oppropr kite) ROAD **G20-6T u CW13-1 P **R2-1 R20-5aTP** TALK OR TEXT LATER STATE LAW p , o �c o WORK 01:11-4R un CW20-10 6.See sign size Iist���n TMUTCD,Sign Appendix or the Standard H�¢�way WORK 52: AHEAD O\:" -1 oT* R20-3T Sign Designs for Texas"manual for complete list of available sign design AHEAD 3X X X 10 1r1 CW13-1P TYDe 3 9crricode or X X X X X X X sizes' .E;221 - c nelkzing devices M' 4 4 a d 4 4 4 4 a LEGEND I .....\ O r tl :::!:-'2. .... � � lO � Type 3 Borr i code __ O 1 O O O ChonneIizing Devices '� IP% I Beginning of ll'itif°, * E� • AID-PASSING R2-1 N0R1(ONE O Z S i 9n 3X ChortneIizip. CSJ Limit Iine should Z G20 ZbT Devices END coordinate O X X See Typical Construction When extended distances occur between minimal work spaces,the Engineer/Inspector should ensure odd i t i ono t ROAD NOR1( with sign Worn I ng Sign Size and "ROAD WORK AHEAD"(CW20-1 D)s i gns are p I aced in odv once of these work areas to remind drivers they are st i I I G20-2** location NOTES X Spoc i ng chart or the within the project limits.See the app I i cob l e TO sheets for exact I ocat i on and spacing of signs and TMUTCD for sign channeIIzing devices. The Contractor shall determine the appropriate distance spacing requirements. SAMPLE LAYOUT OF SIGNING FOR WORK BIG I NN I NG DOWNSTREAM OF THE CSJ LIMITS to be p l aced on the G20-1 series signs and"BEGIN ROAD k WORK WORK NEXT X MILES".20-57)s i gn for each specific project. SHEET 2 OF 12 *G20-'11 ZONE STAY ALERT This distance shall replace the X and shall be rounded - GIN K SPEED TRAFFIC O1SEY to the nearest who I e mile with the approval of the Engineer. 41,10• 1.1010 **G20 5T **R20-5T FINES WARNING No dec i mo I s sho I I De used. Tiffs 1'b n�nt 7�1t1e t�Orf ROAD ! ROAD ROADaiD,Y lES LIMIT ��II slc�s �, �,,� D CLOSED R11-2 AtTERAKD WOKMDOUBIE ,� " _ ,CWI-4L ./:MILE /°0,'� )Q( �, TAuc OR TEXT LATER STATE LAW 0 The BEGIN WORK ZONE(G20-9TP)and END WORK ZONE IG20 2bT) EllirP;i3code G20.6Tn, **R20-SoTP shoI I be used as shown on the sumpIe Iayout when advance l<=1CW1-6 or XX Cw13-IP CW20-10 CW20-tE ** ....n* **R2-1 '\::20.-toT\ R20-3T signs ore required outside the CSJ Limits.They inform the channel izing MoM ** motorist of entering orleaving a port of the work zone BARRICADE AND CONSTRUCTION devices lying outside the CSJ Limits where traffic fines may double Nx x x y xx xx if workers ore present. PROJECT L IM I T 4 4 4 1 ..Required CSJ Limit signing.See Note 10 on BCI1). TRAFFIC I I FINES DOUBLE signs will not be required on projects q I �_ consisting solely of mobile operations work. I ChoMel izinq j'��-CSJ limit Area for pl oCement Of"ROAD WORK AHAD"ICW2-1 Dl s ign BC ) 14 Devices l 0 Ond Other signs Or devices Os COI I ed fOr On the Traffic F��E� �_1 d, ..T.T lc.TOOT LoM�TOOT I cui TOOT X H�SPEED R2-1 Control Plan. ©TOOT 4ovember 2002 cow sac* ,roe M�wm�r ••« SPACE ENO LIMIT * ravca�ars W W piORKIA O Contractor 7,i,e,install o regulatory speed limit sign of a-' X X O the end of work zee. 9-13 814 DIST MATT WIT No. c� ! G20-2** 1-13 T 9s TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory,established in accordance with the'Procedures for Establishing Speed tones,' i'. and approved by the Texas Transportation Commission,or by City Ordinance when within Incorporated City Limits. °i Reduced speeds should onlybeposted in the vicinity Signing •shown for cs� of work activity and not throughout the entire project.•r One d 1 rec t i an only. C S J � Sege�t21 f� LIMITS Zg- Regu I story work zone speed signs (R2-1) shall I be removed see BC(2)f� LIMITS additional advance additional advance .} signing• or covered during periods when they are not needed. Signing. :(1::-; o- iliI .4. ....,' .,,,.. -1-7-_, -I-- --- F21 NX ,XV%\\% N 7 , \ -\\ ii b I° I I° b I° I° I° b I° / -°r See General See General WI\ .11( 1750'-1500'1 Note 4 F.<See General Note 4 (750'-1500') Kate 4 toii ,..1\ 1:14, A A A A A it SPEED WORK G20-5oP WORK ZONE ''.- LIMIT <>113-5 ZO SPEED L `p ZaP 70 SEED 70 uiij LIMIT SPEED �� R2-I �0 6 0gi - LIMIT LIMIT 6 0 cw3-5 R2-1 R2-1 6 0 iv? 60 1.9 GUIDANCE FOR USE: !i: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES i.-: VI This type of work zone speed limit should be included on the design of 1.Regulatory work zone speed limits should be used only for sections of construction w l t the traffic control plans when restricted geometrics with a lower design projects where speed control is of major importance. ��,. speed are present in the work zone and modification of the geometrics to 2.Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum d v« a higher design speed is not feasible. mounting height, w /13 o Long/Intermediate Term Work Zone Speed Limit signs,when approved as described 3.Speed zone signs are illustrated for one direction of travel and are normally posted above,should be posted and visible to the motorist when work activity is present, for each dlrectlon of travel. Work activity may also be defined as a change in the roadway that requires 4.Frequency of work zone speed limit signs should be: a reduced speed for motorists to safely negotiate the work area, including: 40 mph and greater 0.2 to 2 miles a)rough road or damaged pavement surface 35 mph and less 0.2 to 1 mile b)substantial alteration of roadway geometrics(diversions) c)construction detours 5.Regulatory speed limit signs shall hove block legend and border on a white reflective d)grade background(See"Reflective Sheeting"on BC(4)). e)width f)other conditions readily apparent to the driver 6.Fabrication,erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, As long as any of these conditions exist,the work zone speed limit signs "WORK ZONE"(G20-5oP)plaque and the"SPEED LIMIT"(R2-1)signs shall not be paid for should retrain in place, directly,but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed,unless as SHORT TERM WORK ZONE SPEED LIMITS otherwise noted under"REMOVING OR COVERING"on BC(4). This type of work zone speed limit may be included on the design of 8. Techniques that may help reduce traffic speeds include but are not limited to: SHEET 3 OF 12 the traffic control plans when workers or equipment ore not behind concrete A.Law enforcement. Am** Waffle Oposottons barrier,when work activity is within 10 feet of the traveled way or actually B.Flogger stationed next to sign. p in the trave I l ed way. C.Portable changeable message sign(PCMS). 1' ' '"" " ' °" d D.Low-power(drone)radar transmitter. Short Term Work Zone Speed Limit signs should be posted and visible to the E.Speed monitor trailers or signs. motorists on i y when work activity is present.When work activity is not BARR I CADE AND CONSTRUCT ION present,signs shall be removed or covered. 9.Speeds shown on details above ore for illustration only. (See Removing or Covering on BC(4)). Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED LIMIT 10.For more specific guidance concerning the type of work,work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form s1204 in the TxDOT e-form system. BC (3) _1 4 .". be-14.dcwi OW TxDOT lc.TxDOT 13i.TOOT l Cris TxDOT ©TxDOT moV8 ri 2002 cc sic' JOB MIDWAY aEvlaloNcc. F,.."S' 9-OT -1 LIST COUNTY I WET NO. -• 7-13 o 97 i GENERAL NOTES FOR WORK ZONE SIGNS TYPICAL MINI CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS I. Contractor shall instal I and maintain signs in a straight and plumb condition and/or os directed by the Engineer. 2. wooden sign posts shall be pointed white. 3. Barricades shall NOT be used os sign supports. 12'min. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate,worn,and i'.. . ROAD guide the traveling public safely through the work zone. ROAD ROAD m i n i nuns ROAD �0�� 5. The Contractor may furnish either the sign design shown in the p I ans or in the"Standard H i ghtway Sign Designs for Texas.(SHSD).The c i • STORK WORK • from VI0RKEngineer/Inspector may require the Contractor to furnish other work zone signs that are shorn in the TMUTCD but may hove been omitted > AHEAD from the plans.Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's + AHEAD 6, AHEAD curb AHEAD Responsible Person.All changes must be documented in writing before being implemented. This can include documenting the Changes in P.u ari # L .--� I the Inspector's TxDOT diary and having both the Inspector and Contractor initial and dote the agreed upon changes. ruin. a Traffic Control Device list.(CwZTCO).The Contractor � � 6. The Contractor shall furnish sign supports listed�n the Compliant work Zone ruff c Cont *': 1 g .X 10 I she I I i nsto I I the sign support in accordance with the manufacturer's reconmendat i ons.If there is a quest i on regarding i nsta I I of i on o - _ i t procedures,the Contractor shaII furnish the Engineer a copy of the manufacturer's instaIlation recommendatiens so the Engineer con T.0 min. a I •2w - 7.0'min. T.0'min. verify the correct procedures ore being foIIowed. .r uI0-6 g•0 mmx• 6 or 7. The Contractor 18 responsible for installing signs on approved supports and replacing signs with damaged or crocked substrates and/or .�`- • • 9.0 max. - +=O ; gr-er �`C ,r 9.0 max. 6.0 min. gypped or marred reflective sheet 1 nq as directed by the Engineer/Inspector. a a �" 8. Identification markings may be shown only on the bock of the sign substrate.The maximum height of letters and/or company logos used for identification shall be 1 inch. !1 i ,o�r�irrrrrri e I 0,,,..,rrrr� 9. The Contractor sha 1 I rep I ace damaged wood posts.New or damaged wood sign posts sha I I not be sp I i ced. r Paved �� y/:��rq�/ �����/���,/�� -1 '-P � iii, �- p11RAT LON OF WORK tali�t i nwQ pY the'Texas Manual on 11n 1 torR1 Traffic Control Div 1 boa'Part 61 shoo I der �\\, sh4u eder `�`\/ * 1. The types of sign supports,sign mounting height,the size of signs,and the type of sign substrates can vary based on the type of work being performed.The Engineer is responsible for selecting the appropriate size sign for the type of work being performed.The �'2 ii Contractor is responsible for ensuring the sign support,sign mounting height and substrate meets manufacturer's recommendations in v when placing skid supports on unlevel ground,the leg post lengths must be adjusted so the sign appears straight and plumb. regard to crashworthiness and duration of work requirements. I i CI: Objects shall NOT be placed under skids os o means of leveling. o. Long-term stationary-work that occupies a location more than 3 days. b. Intermediate-term stationary-work that occupies o location more than one daylight period up to 3 days,or nighttime work lasting } ..When plaques ore placed or dual-leg supports,they should be attached to the upright nearest the travel lone. . more than one hour. `''$� c Short-term stationary-daytime work that occupies a location for more than 1 hour 1n a single daylight period. � Supplemental plaques(advisory or distance)should not cover the surface of the parent sign, d. Short,duration-work that occupies a location up to 1 hour. x~' e. Mob i l e-work that moves continuously Or intermittent,(stopping for up to opprox i mote 1 y 15 minutes.) :- i ;1 G�MOUNTING HEIGHT a � ATTACHMENT FOR SIGN SUPPORTS Support Attachment to wooden supports he bottom of Long-term/Intermediate-term signs shall be at Ieost 7 feet,but not more than 9 feet,above the paved surface,except wi; shall not as shown for supplemental plaques mounted below other signs. r ::::urign wrII re by Dolts and,nuts2• The bottom of Short-term/Short Duration s�a}` -7- or screws.Use s an s or the ouuwd. signs shall De o mi n imam of I foot above the pavement surface but no more than 2 feet above manufacturer's recommended 3. L erm/Intermediate-term i i ZORE Ong- Signs may be used in I i eu of Short-term/Short purot i on s i gn i nq, 1 1,'I `ry procedures for attaching sign 4. Short-term/Short Duration signs shall be used only during daylight and shall be removed of the end of the workday or raised to iLong-term/Intermediatei i t. !I..: .. � •���v,�a�t����au�,t���uua�a�ua�,• substrates to other types of appropriate sign height. TJ1C '� g;qn guppor tg 5. Requ I story s i qne she I I be notated of I east 7 feet,but not more thou 9 feet,above tra paved surface regard I ess of wor durat r t \vnot U�10'1111 D i'.. F[KS 40\ 1. The Contractor sheII furnish the 8iQn Sizes shown on BC I2)unless otherwise shorn in the plens or os directed by the Engineer. � protrude above sign r-1 r-, 1GN S�IASTRATEA DNPLE MORK OR1. The Contractor shall ensure the sign substrate is installed in oecordonce with the manufacturer's reco mendat i ons for the type of sign t?4 � ,2 Nails I s shall I NOT �" t c support that is be 1 ng used.The CWZTCO lists each substrate that can be used on the d 1 f ferent types and mode I s of s 1 gn supports. g} -_ 1 i AHEAD be 0 I I owed. 2. "Mesh•type individual i o I s are NOT an approved sign substrate,regardless of the tightness of the weave. _ . t 2 WORM EOCh 8I 3. All wooden 1ndividuoI sign panels fabricated from 2 or more pieces shall hove one or more plywood cleat,1/2 thick by 6 wide, ♦Si A1� T \� fostered to the bock of the sign and extending fully across the sign.The cleat shall be attached to the bock of the sign using wood c a ° ' Sign supports she I I \ I ,g- seta I I be attached screws that do not penetrate the face of the sign pane I.The screws sha I I be p I aced on both s i des of the sp I i ce and spaced of 6" extend more than .