Loading...
SS9301-CN 921211 CO #1 ._ Plan Sheet ~6 Delete: Item Unit Price 2610-2 30" PVC 200 LF $ 83.00 2610-3 30" PVC 350 L¥ 88.00 2600-12 bi}{ ~ 118+00 1EA 2,800.00 2600-3 MH ~ 115+65 1EA 2,800.00 2600-3 MH @ 114+45 1EA 2,800.00 Subtotal $(55,800.00) Add: Item Unit Price 2310-1 Micro Tunnel 550 LF $ 155.00 2624 30" YBRGLS Pipe 550 L¥ 115.00 Drop MH ~ 118+00 1 EA 4,300.00 MH ~ 114+45 1 EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $162,000.00 Plan Sheet ~7 Delete: Item Unit Price 2610-3 30" PVC 600 LF $ 88.00 2600-3 MH { 113+25 1EA 2,800.00 2600-3 MH @ 112+40 1 EA 2,800.00 2600-3 MH @ 108+90 1 EA 2,800.00 2600-3 MH @ 107+60 1 EA 2,800.00 Subtotal $(64,000.00) Add: Item Unit Price 2310-1 Micro Tunnel 600 LF $ 155.00 2624 30" FBRGLS Pipe 600 L¥ 115.00 MH ~ 112+40 1 EA 4,200.00 MH ~ 108+90 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 Subtotal $175,400.00 CO #1 Plan Sheet ~8 Delete: Item Unit Price 2610-3 30" PVC 630 LF $ 88.00 2600-3 Manholes 7 EA 2,800.00 Subtotal $(75,040.00) Add: Item Unit Price 2310-1 Micro tunnel 630 L¥ $ 155.00 ._ 2624 30" FBRGLS Pipe 630 LF 115.00 MH ~-105+03 1 EA 4,200.00 blH ~, 102+48 1EA 4,200.00 Pvmt Repair 2 EA 2,500.00 '-- Subtotal $183,500.00 Plan Sheet #9 Delete: Item Unit Price 2610-2 30" PVC 130 L¥ $ 83.00 Subtotal $(10,790.00) Add: - Item Unit Price 23101-1 Micro tunnel 130 LF $ 155.00 2624 30" FBRGLS Pipe 130 LF 115.00 Pvmt Repair 1EA 2,500.00 Subtotal $37,600.00 --- Total Difference (Pipe Installation) $398,230.00 ._ Delete Paving (122,864.00) Total Net Increase $275,366.00 Upon reviewing the bid proposal, it was noticed that'there was no bid item provided for 30" Dia. Fiberglass Reinf. Polyester Pipe in Alternate No.5. The Unit Price for this item would be $115.00 per linear foot. If the City of Coppell elects to award the Contract and includes Alternate No. 5, an additional Lump Sum deduct of $10,000.00 will be allowed. (See Case "A" below). If the City of Coppell elects to award the Contract and includes Alternate No. 3, Alternate No. 4, Alternate No. 5 and the proposed alternate for micro tunnelling East Bethel Street, in addition to the above deduct, a deduct of $65,000.00 will be allowed. (See Case "B" below) EXHIBIT CO #1 CASE "A" Base Bid $2,561,212.50 Alternate No. 5 (Excluding 30" FBRGL Pipe) (30,542.00) 30" Fiberglass Pipe (344 LF @ $115.00/LF) 39,560.00 Lump Sum Deduct (10,000.00) Total Contract CASE "A" $2,560,230.50 CASE 'B" Base Bid $2,561 212.50 Alternate No. 3 (64 460.00) Alternate No. 4 65 952.00 -- Alternate No. 5 (30 542.00) 30" Fiberglass Pipe for Alt. No. 5 39 560.00 Lump Sum deduct, Alt. No. 5 (10 000.00) East Bethel Rd. 275 366.00 Lump Sum Micro tunnelling deduct (65,000.00) Total Contract CASE "B" $2,772,088.50 If you have any questions, please call. Sincerely, -- 'enko, In¢ Daniel R. Frettinger drf/ca CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch II CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: 2 DATE: 11/16/92 CHANGE OR EXTRA WORK TO BE DONE Description: Add Lateral "A" Exhibit "B" attached hereto (1 page) Previous contract amount ............................................................. $2,772,088.50 Net increase (decrease) in contract amount ............................................. 42,917.00 Revised contract amount ................................................................ 2,815,005.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: Agreed to by the Contractor: · Date: Accepted by the Owner: CITY OF COPPELL GRAPEVINE CREEK SEWER BRANCH II C.O.//2 LATERAL "A" 11/13/92 Approx. Unit Item Item # Description Qty. Price Total 2050-1 Abandon exist. MH 1 ea. $100 = $100.00 2600-3 Std. 5' MH (10'-15') 1 ea. 2,700 = 2,700.00 2600-5 Std. 6' MH (15'-20') 1 ea. 3,600 = 3,600.00 2600-7 5' Drop MH (15'-20') 1 ea. 2,900 = 2,900.00 2610-2 24" PVC Sewer (10'-15') 308 LF 74 =22,792.00 2610-3 24" PVC Sewer (15'-20') 75 LF 78 = 5,850.00 2610-4 24" PVC Sewer (20'-25') 25 LF 89 = 2,225.00 2610-11 Vents for MH's 2 ea. 500 = 1,000.00 2610-9 12" PVC Sewer 10 LF 40 = 400.00 2610-8 15" PVC Sewer 30 LF 45 = 1,350.00 TOTAL $42.917.00 EXHIBIT "B" -- PROJECT MANUAL INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR -- G~APEVINE CREEK HEWER TRUNK MAIN BRANCH I & BRANCH II CITY OF COPPELL - DALLAS AND DENTON COUNTIES, TEXAS JUNE 1992 Prepared By: GINN & CASE, INC. .