����,»„��u�����u�»„����"ti���4�,,,��r��,�,�•��� • • Centers.The Engineer may approve Otter methods Of sp I i c i ftq the 9 i gn face. ,,` directly reC f l y to the sign q�n REFE,EGT 1 vE S1tEE T I NG Mit, 1/2 way up the •. - back of the sign `' support.Multiple I i t f sheeting meeting t I r fro-ref I ect i v i t requirements of DMS-8300 .. �,,, 1. All signs shall be retroref ect ve and constructed o shee ng mee ng he color and e y J •-t substrate. signs sha l I not be for rigid signs or OMS-8310 for roll-up signs.The web address for OMS specifications is shown on BC(1). n c+ FRONT ELEVATION j o i reed or sp I i Ced by 2• white sheeting,meeting the requirements of DVS-8300 Type A,sha I I be used for signs with a wh i to background. c Y o wood,metal or Wood 3. Orange sheeting,meeting the requirements of DMS-8300 Type B FI.or Type C,L,sha I I be used for rigid signs with orange backgrounds. Fiber Reinforced Plastic any mewls. SIGN LETTER4 supports shall not be 1. All sign letters and rafters sha I I be c I ear,and open rounded type uppercase a I phobet letters as approved by the Federal Highway Splicing embedded perforated square metal tubing in order to extend post Administration(FHWA)and as published in the.Standard Highway j Design for Texas manual.Signs,letters ad nmbers sall bebo I ts,two eXtende4 Or repo I red Spec i f i cot i ens. obove and two be I or the spice point.Sp I i ce must be located entirely behind SIDE ELEVATION by sp I 1 C 1 ng or REMOVING OR COVERING the sign substrate,not near the base of the support,Splice insert lengths Wood other means. 1. When signmessages may be confusing or do not I the signs should be of least 5 times nominal post size,centered on the splice and � ng apply, gna shall be removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when of at least the same gouge NO al, the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any i intersections where the sign may be seen from approaching traffic. 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway.These signs should be removed or completely STOP/SLOW PADDLES CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS covered when not required. 1.STOP/SLOIh Dodd I es are the primary method to con ro I traffic WITHIN THE PROJECT LIMITS 4. when signs ore covered,the meter i a I used sha I I be opaque,such os heavy mil b I ock plastic,or other muter i a I s which will cover the by(loggers.The STOP/STOW paddle size should•�24"x 24" entire sign face and maintain their opaque properties under automobile headlights of night,without damaging the sign sheeting. 5. Burlap shall NOT be used to cover signs. as detailed below. 1. Permanent signs are used to give notice of traffic lows or regulations,call 6. Duct tope or other adhesive material shall NOT be affixed too sign fore. 2.When used at night,the STOP/SLOW paddle shall attention to conditions that ore potentially hazardous to traffic operations, 7. Signs and anchor stubs shall be removed and holes badcfilled upon completion of work. retroref lector i zed. show route des i gnat i ons,dent i notions,directions,d i stances,services,points S 1 GN SNORT WEIGHTS 3.STOP/SLOW paddles may be attached too staff wii o minimum of interest,and other geographical,recreational,or cultural information. I. where sign supports require the use of weights to keep from turning over, length of 6 to the bottom of the sign. Drivers proceeding through o work zone need the same,if not better route 4.Any I i ghts incorporated into the STOP or SLOW•••I e faces gu i dance as normma I 1 y i nsta l I ed on a roadway without construction. the use of sandbags with dry,copes ion 1 ess sand shou I d be used. SHEET 4 OF 1 2 shall onlybe as specifically described in Sect on 6E.03 2. The sandbags will be tied shut to keep the sand from spilling and to Y 2. permanent regulatory or warning signs Conflict with rock tore conditions, maintain o constant weight. • Hand Signaling Devices in the TMUTCD. remove or cover the permanent signs until the permanent sign message matches 3. Rode,concrete,iron,steel or other solid objects shall not be permitted the roadway condition. 'RAW OJW�ltaiollfor use os sign suspport weights. o! non g 3. When existing permanent signs ore moved and relocated due to construction 4. Sandhogs should weigh o minimum of 35 Ibs and o maximum of 50 lbs. purposes,they shall De visible to motorists at all times. 5. Sandbags shall be mode of a durable material that tears upon vehicular //::-..---7-7:',.',,, g 4. :fr4stin::signs ore to be relocated on their original supports,they shall beimpact.Rubber(such os fire inner tubes)shall NOT Oe used. ledn crashworthy bones as shown on the SMD Standard sheets.The signs6. (tubber ballasts deli '513+ 49. - iring heights shown on the BC Sheets or the SMOgnsd for dwanneIiting dev1ces shwouId not oe used forBARRICADS AND CONSTRUCTION Dhis work shOu l d be paid for warder the aGppropr i ate pay item for with ballast or be portable may sign used Sign son thesCWZTCO Ili st manufactured and ri th rubber hoses above TEMPORARY SIGN NOTE S 24" 8"C 24u gpe relocating existlnq signs. 5. If permanent signs ore to be remove0 and relocated usi t 1• Sandhogs shall only be placed along Or laid over the base supports of the -J the Contractor she I I use croshwor thy supports os shown on t BC sheet tsthe ttwrnpf rr i tic h rtafpe,wrol�i re�Cho i ns ow and l I other not btosteners�5andbog spa lI I level be pl arced RD2 CNZTCD.The signs stall meet the required mounting heights shorn On the along the length of the skids to weigh down the sign support. BCSheetsarthe SMD Standards dun i ngconstruction.This cork shoo I dbe paid8. Sandbags sheII NOT De pIaced under the skid and shaII not be used to IevelC4 4 ��• /(±3„.... for under the opprOpr i ate goy item for re I coat i n9 ex i st i nq signs. 8 i gn supports p I aced On slopes. 01�¢� pc 14.dqn o��TxpOT COTxDOT!��'xDOT ace TxDOT 6. Any sign or traffic control dev i ee that is struck or damaged by the Contractor FLAGS ON SIGNS 1 k__________ ., or his/her construction eau i pment sha I l be rep I aced os soon as Doss i b I e by the0 TxDO'Movers tier 2002 CON,sec' .roe NIONIIAT 24 r 4 1. Flogs bps may be used to dray attention to warning ng signs.gnus.When used the flog ap RE __ _ Contractor to ensure doper guidance for the motorists.This will be subsidiary 8h011 be 16 inches square or larger and shall De orange or fluorescent J �e 14 11 Borderdr-�+i re leee►+a II•ar Oran.I oast t0 Item 502. red-orange in color. Flags shall not be a I l owed to cover any pact 1 on of 9-0 7 ...,VISIONS 4 014T COUNT, I W T No. o the s 1 gn face. 7-13 1 .'� , !: . ,r ,^ ' '.��`` sign 0 face . .. .wood �. .. � ' = � -' ' . ' �- , polo, desirable , '' L 2 3 `\�- =wood� � ,' .^ ,-. .. - _ optimal .��� reinforcing `IN L wood Too - `�`�See K(4) post additional stability. `�^~ �7�, = ' ' 5Sa min.in k soils. 'requirement for sign 24D 20 brace '�;� - ' ' . Anchor Stub ��� .. �.�_�. .` �`', c __ _ `'' .., .,� '' ~'~ . ' ' . `_01 .. .�' .^`-.' .-�..� .�'_ .'^''��-^-` .,.``` _. ,. �...``'''`'^- ��'=' 0 X 0 SKID MOUNTED WOOD SIGN SUPPORTSXI.-L LONG/INTERMEDIATE,,,_ ,..`__'' ' ~ ... ..`m .. -"'` -max i mum a i gn square footage sho I I adhere to the manufacturer's recaimmendat i on. - 1 1120 Both steel and plastic Wedge Anchor Systems as shown MW �.;`. ��`��.~�, WEDGE ANCHORS substrate listed in section�'. Two post installations can be used for larger signs. 16 sq.ft.or less of any rigid signd of on the SMO Standard Shwts may be used as taqwory ~.. ID-� They may be set in concrete or In sturdy soils or sign supports for signs up to 10 square feet of sign .r ~-_ `7 _� � OTHER ,.,,, � �``sign panel and sup por ts . . MORE. AND '. RT'�� —.'' ....`—'~—` ^� '. . `�,/.'.. - ~_— '' '~ -- GENERAL NOTES golv. �`�,-``—' y be used in the assembly of wooden sign . ..._.- .i'.�� ==-�` `�'' ` round `�'�-. . - '.� . ` ' � �No more than 2 sign posts shall � square tubing �`.�,.�`��~ � '.� ` . ' YES �.�'.,`=. materials=`"� _,�' . ` --``__- __-- . pports mid '".,�� 460. '.''.- ^ ^ ` This will be considered subsidiary to`''^�.-`^'.'|� `�'° . .�_'.^- ''. ~ . =See^'for`.ion."Work oion. . . .=`�' .�`�-,.-.=.'=�`°�. =�`�� See the CWZTCO for the type of sign substrate �. `�x � . ` . . '.'`^ ''—'—~'^`' ' 366 ~ .~.'. ``'`- ' �`.~` '~ . ` , `..Welds to start on �'^' . U � tubing upright going in opposite . �' ' ''' directions.Minimum we I d�do not . ' .._.^ -' = �-�.� . �� BARRICADEAND CONSTRUCTION weld -~ ` TYPICAL SIGN SUPPORT - — ' '- �'',}� ^^= .. .' _ '^`' .~`~' BC/``.`' _ .,�' ' ,^~ ^�. . ' ` =''��. `~ . . .. ... .'.'. ..'..''`. `,.''' '.. ..�.: `'. .''...'` �� ' . . .- .—- . WHEN NOT IN USE,REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC (The Engineer may approve other messages not specifically covered here.) PORTABLE CHANGEABLE MESSAGE SIGNS r§ 1. The Engineer/Inspector sha I!approve all I messages used on portable • chengeoble message signs IPCMs). Phase 1: Condition Lists Phase 2: Possible Component Lists ♦i 2. Mesgs on PCMSldcontainno more than 8ids lO ::ur,t07. ° eight cwearocters per word),not inctudina simplE words such Action to Take/Effect on Travel Location Warning so Advance :I m 'FOR,"'AT,.etc. Road/Lane/Ramp Closure List Other Condition List 5 S 3. Messages shou I d cons I st of a s i ng l e phase,or tdo phases that List List List Notice List alternate.Three-phone messages ore not allowed,Eachphase of the FREEWAY FRONTAGE ROADWORK ROAD MERGE FORM AT SPEED TUE-FRI il; message should convey a single thought,and must be understood by o�� itself. CLOSED ROAD XXX FT REPAIRS RIGHT X LINES FM XXXX LIMIT XX AM- Z�`' 4. Use the word"EXIT"to refer to an exit ramp ono freeway;i.e., X MILE CLOSED XXXX FT RIGHT XX MPH X PM • 'EXIT CLOSED.'Do not use the term"RAMP.' i...,,,,2. 5. Always use the route or interstate designation 1H,US,SH,FM) ROAD SHOULDER FLAGGER LANE DETOUR USE BEFORE MAXIMUM APR XX- 5.:: along with the number when referring to o rood.. CLOSED CLOSED XXXX FT NARROWS NEXT XXXXX RAILROAD SPEED XX Ili 6, =In=thebottom 7nfearstotio7ory PCMS men!age ponel should be AT SH XXX XXX FT XXXX FT X EXITS RD EXIT CROSSING XX MPH X PM-X AM 'go, m feet above where pass i l e. w, 7. The message term'WEEKEND"should be used only lf the work is to 6. start on Saturday morning and end by Sunday ever'ing at midnight. ROAD RIGHT LN RIGHT LN TWO-WAY USE USE EXIT NEXT MINIMUM BEGINS eLA'f Actual Sys and hours of work should be display4d on the PCMS if workCLSD AT CLOSEDNARROWS TRAFFIC EXIT XXX I-XXSPEED MONDAY is to begin on Friday evening and/or c:ont i nue i rdto Monday morning. FM XXXX XXX FT XXXX FT XX MILE NORTH MILES X X MPH 8. The Engineer/Inspector may select one of two options which ore oval'- able able for displaying otwo-phase message on o PCMS.Each phone may be RIGHT X RIGHT X MERGING CONST STAY ON USE PAST ADVISORY BEGINS 'v d i sp I oyed for either four seconds each or for three seconds each. LANES LANES TRAFFIC TRAFFIC US XXX I-X X E US XXX SPEED MAY XX ,, *_ 9. Do not°f I ready* messages or words i nc I uded i n a Message.The message CLOSED OPEN XXXX F T XXX F T SOUTH T O I-X X N EXIT X X MPH at �� shoo I d be burn or continuous wh i I e d i sp I ed. 10.Do not present redundant information on o two-••se message;i.e., oCENTER DAYTIME LOOSE UNEVEN TRUCKS WATCH XXXXXXX RIGHT MAY X-X ♦ keeping two Imes of the message the some and d"onging the third line. if,-;' :1. not use ttw�word'oorger'i n message. LANE LANE GRAVEL LANES USE FOR TO LANE XX PM- ifA ;' .Do not disptoy the message'LANES SHIFT LEFT" 'LANES SHIFT RIGHT" CLOSED CLOSURES XXXX FT XXXX FT US XXX N TRUCKS XXXXXXX EXIT XX AM on a PCMS. Or;vers do not understand the mess ` o♦- 13.Do not display messages that scroll horizontal! or vertically across NIGHT I-XX SOUTH DETOUR ROUGH WATCH EXPECT US XXX USE NEXT the foes of the sign. LANE EXIT X MILE ROAD FOR DELAYS TO CAUTION FRI-SUN 011! 14.The fol lowing table lists abbreviated words and two-word phrases that CLOSURES CLOSED XXXX FT TRUCKS FM XXXX qtic are acceptable for use on a PCMS.Both words in a phrase must be h.' displayed together.Words or phrases not on thi list should not be VARIOUS EXIT XXX ROADWORK ROADWORK EXPECT PREPARE DRIVE XX AM abbreviated,unless shown In the TMUTCD. LANES CLOSED PAST NEXT DELAYS TO SAFELY TO 15.PCMS character height should be at least 18 I s for troller mounted v i. units.They should be visible from of least 1/2(.5)mile ono the text CLOSED X MILE SH XXXX FRI-SUN STOP XX PM b should be legible from of least 600 feet at n1 t and 800 feet In 111) daylight. Truck mounted units must hove o char ter height of 10 inches EXIT RIGHT LN BUMP US XXX REDUCE END DRIVE NEXT ,�c and must be legible from of least 400 feet. CLOSED TO BE XXXX FT T EXIT SPEED SHOULDER WITH TUE 16.Each line of text should be centered on the me board rather than Ai? left or right justified. CLOSED X MILES XXX FT USE CARE AUG XX f.- 17.If disabled,the PCMS should default to on ill ibis display that will oI not alarm motorists and will only be used to of t workers that the MALL DR X LANES TRAFFIC LANES * USE WATCH TONIGHT PCMS has malfunctioned.A pattern such os a ser es of horizontal solid IVEWAY CLOSED SIGNAL SHIFT OTHER FOR XX PM- W hors is appropriate. CLOSED TUE-FRI XXXX FT ROUTES WORKERS XX AM s J c XXXXXXXX STAY c♦ WORD OR PHRASE ABBREVIATION WORD OR P RASE ABBREVIATION BLVD H LANES SHIFT in Phase 1 must be used with STAY IN LANE in Phase 2. I N X X X See App l Toot ion Guide!i nes Note 6. oo CLOSED LANE Access Rood ACCS RD Molar MAJ . Alternate ALT Miles MI Avenue AVE Miles Per H MPH Best Route BEST RTE Minor ,MNR APPLICATION GUIDELINES WORDING ALTERNATIVES Boulevard BLVD Monday MON 1.Only 1 or 2 phases are to be used on a PCMS. 1.The words RIGHT,LEFT and ALL con be interchatged os appropriate. Bridge BRDG Normal NORM 2.The 1st phase(or both)should be selected from the 2.Roadway designations IH,US,SH,FM and LP con be interchanged os Cannot CANT North N Center CAR Northbound (route)N 'Rood/Lane/Romp Closure List'and the'Other Condition List appropriate. ateruction Northbo ProutKING 3.A 2nd phase can be selected from the"Action to Take/Effect 3.EAST,WEST,NORTH and SOUTH for abbreviations E,W,N and SI can CAgneCONST AHD PPic RD on Travel,Location,General warning,or Advance Notice be interchanged os appropriate. CROSSING RING Phase Lists". 4.Highway names and numbers replaced as appropriate. Detour Rite DETOUR RTE Right Lane RT LN 4.A Location Phase is necessary only if o distance or location 5.ROAD,HIGHWAY and FREEWAY can be interchanged os needed. Do Not DO�IA Soturdoy SAT is not included in the first SERV RDP�selected. 6.AHEAD may be used instead of distances if necessary. East E Service R••4• . 5.If two PCMS are used in sequence,they must be separated by 7.FT�d MI,MILE and MILES Interchanged os appropriate. Eastbound (route)E SlShoipper,'y er i SO SLIP and a minimum of 1000 ft.Each PCMS shoe 1 be limited to two phases. 8.AT,BEFORE and PAST interchanged as needed. Em@rCd EMER and should be understandable by themselves. 9.Distances or AHEAD can be eliminated from the message if a South I S 6.For advance notice,when the current dote is within seven days locution phase is used. Emergency Vehicle EMER VEH Southbound (route)S of the actual work dote,calendar days should be replaced with Entrance,Enter ENT Speed ,SPb Express Lane EXP LN Street ST days of the week.Advance notification should typically be for Expressway EXPWY Sunday SUN no more than one week prior to the work. XXXX Feet XXXX FT Telephone PHONE SHEET 6 OF 12 Fog Ahead FOG AHD Temporary TEMP Traffic Freeway FRWY,FWY Thursday THURs PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR AIIIP4'. =tns Freeway Blocked FWY BLKD To Dom, TO DWNTN CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) ,Naas Deparbnentof Vansportation S sd N Hazardous Driving HA!DRIVING Traffic TRAF PLASTIC DRUMS PLACED PERPENDICULAR Hazardous Material HAZMAT � Travelers I TRVLRS ETO TRAFFIC ONTHE Higth-occx►Qar�y y Tuesday I TuEs UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION Vehicle Time Mint- `TINE MIN OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION Highway `(WY Upper VehiclesV(s VEH,UPR LEVEL SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE Hour(s) HR,HRS Information INFO Warning WARN It Is ITS WednesdayWED FULL MATRIX PCMS SIGNS MESSAGE SIGN ON:36) T Weight Lim w LIMIT Junction JC west W 1.When Full Matrix PCMS signs ore used,the character height and legibility/visibility requirements shall be maintained as listed in Note 15 under"PORTABLE Left LFT Westbound (route)W CHANGEABLE MESSAGE SIGNS'above. Left Lone LFT LN { get P•_ . WET PVMT 2.When symbol signs,such as the 'Flogger Symbol')Cw20-7)ore represented graphically on the Full Matrix PCMS sign and,with the approval of the Engineer,it BC(6) Lane C I osed LN CLOSED N i I I Nat WONT sha I I maintain the I eg i b i I i ty/v i s i b i I i ty requirement I i sted above. l'IL.e. bc-14,dgn ow TxDOT OW TxDOT 1 TxDOT lax.TxDOT Lower Level LWR LEVEL graphically on the Full Matrix PCMS,they shall only supplement the use of the static sign represented,and shall not substitute Ma i nterhanCe MINT 3.when symbol signs qns ore represented ' F2L.,1, I, for,or repIace that sign. Tx�-Ewa Is aNs2�2CONT c� .►aeMla,a��r Roadway 4.A full matrix PCMS may be used to simulate a flashing arrow board provided It meets the visibility,flash rote and dimming requirements on BC(?),for the a des i gnat i on s I H-number,US-rmmber,SH-number I FM-number some size arrow. 9- 8-14 c ow COUNTY OWFT No. � 7-13 goo reflectivity requirements of M-8600.A list of prequalified Barrier Reflectors can be found at the Material Producer List web address '—'. devices placed perpendicular to traffic ontheupstreamside .��~~—~^ reflectors2.Color of Barrier Reflectors shall be as specified in the TMUTCD. . _cost of the ` `—_`to Item 512. . . roadways,or a I ow _~ moving maintenance construction activities the travel lanes. . ' Flashing Arrow Boards should not be used an two-lone,two-way roadways,detours,diversions 1 3. The Eng I near/Inspector sho I I chocise a I I appropr I ate s I gns,borr I codes mWor other trof f I c Max.spoc i ng of berr i er or work an shoulders unless the OCAUTIONO display(see detai I below)is used. L 'J'jafo_.,0"o Reflectorswith the Flashing Arrow Board. -_.`' ='��,�'-''� ' '~'=-^' ''PROFILE CONCRETE BARRIER .^ CONCRETE TRAFFIC BARRIER .' See`~= .. CL ' , ^ .shall be mounted in approximately the midsection of each section of CTB. An altern&e mounting loc&ion is uniformly spaced at one end of each .^ CT8.This will allow for attachment of a barrier grapple without ```^^' . ' `'. C damaging the reflector.The Barrier Reflector mounted on the side of ==the barrier,as shown in the detail above.0 X a recommendat I ons.' �==.�" ALTERNATINGthe CTS sNlI be located directly below the reflector mounted on top of as per manufocturer's =—..=, 4- mounted an each section of CTB.The reflector unit on top shall have `Xb--L 4.Where CT8 separates two-way traffic,three barrier reflectors shall be the detail above.5.When CTS separates trof f i c trove I I ng i n the saw d i rect I on,no bar i er ....``^....~.. ^. . 0 . . . . reflectors will be required on top of the CTS.6.Barrier Reflector units shall be yellow or white in color to match ."...``'" .,' ..^ '.., '.. .� .^.. L S ``'^^ >a T. `...'..shall NOT be used as CTB delineation. End treatments used on CTB's- DOUBLE ARROW ''.~ ���` 9.Attadvia t of Barrier Reflectors to CTO shall be per manufacturer's zones shal I meet crosrworthy standards ive 1O.Mi saing or damaged Wrier..'.,'''''.' way ' ` flashing simultaneously, ''_ 01­0 The straight line caution display is NOT ALLOWED. .=.._~���`.._.'~. -_=_^~12 2 Diamond Caution mods as shown. 4- by the Engineer. the CW`ZTCD List for � The F lashing Arrow Board shol I be capable of minimum 50 percent dimming from rated lamp voltoW. r,I X 4- The f I ash I ng r&e of the I ams sho I I not be I ess than 25 nor more then 40 f I ashes Per m i nute. 10 8. Minimum lamp-on time"shal I be approximately 50 percent for the f lashing arrow and equal ^�1 BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND `_`'.` i ntwvo I s of 25 percent for each sequent I a I phase of the f I ash I ng chevron. .� ~ The sequentiol arrow display is NOT ALLOWED. ; The fleshing arrow display is the TxDOT standardl however,the sequential Chevron '^,'`' display may be used during daylight operations. `' visibility,3.A full matrix PCMS may be used to simulote a Flashing Arrow Board provided it meets if � .Warning lights shall meet the requirements of the TMUTCD. `�_r,.= ..=` . to bottom of panel. area.Their use shol I be as Indicated an this sheet and/or other sheets of the Pima by the designation"FL".The Type A Warning Lights shall REQUIREMENTS ' 4 devices.Their use shol I be as indicated an this sheet mWor Other Sheets Of the plans by the designiotion"SB- . " TYPE MINI �`. WHEN NOT IN USE9 REMOVE Arrow Boards THE ARROW BOARD FROM THE ���'_��. . .^ . '.-. �..equipped with��-.`~~ss='�`��..._,~_= . `' . '. .~_=_~ ,^^,�,+ L. Type C Warning Light or WARNING LIGHTS MOUNTED'PLASTIC DRUMS approved substitute ted an a Type A f I ash I ng worn Ing I I ghts are I ntended to worn dr i vers that they are approach i ng or are I n a potent i a I I y hazardous area. ``=-`.`-`= ' .'`'-'.' ```o~ BOARDS the success I ve f I ash I ng of the sequent I a I warn i ng I I ghts shou I d occur from the beg I nn I ng of the toper to the end of the merg i ng taper i n ( . Thm ,Type C and D steody-burn warning I ights are intended to be used'order to I dent I fy the des I red veh I c I e path.The rate of f I ash i ng ^.each I .. .`.`s per In I nute, --.'', `,``, ' ocat i ons as data i I ad on other sheets i n the p I ons. =-=1-d . '.`~'=..==.~_.—~.._=_.=- ^```''. ,6.Warn ing I i ghts sho I I not be i nsto I I ad an a drum that has a s i gn,chevron or vert i cc I pone 1. ._'___' —^ � ~ —.^'_`..``-`'.'`.'—'' '.^^`''—` `Truck-mounted attenuators(TMA)used an TxDOT facilities � ~'- ., .= = BARRICADE AND CONSTRUCTION . ^ ARROW PANEL, REFLECTORSg Refer to the CWZTCO for a list of approved TMAs. WARNING LIGHTS It ATTENUATOR ' .TMAs are required an freeways unless otherwise noted Warning reflector may be round . S. IBC'T`.`, reflective surface area`.`� _least ` -=~=_. ~= �_..__'=^_._ . ~~ _. -~^�^ . ��=�''^- ` �,. �^�,...'r,.� ` ='`��` '—`. JOB ` '— �. -���,e`=��~--^^`�^�v'`===� � ` . � .�~ � GENERAL NOTES I.For I ON term stat I onary wwk zones on freeways,drums Shia I I be used as Hand I e 18"min the primary chonnelizing device. Top should not 2.For intermediate term stationary work zones on ',eewoys,drums should be 9/16"dia.(typ) used as the primary chonnelizing device but may--replaced in tangent allow collection for mounting sections by vertical panels,or 42"two-piece..I:a.In tangent sections of voter or signs and one-piece cones may be used with the awovoi a I ithe Engineer but only debr I a warning lights Zno I t! I - 41 on: I 0 0)p if personnel are present an the project of oil iimes to maintain the —1 E_ 1: cones in proper position and location. 40 max 3.For short term stationary work zones on freeway.1 drums(we the preferred 40 min L channe I I z I ng dev I ce but may be rep I aced I n to- trans I t I ons and tangent 8"max Each&um Shia I I have sections by vertical panels,two-piece cones or :-piece cones as (typ) a minimum of 2 orange 0 0 approved by the Engineer. Z 4.Drums and all related items shall comply with t requirements of the ------ and 2 white stripes 18"x 240 Sign 12"x 24" using Type A retro- (Maximum Sign Dimension) Vertical Panel current version of the"Texas Misnuial on Uniform raffic Control Devicesm (TMUTCO)and the oCaWliant Work Zone Traffic C.,trol Devices List" 2"max ......... reflective sheeting Chevron CWI-8,Opposing Traffic Lane mount with dia gon als 0--C with the top stripe -4 A— (CWZTCD). (typ.) Divider,Driveway sign 070c,Keep Right sloping down towaf ds �4. 5.Drums,bases,and related materials shall exhibi,good workmanship and being orange. R4 series or other signs as approved travel way 3 Shia I I be free from ob i ec t i onab I e marks or defec o.that wou I d adverse I y by Engineer affect their appearance or serviceability.o L.L 0 6.The Contractor shall have a maximum of 24 hours a replace any plastic Z0 CL drums I dwt I f I ed for rep I ocement by the Eng I I inspector.The rep I ace- qr 'num or Metal sign P I ywoccle A I umi ment device must be an approved device. .......... .............. .......... substrates shall NOT be used on ............. GENERAL DESIGN REQUIREMENTS plastic drums am — �� -- Tow to allow 1.Plastic drums shiall be a two-piece design;the of the drum shall for stacking 0 9 be the too portion and the"base"shall be the ttam. XI--L 2.The body and base shall lock together in such a j:r that the body X� �separates from the base~impacted by a vehi-ile traveling ot a speed �__'—_=� minimum of ^'. `.`^'.`.'~.`.'.`'. of 20 MPH or greater but prevents accidental se..i.,otion due to normal ` -. . '-' handling mWor air turbulence created by possi vehicles. ' 3.P I cat I c drums Shia I I be constructed of I I ghtwe i flexible,and meta I&ums or deformoble materials.The Contractor shall NOT single piece plastic drums as channelization de'Ices or sign supports.4.Drums shall present a profile that is a minimum f 18 inches in width This detail isnot intended 's',�.~.�-''~^--` L CC ~at .'.�a maxima of 42 inches. - . providers of approved_for and `Chevrons and other work zone signs with on orange background �� � �3�.r�= shall be manufactured with Type BFL or Type CFLOronge ��� — =I hove a minimum of two widely spaced 9/16 11­diameter holes to � /�., �.�.'.. unless otherwise allow attachment of a warning light,warning reilector unit or approved 0 8 0 6.The exterior of the drum body sho I I have a m i n I of four alternating sheeting meeting the requirements of DMS-8300 Type A 4p=� � ' . . s smooth 0 space between any two adjacent stripes shall no"exceed 2 inches in PIP ' hand trailing �-^..=''. 7.Bases shall have a maximum width of 36 inches,-maximum height of 4 80 approved by the Engineer.Sign dimensions shal I not exceed 360 16 inches in width or 24 inches In height,except for the R9 Inches,and a minimum of two footholds of suffl-Aent size to allow base rAoi! series signs discussed in note 8 below. � �t width. 4.Other a i gn massages(text or symbo I I c)may be used as to be held down while ' - 9.Drum body shall have a maximum wiballosted weid�l.�'� .and nut,two washers.�.�^�~�'��.. '_.'.`—_~~_ ~�._ .` .'`�� —^ connect' .'"...^.. � " .'. . Detectable Edge ~�``".� �adequately torqued.'`�=..�`'�`�1' I. inch beyond nuts. colorandretrareflectivityrequIrementsDeparinwitol Materials ' Chevrons may be placed on drums an the outside of curves, Specification DMS-8300,6SIgn Face Materials.'Type A reflectivesheeting shall be supplied unless otherwise specified In the plans. _. `- `= on merging topers or on shifting tapers.When used in these locations they may be placed on every drum or spaced not 2.The sheeting shall be suitable for use on and shall adhere to the drum more than an every third drum.A minimum of three(3) surface such upon vehicular InUmt,the sheeting shall remain shou I d be used at each I ocat i an ca I I ed for i n the p I ans. adhered cracking s of _^`retrore .. — —_los.—due.---abrasion._the sheeting ` �� `.''`'~.` DETECTABLE`,..~^` �-�=�``.—~'— When existing Pedestrian facilities are disrupted,closedv or ,.. ' . detectable and inc lude accessibility features consistent with ' .transitions and other areas~a ecific l relocated in a TTC zone,the teimparary foci I Ities shal I be ' '"�^` ' lbs 'This base,~filled with the ballast material,should weigh between in series to direct the driver h the transition and —_three .. shol I be placed across the full width of the closed sidewalk. base,or other ballasting devices as approved b1 the Engineer.Stacking Large Arrow(CWI-6)sign Tn the size showt with a block arrow 3.Detectable pedestrian barricades similar to the one pictured ..^-~.off-.'`~room '`— of soulbags w i I I be a I I owed,however he i ght of t andbags above pavement an a background of Type BIrLor Type CFLOrange retroref lective sheeting itudinal channelizing devices,sameconcrete nd chain link with ontinuous ,Built-in ballast can be constructed of an integral crumb rubber base or aft I I to all Per OMS 11.300.degreesusersare to pass. Shooting types =~ .'^_ .. ~'` BARRICADE `. '.N``"' ..' .far this type of ballast on the CWZTCD list. .Double arrows an the Direction Indicator Barricade will not be .detectable,do not comply with the design standards in the eAmericans with Disabilities Act Accessibility Guidelines CHANNELIZING DEVICES Warning lights shall not be attached to detectable pedestrian ^4.The ballast shal I riot be heavy objects,water,or any material that So I I oet sho I I be as approved by the manufacturers i netruct I one. for Buildings and Factill ties(AGAAG)"and should not be used would become hazardous to motorists,pedestrians,or workers whein the as a control for pedestrian movements. S. BC`..'`, holes in the bottom so that water will not collect and freeze a hazard when struck by a vehicle. ro I I prov I des a smooth cont I nuous ra i I su I tab I e f'—' r^'��` �''~-"'��^ ~�`-�.�-`�.'`'�� ,--'�.~'—`.^`— ~. ' ' �� ..^` `�' . _ `—. . ` . 'minimumsize inches. =a 2.Chevrons are intended to give notice of a sharp GENERAL NOTES change of alignmet t with the direction of travel ' and provide additional emphasis and guidance for in close proximity to troff ic and are suitable for use on high or low .. inp,I acement I s un i form and I n accordance w i th the"Texas Manuo I on Un i form speed roadways.The Eng i neer/Inspector shal I ensure that spacing and A§i 240 See . Traffic Control Devices*(TM1JTCD) 44" note 7 20 45* 4 n note 7 side of a sharp curve or turn,or an the for side %.23 45 4 portable ban.The requirement for self-righting channel izing devices must . — . f an They shall be In line with be specified in the General Notes or other plan sheets. t +_ .Channel izing devices on self-righting supports should be us"in work zone Z%_1 9 has three i n v i ew,unt i I the change i n a I i gj-vw t areas where channe I I z i ng dev I ces are frequent I y I mpacted by errant veh I c I es Ch �� � device spacing and alignment. V =01 Z difficult to maintain.Locations of these devices shall be detailed else- .�=,=�-�=`=°`~ "Compliant Wwk Zone Traffic Control Devices List"(CWZTCD). ~Adhesive Base Surface 5.Chevrons,shall be orange with a block nonreflec- ' tivelegend.Sheeting for the chevron shall be damaged,norwef I ect I ve,faded,or broken dev I ces and bases as requ I red by retroref I ect I ve Type BrL or Type CFL conformi ng to the Eng I neer/Inspector.The Contractor shol I be required to maintain proper 40 a' �.`�`����-=�'--� The Contractor shall maintain devices in a clean condition and replace Self-righting Departmental Material Specification OMS-8300, ^ ce .'� .' between the odhies I ves,the f i xed mount bases and the pavement sur face. cc ose, . . -a manner that ensures proper banding transitions on freeways and divided highways 0 to Adhesives shal I be prepared and applied according to the manufacturer's ^='''-= ^--' ' `^^''— ^���r�.`��..�.' -- 40903 axe `.'' . detrimental effects to the final pavement surfaces,including pavement 'traffic or divide opposing lanes of traffic. `,^`' permitted an �-``^..~. .VP's may be used in daytime or nighttime situations. other areas such as tone transitions~e positive L daytime and nighttime delineation is required.The 0 Engineer/Inspector shall refer to the Roadway Design > Manual Appendix 8 uTreatment of Pavement Drop-offs in -` They may be used at the edge of shoulder drop-offs and Minimum Suggested Maximun `. ^ � `48 min. of cuts adjacent to two-way two lone roadways.Stripes Posted`� Desirable Spacing of - Toper Lengths Channelizing L are to be reflective orange and reflective white and. ' Of f set Of f set Of f set ,, '�t coo 0 X+. speed roadways,may have more than 270 square inches. ` .�� +' �� �� � � cr'' . `.'`'See*Compliant Work Zone Traffic Control Devices List" 45' ��.��'�,. s � �� �0 ~. '. '= � 1� ` .90 `'--'='= ` .��c�_" ''—' '`'`—'`''' ''� ^' '''`�' ' '� ^.,^ ._.^'.' ' . `. '' .=. � 1, connected together.They are not designed to contain or redirect a vehicle an impact._. �_ `` +.. . �� VERTICAL PANELS ',` '`' . `. _ .-`^ . =. used only~'LCDs shall be supplemented with retroreflective delineation as--_— been rounded off. —used—n an ='.=`'_~acles,pedestrians or workers. ^`*^.^��)**Toper lengths �—`..~' vel lanes. ' ` �^.=�=_�.`_�,,n� '_`.._,.`"'`,` alongnormal one-way roadway section to two-way LCD_ 'the.11—'th''__delineation devices designed to convert a sheeting meeting the requirements for `',..`"DEVICES AND operati ^~ -_ .^`'`',`''.`^, ``.,`.''. .'`.,'' . . 'Water bc I I asted systems used as barr i ers sho I I not be used so I e I y to channe I,road users,but a I so to protect the mounted base is secured to the pavement with an ` —'=—'=''--'adhesive or rubber weight to minimize ' `''`= ' .�N ��' ''`-�='—^ ' . -^_- . . . MPH) _—..'`—~- Driveable Base feet.420 cones or VPs placed between emid be designed to optimize road user operations considering the available geometric conditions. ld d 100 or may be ' urban areas. When used on a toper in a low speed urban area,the toper shall be delineated and the taper length may bie used, `---'—~When water ballasted systems --'�`=--`—'barriers have blunt ends exposed to mounted reflective legend.Sheeting for the OTLD shall BARRICADE AND CONSTRUCTION IF'. CHANNEL`.., DEV.^` �'��-,�.''.—~ systems must '=—.`�' BC(9)=14 ~^','--" ,`'`'^`.`USED AS �.... _`�—*^~_. -..` ,'.''. ..'` '. ^`.,,.- --..','``'-.~ ��. `' . I .�� ` . . .- ... =' ' -'^`-.` ' _._` I. `~_-=�`,�. ^^ �� ,` .. � . ~.� _. ^ '` ,, '_.construction fencing safety as required in the plans. ' may be used ' `` � Vertical Panels on flexible support downward in the direction toward which traffic mat turn in detouring. 0,00 When both right and left turns are provided,the;hevron striping may may be substituted for drums when the Typical slope downward in both directions from the center of the barricade. wl&h is less than 4 feet. `Where no turns ore provided at a closed road striping should slope _ _Opt � — . _``''greater than 12 feet,steady-burn lights ~ downward to the left.For the left side of the randway,striping .'`_ — PERSPECTIVE VIEW .=..~`'`^'.. ~. ___ ' '— These'' �-.�=_�=.Drums must extend the — .barricade rails.The maximum height of letters and/or company logos ' — _=== _ ^�,�- * . .`�.`'` _ _ _ `^. so .clear zone is provided. ,s, '' ` , �� Plastic drum the use of ~ ^ --� ... �` ' L sandbags maintain a constant weight.Sand bogs shall not tv stacked in a manner shall be reflectorized orange and 10,_ ,' � n.1.. ---- ��_=�^��'= ow Rock,concrete,iron,steel or other solid objecft will NOT be F facing one-way traffic and both sides Ld I... permitted.Sandbags should weigh a minimum of 35 lbs and a maximum of ^--0903 for two-way traffic. —'that covers any portion of a barricade rails refllective sheeting. reflective white stripes on am side L� n = �`�=`�='�� -'',,`'/'`_ . . . ^ .' supports�0 X 0 50 lbs.SaWbaga Shall be made of a durable material that tears upon thedeviceandshallriotsuspendeOabovegroundlevel I ~^ increase number of plastic drums an the `32 ' '' `���� ''=-``'`'^ )� ' � �� and max i mum of 4 drums) .c�e.�.��c-0 to Departmental Material Specification OMS-8300 Unless otherwise notecL minimum of 10 feet behind =�e 3'-.~ ^the=- PLAN VIEW ` ` 0 .) .� `������ `' ' ~'` ". '`. `` '''. ..WIDENING``,`^` .`^ .`.'~,^.. , . . ~'.'_' /~`�—`���'���4- Sheeting . ... .'.'.^'''.USED ON Wit—0 Z450 '..` '.' orange ,^ `.^—. '^''- ``cog 0 -.~ .` 0� . '_,�~ 4 min.~^~ . ' �� `~ � ` ,.` , � `' .'.'`' CV 28" 28 �-- n. St I f ferver W AV AV AV AV AV AV AV' '— ~Um � ~U. . cUU- -^ � '^ Stiffener may ~�~ ~---' ' `""-``--` ''--'-- 'channelize traffic by indicating the edge of the``y�-'is to not intended to be usW in transitions or taWs. .'. . ^,~`~, `-',^~`` ',~'`' .— device shall not be used to separate lanes of traffic(opposing or otherwise)or worn of objects. ``. '. ` . . ` - .. `. ' This device is based on a 42 inch,two-piece cone with an alternate _ approximate 2 inch gap between bonds.The color of the bond should Alternatestriping pattern:four 4 inch retroref lective bonds,with an .`. �� `Conesshallhove�~^.-=of 1/2, correspond to the color of the edgeline(yellow for left edgeline, ' ~`^~��������''`-` white for right edgeline)for which the device is substituted or for . ,' '..�__'`�`.— Approx. .�_,���.���.�-----' ' ' t 'Traffic cones and tubular morKers shall be predominantly orange,and SHEET ., . Min. �`_ T `'_ ay have a handle or loop extending up to 8"above the minimum Ic .���r unit. Two-piece� ',=`,'~,^ '. .. . ' _.ped --' T ` , �— = , ' BARRICADE AND CONSTRUCTION On one-way roads downstream drumsstockpile location . DMS-8300 Type A. CHANNELIZING DEVICES .��.=' '�.� � __`�shm I d be used when stocKp I I e I s Wwt-term stationary work as defined on BC(4). These should not be used � .260 cones and tubular markers ore generally suitable for short duration and . .w i th i n 30'f ram trove I I one. for intermediate-term or long-term stationary work unless personnel is on-site --.-- BC(10)=14 + �=.�_.-' ~~—=`~.'`^.~ ����'^ ��.�^`-.�^ �� '^``'' ^_.' ''. _ � _- _ . — .. T _Wy ^," ZONE PAVEMENT MARKINGS Flex;bIewReflective DEPARTMENTAL MATERIAL SPECIFICATIONS Ro'''. Marker Tabs . PAVEMENT MARKERS..... =^—. -`,. REMOVAL�PAVEMENT MARKINGS TRAFFIC BUTTONS .-. .0 existing pavement markings,in accordance with the standard or direct a motorist toward or into the closed portion of the roadway' . TOP VIEW FRONT VIEW ^' �``�,..��..'''-^ �'' ��`��,�-',�`.'` ~.`.-.~..^—=`^'_. ` - — =='.=�'=—= .=` 4-0 '�,'�^`��`�_�,,_��,` ' ''~ � ` .-`,.F,= `"�`' ''' .AL .�.��.'_—_..—'_`. . __'°_` .'_'''' .. �=.�'�—_� ^~ ' non-ref I act i ve trof f i c buttons,roadway marker tabs,ond other ����`—'------ '`ed^�TxOOT z��---ecification Item 677 for '----so as not to leave a discernoble marking.This shal I be by any prequaact `pavement markers, ��� S. .���..=�.,=��..` `40.'— ����_`_`....—. .(L ='~=`�='='markings shall conform with the TMUTCD, ^�������)��=`''` _'..',.'.,,.,^ .is opened to traffic,DO NOT PASS signs shall be erected to mark' ' - '_— `-.., '```^.'.'`'`..`'.`'`- co the begiming of the sections whoere passing is prohibited and ��.�'��``_' —. ._ .^.`..'.`^`. '�� is pF 00 PASS WITH ermitted. /_.�-�'.��—..,�~ � ��`.`��`-��.`'`_��'_-.`` «=�`~���._._�. by the = 20%. � '�r�.r.�r....s/'``` ~- `,.'^.,'''^` �.direct �,.����in accordance with 'em s=...'ING'.'STING PAVEMENT��— Engineer or designated representative.Sampling and testing is not 'Tabs detailed on this sheet are to be inspected and accepted by the ',.'''�`''''..—_.'.^_. .�.�'�',.��".'^�,';�i�-~ '.�'.���. ce ''- _e`l— ~� the requirements and Departmental Aroadwayand submit to the Construction Division,. lot or Section.determine—Select five(5)tabs aW``.'^=.~ ` perform the� ^ ..' .''"...` MARKINGSMARKINGSB.^ (5)tabs at 24 inch intervals on an asphaltic pavement in a using a medium size passenger vehicle or pickup, as 0 1.,,/�_'_.'__..'_—.,'.. straight the markers with the front and rew tires at a speed — '� h direction.No ' —=_'.~_ lostordisplacedresult surfaces shall thistest. Ica 'Small design variances may.noted—_.`_--` �� ''`'''`'```-'''''- '.,r��=�"��-.��`�''�'~ � � I.�����.�.°. -.,-_^.~t �Work zone pavement markings shall be inspected in accordance with devicethe frequency and reporting requirements of Form _—.'..-- RAISED PAVEMENT MARKERS USED-.`., 3.The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet�_ `product list,and meet the requirements of.'._—.. '—'`'—~''^=^~''illuninated by automobile low-bean ^='r�'���,`�.�'^`'�'' ' criteria within the first .�`�.�',..the^_.. ' .�,^��.�''-..'�.���I�'�`' YELLOW (two `.T 11 ' '2 '-' `�. .``.~_'.`'`^' BARRICADE AND CONSTRUCTION PAVEMENT MARK I NGS IBC(I I)=14 �~�^�ruary— .��/.`�-'.�^ �� REVISIONS `.� . — '—. __ | STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS —'. '~.` Type`buttons ^~— '`��~ '^ ^^''' ': ��� PAVEMENT '''-'� �� ' ' � `= ' '' ' ' .—'—''''_` ~. `` �~'°= . ```�— .''—_.._'. '�=� ', �` '�~.'.^'.'..—.�``''... -`, .��. ..— ` - Type'— =.'~�' .~. h'- z .'..^~` ''^ ~.``'.'—'. '~' ' '` ` `'` ,.. =` _`= . .�'\� , ^ .�_. ._ ' . ~'^.-^.—~`..`.^'. .' '^. ,'=` MARKERS -`.� L. �= .. 1 4" White or Yellow 2 C> 4 to 8" ��.20c.��. '_ . '. .' NO-PASSING LINE 46 .'..'~`' ,'. .... ~`=.`'.,. ~='' Type I-C .'' '' W buttons r�.��,��'.'�/`' .�,.'�,�'—=~' `` PAVEMENT —�''� '� � ' ' ' '' ' ' � -`.. .. ^'.,.=~^ .' ,``^ .~` ", `.''� TWO-WAY HIGHWAYS (FOR LEFT cog 3 (0 all .��. ^—..�^ '- Type. . . , . '.'-'.~ RAISED LS r '—''''�'`'=��`'''��'����:'` �'' '^ ��—^—`'--/ '''� ..~``—= — . ' . ^__ .. .� L. � � � .�.�'.'��'=��.—'—� , `_. ''—� . .`LANE .�^' _~ �_~.. .` _. �., `_.''� '. .=0.^''''—''��.^,�_r''''''' ...� �''^1 " �='~'� x �� —`�' —~ ~^ons � �� '' '�� '--=-' ' Type I-C or II-A-A `'..'^.,'�-.'.'~.��'''-'=... ' . ~ . . . . . . /I coo ,``^, '''''''—' `ings may be substituted for re.'~�_' _=� �''—'^`` ,�` .,._. ., ''. ' ` Type`~.,`OR �, ., . ,` ..' .. `..`. ^.-. ^``^' .` ,` -= . = `^� ' .. _..'' '' .. '. ',/—^._ '' - . 000 000-''������"`_. ~`-.-.Type Y buttons .' .~.'�.'`� ' '~... _._`.. Yellow 000 000 000 000 0 0 0 000 If raised pavement markers are us" Raised Pavement Markers White to supplement REMOVABLE markings, C> C> Type I-C the markers shall be applied to the REFLECTORIZED PAVEMENT M1%tKIW#S RAISED PAVEMENT MARKERS top of the tape of the approximate 13 mid length of tape used for broken Prefabricated markings may be substituted for reflectorized pavement markings. lines or at 20 foot spacing for solid lines.This allows an easier 20' removol of raised pavement markers Centerline only not to be used on edge lines LANE 6 CENTER L INES FOR MULTILANE UNDIVIDED HIGHWAYS and tape. ' '.' '` . `~` .,.' Wh i te <3 '' '. .. `-'^ `' '` .`�',``^.'=..`- '_. .z'''�=Type'''~: Goo Goo'' `''^uttons Type II-A-A BARRICADEAND CONSTRUCTION — ~^``'—'^~..p.^.—..` ^'pavement__used as'_ PAVEMENT MARKING PATTERNS C> pavement markings shall be from the approved ° .. '` �� �. '-.. .` .` '.` `'',~'''^,.�—' _~ _ ''.~ . BC_0.'. '`". ����'`.. .��~=. ..'—'..' �.February'^^' -'�'` �� \ ''~~ `- ^' '` ' '�— _' — .—'' Page 658 2011 Edition - Revision 1 Table 6H-2. Meaning of Symbols on Typical Application Diagrams • R ir— • ••••• Arrow board Shadow vehicle • , � O O O Arrow board support or trailer(shown facing down) II. Sign(shown facing left) II Changeable message sign or support trailer ED Surveyor Channelizing device Temporary barrier ■mow■■ift Crash cushion 1-0 Temporary barrier with warning light Direction of temporary traffic detour Traffic or pedestrian signal Direction of traffic r♦ Flagger Truck-mounted attenuator 61. Type 3 barricade High-level warning device (Flag tree) Warning light Longitudinal channelizing device Work space Luminaire \\\\\ Pavement markings that should be o Work vehicle removed for a long-term project v Sect.6H.01 December 2011 2011 Edition- evision 1 Page 659 Table 6H-3. Suggested Advance Warning Sign Spacing Road Posted Speed Sign Spacing"X" Classification (MPH) (Feet) 25 100 30 120 35 160 40 240 45 320 Conventional 50 400 Highway 55* 500 60* 600 65* 700 70* 800 75* 900 80* 1000 Expressway See or All Speeds Typical Freeway Applications** * Distance between signs should be increased to have 1500 feet advance warning.(See Section 6C.04.07) ** Distance between signs should be increased to have 1/2 mile or more advance warning(See Section 6C.04.05) i Table 6H-4. Merging Taper Lengths and Spacing of Channelizing Devices *Minimum Desirable Taper Suggested maximum Lengths Spacing of Channelizing Devices Posted Formula 10'Offset 11'Offset 12'Offset On a taper On a Speed tangent 30 150' 165' 180' 30' 60' 2 35 L=WS 205' 225' 245' 35' 70' 40 60 265' 295' 320' 40' 80' ' 45 450' 495' 540' 45' 90' 50 500' 550' 600' 50' 100' 55 550' 605' 660' 55' 110' 60 600' 660' 720' 60' 120' L=WS 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 800' 880' 960' 80' 160' * Taper lenghts have been rounded off. L=Length of Taper(Feet) W=Width of Offset(Feet) S=Posted Speed(MPH) December 2011 Sect.6H.01 Page 684 2011 Edition- Revision 1 Notes for Figure 6H-13 Typical Application 13 Temporary Road Closure Support: 1. Conditions represented are a planned closure not exceeding 20 minutes during the daytime. Standard: 2. A flagger or uniformed law enforcement officer shall be used for this application. The flagger, if used for this application,shall follow the procedures provided in Sections 6E.07 and 6E.08. Guidance: 3. The uniformed law enforcement officer, if used for this application, should follow the procedures provided in Sections 6E.07 and 6E.08. Standard: 4. A BE PREPARED TO STOP sign shall be located before the Flagger symbol sign. Support: 5. Additional requirements for the location of flagger stations are contained in section 6E.08. Sect.6H.01 December 2011 2011 Edition - evision 1 Page 685 Figure 6H-13. Temporary Road Closure (TA-13) OV3HV NdOM —t— T OV08 X 4 t Note:See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter dO1S 01 codes used in this figure. 03ddd3dd 38 A T • X See note 2 -b ' Buffer space (optional) 1. Buffer space (optional) or-4 ote 2 X • X BE PREPARED TO STOP ROAD WORK AHEAD Typical Application 13 December 2011 Sect.6H.01 Page 688 2011 Edition- Revision 1 Notes for Figure 6H-15—Typical Application 15 Work in the Center of a Road with Low Traffic Volumes Guidance: 1. The lanes on either side of the center work space should have a minimum width of 10 feet as measured from the near edge of the channelizing devices to the edge of the pavement or the outside edge of the paved shoulder. Option: 2. Flashing warning lights and/or flags may be used to call attention to the advance warning signs. 3. If the closure continues overnight, warning lights may be used on the channelizing devices. 4. A lane width of 9 feet may be used for short-term stationary work on low-volume, low-speed roadways when motor vehicle traffic does not include longer and wider heavy commercial vehicles. 5. A work vehicle displaying high-intensity rotating,flashing, oscillating, or strobe lights may be used instead of the channelizing devices forming the tapers or the high-level warning devices. 6. Vehicle hazard warning signals may be used to supplement high-intensity rotating, flashing, oscillating, or strobe lights. Standard: 7. Vehicle hazard warning signals shall not be used instead of the vehicle's high-intensity rotating, flashing, oscillating,or strobe lights. Sect.6H.01 December 2011 2011 Edition- ilZevision 1 Page 689 Figure 6H-15. Work in the Center of a Road with Low Traffic Volumes (TA-15) END OV3Hd . -----7Th. NHOM 4 t t_.). ROAD WORK Note:See Tables 6H-2,6H-3 X and 6H-4 for the meaning of the symbols and/or letter codes used in this figure. 44 1 1/2 L (optional) ... . (optional) t mk---________ 1/2 L W114 10 feet MIN.to edge of pavement or outside edge of paved shoulder X 1 4 t MOM ad08 ROAD ON] + _ WORK • AHEAD Typical Application 15 December 2011 Sect.6H.01 Page 714 2011 Edition - Revision 1 Notes for Figure 6H-28 Typical Application 28 Sidewalk Detour or Diversion Standard: 1. When crosswalks or other pedestrian facilities are closed or relocated,temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Guidance. 2. Where high speeds are anticipated, a temporary traffic barrier and, if necessary, a crash cushion should be used to separate the temporary sidewalks from vehicular traffic. 3. Audible information devices should be considered where midblock closings and changed crosswalk areas cause inadequate communication to be provided to pedestrians who have visual disabilities. Option: 4. Street lighting may be considered. 5. Only the TTC devices related to pedestrians are shown. Other devices, such as lane closure signing or ROAD NARROWS signs, may be used to control vehicular traffic. 6. Deleted 7. Type C Steady-Burn or Type D 360-degree Steady-Burn warning lights may be used on channelizing devices separating the temporary sidewalks from vehicular traffic flow. 8. Signs, such as KEEP RIGHT(LEFT), may be placed along a temporary sidewalk to guide or direct pedestrians. era Sect.6H.01 December 2011 2011 Edition - "evision 1 Page 715 Figure 6H-28. Sidewalk Detour or Diversion (TA-28) itti FiP -.-1 F-- -I 5 Z.:-, 1 1--- __I 1__ LI L_. D L__ 4 r --- -1.,,,,_ ., 3H3H SSOH3 03S013)I1uM301S 36 inches MIN. , , / spa / SIDEWALK CLOSED - A • r SIDEWALK CLOSED CROSS HERE -1(-- - _____ 7 1-; 1- -I IT II D. (__I L_ I LI L__ 0? ROAD ROAD WORK WORK AHEAD — AHEAD t (optional) 4 t SIDEWALK DETOUR SIDEWALK DIVERSION Typical Application 28 Note: See Ta les 6H-2 and 6H-3 for the meaning of the ymbols and/or letter codes used in this fig re. December 2011 Sect.6H.01 • . . LEGEND Type 3 8orr;code •■ Chcr.eli.in°Devices g-st IIROAD [�Neovy work vehic1e ® Truckted WORKI Attern,otor tTMA) w • AHEAD 4} T ra i t er Mounted Parr t ab l e Chanpevo e o 01 I I ii i F I ash i nq Arrow—0 4 .PA:;:9e 5 r cPCMs) Q ROAD ‘0' O. Cw2o-1 D _ END - • 0i Sign < Troff is F low WORK - 4e•x 48•See note 1)ROADWORK JAROADWOR f • • 48•X 48• - I 48•X 24" Minintun sled Maximum �� (Flogs- _ — G20 2 tSee note?1� OeairaDlei of Miniaasn «♦ See note 1) 48"X 24• Su04eated I Posted Foritu l a Taos*Lengths Chonne l..4 SpSoe�ng=er1.7,...°1 IT:5T•iif ._ ROAD tSee note?)♦ ISpeed tE M Devices -x- _ WORK %, * 1o• I' I v Ono on a Distance 6 Ili I Ua c I OffserO+ts•+otts s To> tangen•wo;,,(4,..AHEADm30 150' 165' 180' 30' 60' 120' 90' �-bo itw I •-- w2 ' ' t f'l oqs- �-v+ 1 35 L a 60 205' 225' 24 5' 35' 70' 160' 120' ��o 4 5'� 320' 40' 4 1 lei gSee^Ole i 1 1 g h� I aoI 0 26 295 80 2 0 _ 55 x • g ti x1 g.25iI 45 450' 495' 540' 45' 90' 320' 195' libTI • x A I o 500' 550' 600' 50' 100' 400' - 240' w It11) a, I 1 1_ � 550'.605' 660' 55' 110' 500' 295' e I I L ws— o •• g 60 600' 660' 720' 60' 120' 600' 350' $$ $'^ I I ■ — • �_ b5 650' 715' 780' 65' 130' 700' 410' '�~ I I _0 7 77 4' 70' 14' 800' 475' ii i s 10, eta -4. 0,�� a 0 00 0 8 0 0 o Inactive• 750'_825' 900' 75' 150' 900' - 540' O I i,„ �O work vehiCIe8 �iA. work v@hiC1B i 0 ♦ ". �s necessary for theor other nt I ■ $ (See Note T) Conventional Roods Only a.» x �•.: tgii operot ion, I *♦Toper lengths hove been rounded off. x�� I ® I o$trucks,I ® L•Length of Toper(FT)w•width of Offset tFTI S•Posted Speed iMPH) I II! s, :%!ab. Ieranes, 8 ,o C $1'; 8r1a t l ramp i n i n I O I.�, r T TYPICAL 1 CAL USAGE channelizi devicr • '^ eel; a craps separated from ,ki kgb nay oe omi tested i!the I lanes of traffic v•by ,;.,,l, M1081LE SNORT SNORT TERM INTERMEDIATE LONG TERM work are0 i a o atin imun •••s'? ;�� chorine I Z nq devices I .;• I DURATION STATIONARY TERM STATIONARY STAT IONA. .0 Of 0'frown the t',j�: G i at O1 I t iAl... ■ L � �/ _ i �0 nearest traveled way. I -.t:r I h._ ,w I II') !,1", Io v, .•-,,,,. ..-14_ .1 `' 4�� F, GENERAL NOTES r• o�+ Y (See notes 4 8.51 ■II I !s. I I.F togs attached to signs where shown.are REQUIRED. L�- -;r «�w • k ® 6:7;.., ;j ti,,. 2.All traffic control devices illustrated ore REQUIRED,except those I o I I j ■ I denoted with the triangle syrtoo I may be cmi t led st en stated in the o° c p1Ons.Or for routine maintenance work,when approved by the Engineer. �II; tsee notes 4 e 5)- - - _�_ ■ _ }. I 3.Stockpiled moter i a I shou I d be p 1 aced a minima a of 30 feet from til!!i III ♦ � ■ry ; nearest troveIed way. 4.Shodo.VehicIe with TMA and high intensity rototin9,flashing, 1 L g ♦ tSee notes 4 S 5. I oscillOting or strobe lights.A Shadow Vehicle with O 1MA shOuId be o I � � I ♦ used anytime it con be positioned 30 to too feet in advance of ■ the area of crew exposure without adversely affecting the ggcS I I work.If n i�°t � Out performance rood or worcond Quality conditions re the�rtrvtt i c�contro l to emoesent I x s I S a o 0 r 8 , I p(ooe.Type 3 Barricades or other chonneli?ing devices may be 1,2 I ♦ S substituted for the Shadow Vehicle and TMA. hhI S.Additional Shodotr Vehicles with TMAs may be positioned off the paved I I " A surface.next to those shown in order to protect a•der work space. • I 1..i. 6.See TCP15-1)for shoulder work on divided highways,expressways and I freeways. 0 �o§ eewoy ,n 7.Iraoct i ve work vehicles or other eQu i pment:thou I 0 be perked near the 1 ` I o right-of-troy line Ond•net parked on the paved shoulder. i • I h 8.Cw?1•S S.R.DER IOW signs may be used in p l ace of.0-10 MIP — ROAD t i x �, 'ROAD FORK AHEAD_signs far shoo I der.ark an conventional roadways. I WORK :t END - I - ROAD _ AHEAD ROAD WORK WORK I 1 G20-2 I AHEAD //7g • • Fil;?*; 1?Ur x24- I;We note 2)♦ 51fPi''.- END ROAD 'fO'IQ see ate i) I Q ROAD WORK WORK I rraf k CF.1OQB G20-2 I I I AHEAD 4-• Operations See note 1) 48•X 24• ,7bxas Department of Transportation StO eb tsee note 2)• - I 4820X148 • TRAFF IC CONTROL PLAN iF lo®s- see note 11 CONVENT IONAL ROAD SHOULDER WORK TCP (2-10) TCP (2-1 b) TCP (2-1 c) TCP(2-1)-18 WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER f ILL. "tCO2-I-18. OW ?cm Pin Ice. TAXI Utter t NS can scot AS I NICIIIM RE, ConventionoI Roods ConventionoI Roods ConventionoI Roods 2.9r.-�a..sids .Conventional 2-12 olst cow, s�[c1 No.., a.. _ 1.97 2-18 L bJ LEGEND C0-4 •Warning Sign Sequence 48"W2 X 48" • ®Type 3 Barricade ■■ Channelizing Devices in Opposite Direction Same os Below ONE UNE ROAD Heavy work vehicle ® Truck Mounted END ROAD Attenuotor(TMA) P ROAD WORK CW3-4XXX WORK<> 4a X 48 AHEAD Trailer Mounted zrstsabogeiesh—gn 7=7 °D 7 0 G20-2 (See note 2)A + , i. Flashing ArrowBoard °�' R1_2 48"X 24" BE - Sign Traffic Flow tli 42"x42'°x42' PREPARED CW2o 10TO STOP 48.x 48. 0\ Flog "�.) Flogger L 2' T W Temporary (Flogs- TO' Yield Line + / See note 1) Minimum ONCOMING • I (See Note 2) Minimum Suggested Maxim.Minimum ° oFormulaS i Suggested Stapp i ng ...8 TRAFFIC c + Posted Taper Lengths Charms 1 1 z i n9 On `S' o Sight►ce .+ X / Speed ** Dev i c:es Spa X i^g Buffer«« R 1-2, I * 10' 11' 12' Ono Ono D i stance �•-g 48"X 36" • CW0-7 9 a (See note 9) x 4a X 48' / Of Toper Tangent i .�, r:// 3'5 2150' 165' 180' 30' 60' 120' 90' 200' •lm XXX• WS 205' 225' 245' 35' 70' _ 160' 120' 250' la FEETV 0 60 265' 295' 320' 40' 80' 240' 155' 305' Devices at 20 / spacing on the Toper I o c ri 16-2P • END 45 450' 495' 540' 45' 90' 320' 195' 360' g211� ® o "x 1 a"♦ • / ROAD WORK o 500' 550' 600' 50' 100' 400' 240' 425' G2o-2 55 L a WS 550' 605' 660' 55' 1 10' 500' 295' 495' 1;6 �-. ," { Except in « « ,g'' �:,.;; 9 48 X 24 60 600 660 720 60 120 600 350 5T0 r-�-. f I agger stet i ens 6670,0 5 650' 715' 780' 65' 1 30' _ 700' 410' 675 45' Ai it'47 -,,,, sha l I•be / p 700' 7 TO' 840' 70' 1 40' 800' 434 75' 7 30' o •1 illuminated ~� ..;h•; of night ``�.� �75 750' 825' 900' 75' 150' 900' 540' 820' `�'s•'' 4,Convent i ono I Roods 0n I y i u Viiiiii 4Temporary Toper I engths hove been rounded off. `^ (S Stop Line ■ • LT1 i (See Note 2)� � L Length of Toper(FT)W Width of Offset(FT)S Posted Speed(MPH) i14}~ 41111111 Dev i Approx.,ot• TYP I CAL USAGE . Shadow Vehicle with I ■ � TMA and high intensit ■ ���� o.� 20'SpOcing PONES... SHORT SHORT TERM INTERMEDIATE LONG TERM iL > � CI? ti fl:Erih;rtTObe yI .,� DURATION STATIONARY TERM STATIONARY STATIONARY ao ltoting I dr m a~ lights.(See notes 6 II 7) - -- ■�'r� ■ Ii' I I y GENERAL NOTES teg 1.Flops attached to signs where shown,ore REQUIRED. V-3? � m ■!.!•11.'� & 2.All traffic control dev i ces illustrated are REQUIRED,except those denoted with the triangle symbol I':. may be omitted when stated elsewhere in the pions,or for routine maintenance work,when approved "2i; • - YIEI® Shadow Vehic Ie A '^ by the EngiWeer. • c x %,..2x with TMA Ond ■ ,� �c 3.The CW3-4"BE PREPARED TO STOP"si "DrvC?es :ft, 20' .-jF 42"X 42" high intensity rc " sign may be installed after the Cw20-4 ONE LANE g rotot 1 ng, I 1�1 t ROAD XXX F T sign,but proper sign spot i ng sha 1 I be maintained. .':D aing the To flashing, v 4.F I oggers should use two-way radios or other methods of communication to control trotf i c. ° • :7,c TO oscillating or ■ 5.Length of work space should be based on the ab i I i ty of f l aggers to camlun i cote. Mit, - ONCOMING 7118:2r36" strobe Iights. I 6.A Shadow VehicIe with o TMA shouId be used anytime it con be positioned 30 to 100 feet ?� �,0 Temporary •' -� (See notes 6.7) in advance of the area of crew exposure without adversely affecting the performance or quality of :11;i Y i eIdL4'2) v+ TRAFFIC ■r,\, i the work. If workers are no longer present but rood or work conditions require the traffic control (See note 9) to remain in place,Type 3 Barricades or other c lannelizi devices be substituted for the Shadow (See No A Y'� ao Veh i c I e and TMA. may E. fit ■ CW20-7 7.Additional Shadow Vehicles with TMAs may be positioned off the paved surface,next to those shown Devi ces of 20'spoci, • ell 4 a"X 4 8" in alder to protect o w i der work space. on the Toper .♦ ic XXX :!..)-(278.4, TCP (2-2o) c FEET " may be used on projects with approaches that hove adequate sight �" V Exceptin '^� 8.The R1-2 YIELD sign traffic control :11:2X emergencies, distance.For projects in urban areas,work spore should be no longer than one half city block. 48. f I ogger stations ■7,.. In rural areas,roadways with less than 2000 ADT,work space should be no longer than 400 feet. i I lu minated I be x BE 9.The R1-20P"YIELD TO ONCOMING TRAFFIC"sign shall be pieced ono support at a 7 foot minimun lu x at night A. PREPARED mounting height. x TO STOP CW3-4 TCP (2-2b) ONE LANE Temper ar y I 24"Stop Line J..- 4 8"X 48. (See note 2)♦ 10.Charms I i z ing devices on the center I i ne"10y be omitted when o pilot car is I eod i ng traffic and ROAD (See Note 2) approved by the Engineer. 11.If the work spore is located near a horizontal or vertical curve,the buffer distances should be AHEAD I x CW20-40 increased in order to maintain stopping sight distance to the flogger and a queue of stopped vehicles. <>14) x 48.X 48" _ ONE UNE (See table above). 0 OI ROAD 12.Flaggers should use 24"STOP/SLOW paddles to control traffic.Flogs should be limited to XXX emergency situtotions. END I _� x 48"x448" ROAD WORK, • �'*' G20-2 -�• I MO F. mi. tee"' 4 8"X 24. I 0 . ,Toros Department of =I, ROAD WORK END 17ROAD AHEAD cw20_,0 ROAD WORK WORK TRAFFIC CONTROL PLAN 48"X 48" G2o-2 AHEAD CW20-1 o ONE-LANE TWO-WAY (Flags- 48"X 24" 48"X 48" See note 1) (Flags- TRAFF IC CONTROL See note 1) TCP (2-2o) TCP (2-2b) 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-18 ONE LANE TWO-WAY ONE LANE TWO-WAY FILE° tcp2-2-18.dgn . 1“, :... IC.. ©T.D0- December 19. Cah'KV ,roe h�o AY C W CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS 8-9S 3-03"."*" o'. (Less than 2000 AD1' - See Note 9) "s' ro„�.r `T"°. 1-97 2-12 4-98 2-IS .. -" .. .^ �,. - . _ -__' ROAD-WORK 'X~ ..~-.-._-. . ..~,~-~~ �. , -^~^'''` .. _ ' ^, c.''''''` ' Truck Mounted 5.2 ��� `.- -_ .. ,�` `. '.�.-=," it Trailer Mounted =�'�`� ='=.. See note � � . ._____Sam � .- . ,= .. Traffic Flow ' - ' -'^ ,==,= -`^''' ' .L���. '` '' -�'=' � '` ' .. .. ' Minimum NL �...- '-. _ .. ,^' �. .-, ��~ �'__ .=`.=Minimum '`�Devices I!X" `.�� � oper T-----t Distance ' in Buffer "130 30 ^~. �',�"245'`,Of faet Of f get Of f set � � `, . ,, ' _ ` ^. ^` '' . . ~. ~ 40 1 . ' 4 ����.��. � '� �� . �� am -.'., ''.� '. .'�� _. � '� ^= �' 09 3r',. X- � - a XX w-~X~ ` `' ,` '' `� � ^ ,` ' �� � ` `-_r�`' .�- `.��`=' , `- � ^. � '. ' ' ` ' '' 4"Solid XX '''-'`'^^~ � L-Length of Toper(FT)W-Width of- �.. ` . ..~.�.^' - TYPICAL USAGE 916.co � ^^ ^`. SHORT TERM ...`.' `�'. -, . . LY . . �..-^ Markers on TMA and high intensity 0 _`'co 1.-0 rotating,flashing, X. lea -`,`-'` .���..�'`. ' ' ,`�� �.r.b.- Yellow with the triangle syftol may be omitted when Stated elsewhere~` Devices spaced at 500'to '-Transverse Channeilzing 'the plans, ' ^� .9 Shadow Vehicle with 1000' in urban areas,or mark i ngs may rem i n i n p I oce.Channe I i z i ng dev i ces sho I I be used to separate � pavement 4+� � �� TMA and high Intensi 1/4 mile . `^ ty .. . oscillating or ._:' `'��'--in .' X. it ^'�'^ AHEAD"signs.Proper spacing of signs shol I be maintained. . ' ` regulatory speed zone signs may be installed within CW20-ID"ROAD WORK �-- - . � � .Conflicting pavement marking shall be removed for long term projects. ' ^,_ A Shadow Vehicle with a TMA should be used anytime it can be positioned ' f -``''_. . . . ...'�'^' 30 to 100 feet in advance of the area of crew exposure without adversely - - .� ' in place,Type 3 Barricades or other chamelizing devices may be substituted. XX present but road or work conditions require the traffic control to remain XXaffecting_ ` �., . . `. ~ . �°� .Additional Shadow Vehicles ' ''~ - ^ � .r^..'''''' ''-'wider'''' CW1..�'. ' . - XX `Conf I i ct i ng pavement mark i ngs sho I I be removed for I ong-term projects. � . �-' ' - _ ~ .-� . ^, ~ '` ' _' topers at 20'or 15'i f posted speeds ere 35 mph or s I ower,and for tangent L... -*24"'~ �z....�. �-'` .. ' ~. .��`` ' .. .. R4-2 .. ` ^'" ^ __` .-``.� � ' ' - ` If ' . �.' ' . � _.. '. applicable- .. .' .`. ` .. TRAFFIC 'o,`, '.` END . � -`.- .` ` � . `.��'If applicable & TRAFFIC SHIFTS ON .'~```"- ' ^. - -��1) TWO-LANEROADS .. .''. ~`. �'~.,^_� .. ..` ''^ '', .. `' .' .' ^, `., ~ T.dV,```.,CKs � ONE LANE CLOSED ONE LANE CLOSED =. -�, cow,~ Joe . .. � ''.. ''' ` `' INADEQUATE `.. ' ^' �` . . '-. • • LEGEND ®Type 3 8orricode ■• Chonnelizing Devices ROAD HeavyWork Vehicle ® IrATfluroTtlImA) il.§ WORK T Tra i I er Mounted ::reIcoltles17111t4T ,� AHEAD00 FlashingArrowBoard M o i CW20-1 D f§i 48"X 48" x i Sign Troffic FIow (Flogs- END il;; See note 1) T ROAD WORK Q� F I og F I ogger o ROAD t t x p D:es i� I e Suggested Max i nun END Spoc i ng of M 1 n i rttum z WORK - 48 X 24 Posted Formu I o Toper Lengths Channel;zing i n S i Qn Suggested � 414 LEFT — — Speed g Sp�,ng Longitudinal Butter Spore -•`' t .c ROAD WORK T �u g ** Devices ;X" ... u= cw2o-1 o AAHEAD ,,, P �„ - LANE N `; * 10' 11' I2' Ono Ono Distance 9 • X 48 G2o 2 CLOSED otfsetOffsetOffset Toper Tangentao+ ;71; ogs- 48"X 24" CW20-5TL x ' See note 11 48"X 48" 30 2 150' 165' 180' 30' 60' 120' _ 90' i �m a W205' 225' 245' 35' 70' 160' 120' -r- -� XXX FT T. 40 L 60 265' 295' 320' 40' 80' 240' ' 155' 3:16X311. x 45450' 495' 540' 45' 90' 320' + 195' ;I li (S t ' N 0 500' 550' 600' 50' 100' 400' 240' •` (See note 4I 55 550' 605' 660' 55' 110' 500' 295' -. i��� �� _.-.Laws 60 600' 660' 720' 60' 120' 600' 350' r"412. x ~ ` 65 650' T15' 780' 65' 130' 700' 410' 01 a, 2 L �M T 0• 475' x x` ° •��o m ■ 70 T00 T70 840 0 140 80 + w c -750' 825' 900' 75' 150' 900' _ 540' • 2w -aIt; x'' • a CW 1-6oT - ` �, 3E Convent i ono I Roods On I y * 36"X 36" ,_,_ : J **Toper lengths hove been rounded off. o�.,,.. 1._ !j ■• ; L=length of Toper(FT)W.Width of Offset(FT)S.Posted Speed(MPH) Eil5 ■`3` �, ■• ••�.�o TYPICAL USAGE ro Shadow Vehicle • ♦♦ o SHORT SHORT TERM INTERMEDIATE MIX:1, • ■ ,AZ i • ♦ N k _ M09ILE>ggrr'..T:rit �th TMA and cSee note 8) �• ♦ i►a CW1 4R DURATION STATIONARY TERMSTATIONARY �ua� intensity �T��^ 8 as ing, f I ash i ng, ■► �c x 48 X 48 ,, oscillating or �� o11;. 'v 0. strobe I i ghts. ; t XX b (See notes 5 8.6) or --, u- MPM V4,18.3;(1,...... GENERAL NOTES 1.4 ■ •'cii I: I.Flags attached to signs where shown,are REQUIRED. • c ■r • f 2.All traffic control devices illustrated are REQUIRED,except those denoted „$ co Niii. A with the tr i ang I e symbol may be omitted when stated e I sewhere in the Pions, L ■ • or for routine mo i ntenance work,when approved by the Engineer. +l • II : 9 c. 3.The downstream toper is optional.When used,it should be 100 feet minimum o J r �` Y I ength per I ane. Q II': • �� J ().4>i � 4.For short terra opplications,,whenpostmountedsignsorenotused,thedistance r ; le maybe shownonthesignforeratherthanonoCN16-3aPsupplementalShadow Vehicle withd2 ♦ , TMA and hi h intensit pI •���t ♦♦� f , Y ■ f5.AShadowVehiclewithoTMAshouldbeuse4anytimeitconbe positionedbt c♦ oscillating or strobe ao 1 30 to 100 feet i n advance of the urea of crew exposure without adversely affecting c ;�c x 1 i ghts.(See notes 5 8,6) • i CW 1 6oT the performance Quo I i ty of the wok.I f workers ore no I anger present but rood • J 36"X 36" or work conditions require the traffic control to remain in place,Type 3 • • N Barricades or other channelizing devices may be substituted for the Shadow • ! Vehicle and TMA. 6.Additional Shadow Vehicles with TMAs be positioned in each closed 'IG r '.'�. lane,on the shoulder or oft the paves rtoce,next to those shown in order LANE to protect o w i der work space. x CLOSED x CW20-5TR _A_....—_____ TCP (2-4o) I 4°i: ° 48"X 48" : • CW1-4L 48"X 48" shall be used and channelizing devices shall be placed on the centerline to • St6;c3i1.. • J protect the work space from opposing traffic with the arrow board placed in the • XX closed lane near the end of the merging toper. (See note 4) •'6} J MPH 2413X124., TCP �2-4b� .., 8.For shorter durations where traffic is directed over a yellow centerline, ♦ x channelizing devices which separate two-way traffic should be spaced on topers ♦ at 20'or 15'if posted speeds are 35 mph or slower,and for tangent sections,at 1/2(S)where S is the speed in mph. This tighter devices spacing is intended for IG the area of conflicting markings,not the entire work zone. END0 • x LANE ,ROAD WORK CLOSED AM*. END 41 i. cw2o-5TR G20-2 I �► ROAD i i 48"x 48"„ VVun '` Openvtions ROAD WORK xWORKV V nU u� o>,48 X 24 t , Skidv+ 20-2 I StsX3iii.. AHEAD 48"x 24~ `n i Ea"cw2o-10 CW X 48" x emote 4, TRAFF IC CONTROL PLAN (F lonate 1) --'L LANE CLOSURES ON MULTILANE • • CONVENT IONAL ROADS TCP (2-40) TCP (2-4b) ROAD WORK TCP(2-4)-18 I AHEAD CW20-10 48"X 48" ,ILI. tcp2-4-18.agn Oki C. ,,o. ICK. ONE LANE L OS E D TWO LANES CLOSED (Flogs- See no note 1) ©TxOaT December.1985 CO,ssc* HON.., W.,•. 8-95 3-03aEvtsto�s W l J1-91?-1? I f T s* cower SiN NO. ...� 4-98?-18 i I 1 I I 1 I i 1 1 —'`~'' LEGEND Type 3 Barricade 1%56.a .. .` .. 9 9 e Channe I T z 1 ng Dev I ces '' _` `_ _` ^. %. NOW Trailer Mounted '' .. it Flashing Arrow Board `' =116 Sign -- `�.Safety glare'— or NOTESS Flo %a ow I.Length of Safety Glare Fence will be specified elsewhere'in the plarmL 2.The cumu i at I ve non I no I I ength of the modu I or un I to sho I I equa I the BARRIER DELINEATION WITH MODULAR GLARE SCREENS barrier an which they are installed so the joint be! barrier sections will not be spanned by any one unit. 3.Ponel/blofte will be designed such that reflective shooting conforming with Departmental Material Specification MG-8300,Sign Face Materials, Type 0 or C Yellow,minimum size of 2 Inct a by 12 Inches can be attached to the edge of the panel/blade.The sheeting sholl be attached to one ponel/blade per section of concrete barrier not to exceed a owing of 30 feet.Barrier reflectors are not necessary when ponel/blades are . Special Specification S.This detail Is only Intei to show types of locations where Glare ._~and other^coo. Refer to BC anWar TCP sheets for 0WOOCh �''^ ` .,^.`^'`''..~.,^''^..` . ' �/ '.=,... ' .'' CC> _~' —.'''.' —.' . ''' — — . '' . '````°..—.'``,. .'. . � � ' � | _ .'~.~ ' .... See Notes`. ioCampliont Work Zone Traffic Control Devices Liste(CWZYCO) � .' On I y pro-qua I I f ied products sho I I be used.A copy of the Ht +� ``'~'~`Il .! ., .. '-- VP or .-. '.- '`. —'. '`' `'. '^. `. VERTICAL PANELS . OPPOSING TRAFFIC LANE DIVIDERS (OTLD) SEPARATING ..-` TRAFFIC ON NORMALLY DIVIDED ,,,, Tom"=—`—^- -- NOTESs TRAFFIC CONTROL PLAN I Wren two-I oneg two way trof f I c contro I must be maintained an one roadway of a not I I y d I v I ded h I ghway,oMos I ng traffic evil to separated with either taqwory traffic barriers,channelizing devices,or a twoorary raised TYPICAL DETAILS appropriate application of channelizing devices when they are used for this purpose. This Is not a traffic contra I p I on. I f th I a deta I I I a to be used for other+ypes of roode Or Opp I I Got I one,,those 1000 1 am shou I d be stated elsewhere In+he plans. ' Space devices according..`=Spacing shown..Device Spacing`..but not exceeding�0 WZ''' 13 `--. ''^'. .. ~ _.. —�`�. be the f irst device an each side of Wersecting-+'_'. ` `, _ . .~,-.''^'= `. ' �~ ��� _��._...��_ �� � �'=�-� —.'--_.`.—' ' .� � .—~ i i 1 i WORK ZONE SHORT TE TEii, PA _ N T RK ' TA WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS 20's6" ype Y-2 DO �-' ,� -1 al( m DO gl DOUBLE TA9S ; 4 to 12�� M MMNONOT R4-1 NO-PASSING 4- R4-1 PASS 4.- PASS ..z.t. LINE TAPE to 12« .0 I. r...... IIIIIIIII "411 NM. MIME G7 - - - - 1 1 1 1 I 1 1 1 1 I 1 III Ell ,e 20,6" Yel lave q,g•26' wo - 1 1 1 1 III 111 SOLID �.-- -.� �--�Pr Yelp 0 Type Y-2 �` LINES 20's6" T r-2orW iti SINGLE TABS ®,Y� m .•?. NO-PASSING LINE PASS TAPE PASS TABS kgor CHANNELIZATION TAPE 4, 11 WITH WiTH 4.5's6' CARE CARE LINE R4-2 ill ' �-- 20':6"-� �--�+� R4-2 o Yellow or white CENTER LINE B NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS Type Y-2 or w el BROKEN TABS O O ---1 mm mmm p mmm white Toe w .0 lib LINES 4 -i�- 1 23 Y TAPE � � � � 111 eI1 Is1 111 111 111 111 111LI' (FOR CENTER LINE q • <3 a OR LANE LINE) -'� I. .g 2 6 e Yellow or white 4> 4> 4> 4> 4> 4> 11:i12't 6•--+I �--+I 3's 3• T ype w - - III 111 111 I1 III III Ill 111 TA85:f.i m m m mq,21" M. m m white4> Type N 4> o_ WIDE DOTTED w1> - • - - 1 1 1 11 a 1 a a a a a 1 ii 1 1mm� mm ® 7. 1 1, ; e a n a a a s a I 1 1 LINES sww.C". 0• (FOR LANE DROP LINES/ TAPE Wide Dotted Linsa wide Dotted Linea :;4<ai •k 11! I.---A 3.23. white Type w wide Core Mark i nps w t do Gee Mlork i�a TAPE TABS at.. " LANE LINES FOR DIVIDED HIGHWAY Iti m 20 26 -+I V Type i�-o m14,21. TABS MI OFT NO7 a a t WIDE GORE - - - - - 111 Ile 111 III 111 111 111 III o MARK I NGS i 2 White a Type w a OD %k - - - - - - - 1 / 1 1 1 1 1 1 1 1 1 1 1 1 1 IA TAPE All - - - - - = - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1• a IP-i • , A T Y-20 26 4.5 26 i t�b � � wh e _ - - - YQ 1 low . - 111 III III III III YDe II eel 111 s- Wtn i to Typo w L. NOTES:o �o TAPE TABS I.Short term pavement markings may be pre,t toted nark i ngs(stick down tape)or temporary flexible- LANE B CENTER LINES FOR IMUL T I L ANE UNDIVIDED HIGHWAYS reflective roadway marker tabs unless• , toe specified elsewhere in plans. lemmellemmesememeememememommimmoimememesimimmmelemosimmIttems 2.Short term pavement markings shall NOT be to simulate edge lines. 3.Dimensions indicated on this sheet are t•Ical and approximate.Variations in size and height may occur be <3 <3 - tween markers or devices made b m�nanufoct'era b as much as 1/4 i unless otherwise t y � y nth,un 8a O herw se noted. � - - - - us 111 „vies let 111 ell 111 Ile... le 4.Temporary flexible-reflective roadway mar=- tabs will require normal maintenance replacement when used on white <3 I Type W roadways with an ADT per lone Of up to T..vehicles with no more than 10%truck mix.when roadways exceed "I" - al' - - - - :I: 1 1 1 0 1 1 1 1 1 1 1 1 1 1 these va 1 ues,add i t i ona I maintenance rep I•..._.t of devices shou 1 d be p I armed. - - - - III I l o l o l III 111A III 111 I I I S.No t of r to traffic c snail I remain without permanent pavement markings Ye I 1 ow Type Y-2 segment roadway open ngs for o period od greater � L. - - - 111 111 111 111 111 111 111 111 than 14 calendar days.The Contractor wilt be responsible for maintaining short term pavement markings until = ,� L - = - - permanent pavement markings are in place. the Contractor is responsible for p l acbment of permanent CD. _1 1 e 1 e 1 e l 1 e I e 1 1 pavement markings,no segment of roadway. •1 1 remain without t pavement markings fora period 4> greater than 14 ca I ender days un I ess mot conditions prohibit p I acemelnt.Permanent pavement markings sha I I - - um - el 11 ,111 III III 111 MI 111 be placed Os soon oa weather permits. I wWhite - Type w 6.For two lane,two:way roadways,DO NOT PA a i gns sha I I be erected to mark the beginning of sections where TAPE TWO-WAY LEFT T N LANE TABS Passing is prohibited and PASS WITH CARE-igna shall be erected to mark the beginning of sections where passing is permitted.Signs shall be in•-•dance with the'Texas Manual on Uniform Traffic Control Devices• ITMUTCD/and may be used to indicate the limits of no-passing tones for up to 14 calendar days.Permanent �� _ Removable pavement markings should then be placed. Raised MITnr" If raised pavement markers are used to supplement REIbVABLE Daft . Pavement short term markings,the markers shall be applied to the tap . °="1 T.For I oar vo 1 une two i one,two-way roadways,of 4000 ADT or less,no-pods i ng I i nes may be omitted when approved Marker K Mork i ng t Tope) :1_the tope at tine opprox innate mt d Ili ng.of the tape.Thisby the Engineer.00 NOT PASS and PASS WIT CARE signs shaI1 be erected(see note 6). �tL lows an easier removal of raised markers and tope. jet:.........,0,........A. S�Glaedeid 8.For exit gores where a lane is being dr-•p l ace wide pore markings or retroref t ect i ve charms l i z i ng devices to guide motorist through the ex i i. If thorns I i s i ng dev t ces are tO be used it shou I d be PRE F ABR l CA T ED PAVEMENT MARK I NGS noted elsestiere in the plans. One piece • s are not allowed tar this purpose. 1.Temporary Removable Prefabricated Pavement Mork i ngs sha i l meet the requ f rem a nt s of DMS-8241. IVORK ZONE SHORT TERM TEMPORARY FLEXIBLE, REFLECTIVE ROAU AY MARKER TABS (TABS) 2.Non-removable Prefabricated Pavement Markings sho l l meet the requ t rements of either OMS-8240 PAVEMENT MARK I NGS 'Permanent Prefabricated Pavement Markings'or OMS-8243"Temporary Costruction-Grade 1.Temporary flexible-reflective roadway mar tabs detailed on this sheet will be designated Type Y-2(two Prefabricated Pavement Markings.' amber reflective surfaces with ye l low•••;);Type Y cane amber reflective surface with yellow body);and RAISED PAVEMENT MARKERS Type W lane mite or silver reflective a,face with white body).Additional details may be found on 8C111). I.All ro i seo.povamernt workers used for work Zone markings dho I I meet the requirements of 2.Tabs sha I I meet requirements of Depar tmen t a I Mater i a I Spec i f i cot i on DMS-8242. WZ(STPM) 1 3 Item 6T2, RAISED PAVEMENT MARKERS and DMS-4200. 3.Shen dry,fobs oho I I be visible for o mi n d t stance of?OO feet dur i np normal ovy t t ght hard and when Tx rx00T]c DEPARTMENTAL MATERIAL SPECIFICATIONS (DVS/I MATERIAL PRODUCER LISTS ��,) <«E, vzstp�n-1 3.� am Tr Tflut TxDOT I, �, O�OT i I I uni noted by outon+op i t e low-beam hood 1�pht Ot night,ufn t eds eight distance i a restricted by r000woy ©Tx00T Apr i 11992 �ca+rcT sae i wiGwAt gOO etr i ca. I.OMSs referenced above can be ford o l ong with embedded I i nks to the i r R.1SIOBIS 4.No two consecutive tabs nor four tabs per 1000 feet of Iine sha1I be missi or foiI to meet the v1sua1 redpeCtive ipLa at the foIIowfng website: 1-91EIS o, performance requirements of Note 3. httpJMlww.bcdot gov inessi COnsultante/matenal_ ions/default.htfll 3.03 oisT 1 c...Tt I SHEET NO. t-13 nil i 1 1 i DEPARTMENTAL MATERIAL SPECIFICATIONS T UNEVEN PERMANENT PREFABRICATED PAVEMENT MARKINGS DINS-8240 LANES TEMPORARY(REMOVABLE)PREFABRICATED PAVEMENT MARKINGS DIMS-8241 il CW8-11 X SIGN FACE MATERIALS OMS-8300 %:. I I COLOR USAGE SHBBTDNO MATERiAL b 8 1 .See Table 1 ORANGE BACKGROUND TYPE en OR TYPE COHEETING il: X BLACK LEGEND 6 BORDERS ACRYLIC NON-REFLECTIVE SHEETING t GENERAL NOTES Sig Edge 1.if spoiling or holes occur,ROUGH ROAD(CW8-8)signs Should be placed in Arno where xist Area where Edge advance of the condition ono be repeofed every two ilea where the Iii Condition ex i at a Condition exists condition persists. in ab ei 1 2.sandition andtrepeated8evvery's1Ie.bSig stone oIIed aio e of the the uneven lane condition Advieormay y Speed tCtet�3 1Pl°pj with�ffle NEXT xx MILES tCW7-3aP) 1 piaque or i 1lb // / 3.NO CENTER LINE(018-12)signs and temporary pavement markings os per the NZ(STPM1)standard shall be installed if yellow centerlines separating two go way traffic are obscured or obliterated.Repeat NO CENTER LINE aigna •-= I I I every two ms i I es mere ttas enter I i ne mark i rnga ore not in p 1 ace.The signs P eand markings shall remain in place until permanent pavement markings are installed. X «X-distance X «X-distance 'ill t See Note 4) t See Note 4) 4.Signs sho I I be spaced of the d i stances recommended as per BC standards. S.Additional signs may be required as directed by the Engineer.Siena shall 'See Table 1 reamoin in place until final surface is applied.Signs shall be considered subsidiary to Item SO2'BARRICADES,SIGNS AND TRAFFIC HAWING." 1lb lit 6.Signs shall be fabricated and mounted an supports as shorn on the BC standards and/or I 1 sted on the'Comp I i ant Work Ione Traffic Control Devices' „ 4'iS UNEVEN4'1' 4> UNEVEN I fat. LANES LANES 7.Snort term markings mho l l not be used to simulate edge I 1 nee. °L. hiCW8-11 8.All signs shall be constructed in accordance with the details found in :.O UNEVEN LANES CW8-11 UNEVEN LANES the'Standard Highway Sign Designs for Tee,'latest edition. 42 . , TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLE i � o o Edge Condition Edge Height(0) d warning Dev i ces illt. NO T Less than or equal to: ▪ •o CENTER ,Ye Wax i nun-planing) Sign:CW8-11 lf LINE 0 1a/:-(typ Ica I-over Iay) '• i o X1 7=1 T 0 0 i stance.0.may be a maxi nun of I 1/4.for p I an i ng CN8-12 // operations and 2'for overlay operations if uneven lanes with edge condition 1 ore open to traffic Otter work operations cease. .X'distance I(SeeNote4) i_____- ® >3 I Areo missing Center Area where Edge / i D Leas than or equal to 3« Sign:CW8-11 / Line markings Condition exists 1 .See Table 1 1 O.to 3/4. -/� D D i at once'D'may be o max i nun of 3'if uneven I ones II with edge condition 2 or 3 ore open to traffic after work operotiono cease. Uneven loves should not be 12- open to traffic wtnen.0.1s greater than 3.. I Notched Wedge Joint _ Alig*• Deft ==. X X -x•distance TRAFFIC mom OIEt I NG PLANING, ArTazaso.p.e.ntanansporeak. (See Nate 4) PARLAY Alp LEVELING OPERATIONS ARE SHORN ELUSIVE 1 N THE PLANS. X -X-distanceSIGNING FOR tree Note 4) .i .I. UNEVEN , UNEVEN MINIMUM WARNING SIGN SIZE UNEVEN LANES LANES LANES NO '0 I 4> Convent i ona I roods 36'x 36' I 10 .16 CENTER CW8-11 CW8-11 Freewvy8/expre88woys. 48'x 48' VIZ tUL��� LINE divided roadways 3 CW8-12 r m. ww-13.Qqn ova TxOOT I u,T xDOT I own T xDOT lots T xOOT NOCENTER LINE UNEVEN LANES 0 TxoOT A,i I 1992 REVISIONS oa+T SECT JOBwow., PS. I o�sf DIVIDED ROADWAY TWO LANE CONVENTIONAL ROAD a-9 2 1 f COUNT, SHEET NO.. a:, ..3-03 _ It LJ III .- `"'' ._~Type,Barricade � ' — '. '' ' .-.' � MInlown ~���`. ' -` ".` 0 .'`. . '.- .` . .. goo_ '`'' � . . .` ' ' .''.''1`'.' . .. , . '. --A' See . ROAD . '" '/ ,.. .^ � '' `''^ ' ' - . ='. '.'..' ^ . ' — ` .. � � .. X. ' .. ' ' `.^` � ��.- _'` `. '— ``` `` .--''— ' ~ ''—' ` | '—°''^` ! ` '-/' —''' ''' | ' ` — ^`.. . '. .`.' .. _ .. `',`'.^ ' Barricades used shall meet+he requirements slxnm an Barricade and .' . ' '.. ' .. _ ''' `_��'-'`-`��'^`'-_`'.-.` .. ` ' ^-.`''_'.'``�^..._````. 4.0 . _ ` `^ ,. � �'�^`.`''~--_'.—. Defour a I gn I ng shown I a T1 ntended to I I I ustrate the type of a I gn*I ng _ S.that 1 a am late for r%Aybered routes or un-numbered routes as ' ..` ing X X MI-GT .-. '�,'.'..'`'`.'..^'...rat labeled. I+does no+indicate+he full extent of detour . `' . .__`.' ` ' ' .'' ' beyond+he intersection,the signs and barricades at this ' . location'...—'—' ...' .'.'. _ . .' �,` .+,.,,`�_,'=.,...-., X X `,. .' .For urban areas where+here Is a Ww+er distance between+he .-'- XX MILES AHEAD(RII-3c)sign may be r*ploc*d with a ROAD CLOSED � '. AHEAD_... TO THRU TRAFFIC(RII-4)sign. If odeoA+e space does not exist be+ +he intersection and+he closure a single ROAD _ ` .. '.. .-'',' 500 FT(CW20-3C)signs. 'Locations where these details Signs and barricades shown shal I``^�-�.'`. SIRMIng elsewhere in+he plans. .` ' `-` ..... WORK ZONE ROAD CLOSURE DETAILS ROAD " THE INTERSECTION ,* ".'^ ' .� INTERSECTION ,~.,.°—�~''^.,`.". `—`—'~~—~~,'`.`.',. WZ ''' joe '` ! _, ^' '| � '' ' '—'` . . ` ANNN OF ,. %4 BID TAB ULA 1- 7spoTY 1,7VD R 0 CK Extended By: Matt Bush* PE 7Tra M " ranrtation Department MATTtiEW IBUSHAK Print Name Initials 3400 Sunrise Road 00VI Opening Date: 8/10/2021 Round Rock, Texas. 78665 91480 ening Location: 3400 Sunrise Road idated Damages: EO No. of Responses: 3 a Project Manager: JC Montelonp Project: 2021 SMP Project B - Round Rock West and South Creek Project Consultant: WA Bidders Name Lone Star Pawing AI ha Paving Texas Materials Contractors Busing Location Austin, TX Round Rock, TX Cedar Park TX Guarantee: Bid Bond, Cashier Check or Certified Check Bid Bono Bid Bond Bid Bond Statement of Safety Experience, Yes or No Yes Yes Yt$ Addendurn(s) Acknowledged, Yes, No, or N/A Yes Yes yes Iles APPROX. I -NIT MT UNff UNIT ITEM # ITEM DESCRIPTION !QTV. LW,,IT-,- PRICE COST PRICE COST PRICE COST PRICE COST I Pavement Repair (12" depth) 5245 Ton S16900 S886,403,00 S10247 $537t455 15 V 11 f V!8650-00 ,150-00 $010 2 Remove and replace curb and gutter 3564 LF $62.00 S12120N8,00w $63-25 $225,423.00 $55.00 $1961020.00 SOM 3 Remove and replace reinforced concrete sidewalk 17820 SF $12.50 S222,750.00 $14.72 $26,'2),310,40 $12-00 $213,940-00 $0,00 4 Remove and replace reinforced concrete driveway 9979 SF S15.50 V 54,674.50 $17.25 S-172,137.75 $15,00 S149468S.00 $0,00 -5 Reinforced concrete fillet 415 SF $48.00 $19,920.00 $53-00 $21,995m S46V $ i 9AW-00 $0.00 6 Surface. Milling (2" depth) 561472 SF $0.23 $129,138.56 $0.30 S 168,441.60 $0,36 S202,129.92 SOM 7 000090d&.�M Edge Mill' (0" 5193 "-7 21 SF S0-25 S 129,845.75 S 0.2. 6 $135.039.58 $0.34 - S 1716,590.22 $OV 8 Type F 14MAC Surface Coursc 16818 TON S132.00 S2,219,976M $14330 52,41%019.40 $137.00 $2,304,0",00 $0.00 9 Type C HMAC Surface Course 7018 TON $121M S849,178-00 S109.10 $767,067.40 S109.00 S764,9621-00 S0,00 10 Valve Can Adjustment 138 FA S215.00 S29,670-00 $75.001 S 10,350.00 S 175,00 S.14,150,00 $0.00 I I Manhole Adjustment 221 FA S435.00 $960135=00 $ 1 73M S38,675.00 MOO) S66,300-00 SOM 12 RJEFL PAV MRK TY I (W)4"(SLD)(1OOMIL) 4165 LF 1030 $1,249.50 $016 S 1,4".40 $0.30 S1,24950 so M 13 REM PAV MP TY I (""(8RK)(l 00MIL) 7454 LF $030 $2.236-20 S0,36 $2,683.44 S-0.30 4.,1216,20 SOM 14 REFL PAV MRKR TY I-C` 190 EA $10-00 $1,900-00 $1200 S2,290,00 $10-00 S 000M S0.00 15 REFL PAV MRK TY I (Y)4"(SLD)(100MlL) 32908 LF $0,50 S16,454,00 $0,60 $19,744.80 S0-501 S 16,454M SOM 16 RFFL PAV MkK TY I (Y)4"(BRK)(l00MlL) 32156 LF $030 $97680 SO-36 S1,172.16 SO.30 S97640 $0.00 17 REFL PAV MRKR TY 11-A-A 1645 EA S150 S4,11250 S300 S4,935,00 S2.50 S4R 112-50 WOO 19 REFL PAV MRK TY I (W)8l'(SLDX 100MIL) 183 LF ILF $400 $732-00 S4.80 S87840 S4.00 S7. 1,0() -34, $0,00 19 REFL PAV MRK TY I (W) I 2"(SLD)(I OOMIL) 1000 UVO 54,000-00 $4,80 $4,900,00 $4.00 S4.000M, SOM 20 REFL PAV MRK TY I (Y)12"(SM)(100MIL) 150 LF 00 $600.00 S410 sr"Woo $4.00 S600,00 S0-00 21 REFI- PAV MR IK TY I (W)24"(SLD)(I OOMIL) 1800 LF $8.00 $14,400,00 S940 $17,280M $8.00 S 14,4M-00 50-,00 22 REFL PAV MRK TY I (W)24"(ARR0W)(100MlL) 16 EA W,00 $1,360-00 $102.00 $1.632,00 S85.00 $1,360,00 $000 23 RFFL PAV MRK TY I (W)(WORD "ONLY") (I OOMIL) 7 FA SlKOO $700,00 1 *2. 0, 00 S840.00 $100,00 $700,00 1000 24 Ttaffic Control 4 MO sls,owo() $60,000,00 $24,000-00 $96,000,00 $50,000,00 5200,000,00 S0-00 S49039379AS UPI 52tM4.14 TTOTAL: 50.00 SHEET: I of 1 ROUND ROCK TEXAS TRANSPORTATION August12.,2021 Re: 2021 SMP-8 Engineer's Recommendation of Award of Contract Mayor Craig Morgan Mayor Pro-Tem Rene Flores CouncUrnembers Mtchette Ly Matthew Baker Frank Ortega Kristin Stevens Httda Montgomery City Manager Laurie Hadley City Attorney Stephan L. Sheets Dear Mr. Hodder: A total of three (3) sealed bids were received and opened on August 10.. 2021 for the above referenced project. The bids ranged from $5,152,304.14 to $4,903,379.48. Alpha Paving from Round Rock, Texas, submitted the lowest bid in the amount of $4,903,379.48. The engineer's opinion of probable construction cost for this project was $4.,052,969.25. Alpha Paving has successfully completed similar projects within the City in the past and has proven they are capable of performing the work. After reviewing the contractor's experience and bid price, I recommend award of this project to Alpha Paving in the amount of $4;903,f379.48. Sincerelyl JC (Jose) Montetongo 11 Staff Engineer Attachments: Certified Bid Tab CITY OF ROUND ROCK' TRANSPORTATION DEPARTMENT 9 3400 Sunrc-,e Road Round Rock, Texas 78665 (P) 512.218 7044 * (F) 512.218.5563,p round rocktexas.9 ov CERTIFICATE OF INTERESTED PARTIES FORM 1295 10fl Complete Nos,, 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos, 1, 21 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2021=792349 ALPHA PAVING INDUSTRIES LLC Round Rock, TX United States gate Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/18/2021 being filed. City of Round Rock Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 2021 SMP B Project 2021 SMP B Project 4 Name of Interested Party State, Country of business) Nature of interest (check applicable) Controlling Intermediary Alpha Paving Industries LLC Round Rock, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is ManueLIrbWnd _ ,and my date of birth is 09/ 15 Roundville Lane�S�ite 100 Round Rock TX 78664 USA (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in Williamson County, State of Texas , on the 18th day of August 20 21 (month) (year) Signature of auth ed agent of'contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethicsstate.tx.us version V1.1,191bbcac CERTIFICATE OF INTERESTED PARTIES FORM 1295 10fl Complete Nos, 1 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. i, 21 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2021-792349 ALPHA PAVING INDUSTRIES LLC Round Rock, TX United States Date Filed: 2 Name of -governmental entity or state agency that is a party to the contract for which the form is 08/18/2021 being filed. City of Round Rock Date Acknowledged: 08/25/2021 g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 2021 SMP B Project 2021 SMP B Project Nature of interest 4 Name of Interested PartyCity,State, Country of business) a licable applicable) Controlling Intermediary Alpha Paving Industries LLC Round Rock, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is ,and my date of birth is My address is I - (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state,tx,us Version V1.1,191DbCaC