__ Consulting Engineers 17103 Preston Road Dallas, Texas 75248 OF CONTENTS TC-1 DIVISION 0 - BIDDING ~tND CONTRACT REOUIP. F, MENTB 00010 PRE-BID INFORMATION 00020 INVITATION TO BID 00030 ADVERTISEMENT FOR BIDS 00040 BIDDERS QUALIFICATION FORMS 00100 INSTRUCTIONS TO BIDDERS 00110 GENERAL INSTRUCTIONS FOR BONDS 00220 SOIL INVESTIGATION DATA 00300 PROPOSAL AND BID FORMS 00410 BID BOND FORM 00430 SUBCONTRACTOR LISTING 00510 STANDARD FORM OF AGREEMENT (OWNER-CONTRACTOR) 00610 PERFORMANCE BOND 00620 LABOR AND MATERIALS PAYMENT BOND 00640 MAINTENANCE BOND 00650 CERTIFICATE OF INSURANCE 00700 GENERAL CONDITIONS OF THE AGREEMENT 00800 SUPPLEMENTARY CONDITIONS 00810 MODIFICATIONS TO GENERAL CONDITIONS 00830 SPECIFIC PROJECT REQUIREMENTS 00850 INDEX TO DRAWINGS 00900 ADDENDA AND MODIFICATIONS & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEX~S OF COHTENTH TC-3 DIVISION 2 - 8~TEWORK 02000 STANDARD SPECIFICATIONS 02010 SPECIAL PROVISIONS 02050 DEMOLITION 02100 SITE PREPARATION 02200 EARTHWORK 02210 SITE GRADING 02220 STRUCTURAL EXCAVATION, FILL AND BACKFILL 02221 EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES 02300 JACKING OR BORING 02310 MICROTUNNELING 02430 DRAINAGE STRUCTURES, PIPES AND FITTINGS 02480 LANDSCAPE SPECIFICATIONS 02510 CONCRETE WALKS 02515 CONCRETE PAVING 02600 MANHOLES AND CLEANOUTS 02601 COATING FOR CONCRETE MANHOLES 02602 POLYURETHANE LINER FOR CONCRETE SEWERS 02610 PIPE AND FITTINGS 02617 STEEL PIPE AND FITTINGS 02618 CONCRETE PIPE AND FITTINGS 02622 PVC LARGE DIAMETER SEWER PIPE 02624 FIBERGLASS REINFORCED POLYESTER PIPE DIVISION 3 - CONCRETE 03100 CONCRETE FORMWORK 03200 CONCRETE REINFORCEMENT 03251 CONSTRUCTION JOINTS AND WATERSTOPS 03300 CAST-IN-PLACE CONCRETE DIVISION 15 - MECHANICAL 15100 MISCELLANEOUS PIPING APPENDIX ~ DEFINITION OF TERMS SOILS INVESTIGATION AND REPORT ~PPENDIX B STANDARD CONSTRUCTION AGREEMENT CONTRACTORS' RIGHT OF ENTRY FORM & CASE, INC. QRAPEVIME CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DZVZgZON 0 BIDDING AND CONTRACT DOC~M]~NT8 GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Grapevine Creek Sewer Branch I CONTRACTOR: KENKO, Inc. OWNER: City of Coppell CHANGE ORDER NO: 1 DATE: 11/16/92 CHANGE OR EXTRA WORK TO BE DONE Description: Microtunnel East Bethel Road Exhibit "A" - Letter dated Oct. 14, 1992 attached hereto (4 pages) Previous contract amount ............................................................. $2,561,212.50 Net increase (decrease) in contract amount ........................................... 210,876.00 Revised contract amount ................................................................ 2,772,088.50 Net increase (decrease) in contract time of completion .................................... -0- Revised contract time of completion ......................................................... N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommended by the City Engineer: Date: ~greed to b.[ the Contractor: "J ~L--J ~-' :~~~'~ Date: /l'2."','~/fz Accepted by the Owner: "~'}-~,~ L'--,/~ Date: /a/,,/~L ..... Ela{IBIT CO WI KENI(O C O NTRACTO R S ,',.to. bet,, .... ]4, 1.992 (;]*,:_x or' Coppel ! P.O. Box 478 ATfN: Ken (;rJ. ffSn, t?.E. RE: ~;ra[),::v~ne ('t'eek Sg~'er Trunk Main Branch [ arid Branch .[1 Coppel I , Dea~' Szr's: A~; petr v,:)ut' ~'~(lU(-:.~t, the [ol lowing i s a cost comparison [unne~linq kast Bethel Road. De .[e t.e: item [.'nit Price 2610-3 30" PVC 260 LF $ 88.00 26''.L0-2 30" PVC '70 LF 83.00 4'75 _Modifs' Culvert ILS 10,000.00 2530 Brick Pavers ] LS 10,000.00 2600-3 MH .~ 120+80 I EA 2,800.00 2600-2 MH 'i! ].].9+70 1 EA 2,600.00 Subtotal $(54,090.00) Add: Item Unit Price " 2310-1 Micro tunnel 335 LF $ 155.00 2624 30" FBRGLS Pipe 335 LF 115.00 Drop MH '~ 119+70 1 EA 4,000.00 Pvmt Repair 2 EA 2,_5_00.00 Subtotal $99,450.00 SOUTHWESTERN DIVISION- 16415 Addison Rd., Ste. 308- Dallas, TX 75248-(214) 931-9494-1ax(214) 931-5474 WESTERN DIVISION - Post Office Box 831 - Calimesa. California 92320 - (714) 795-2568 - Fax (714) 795-1840 CORPORATE OFFICE - 1694 91 st Avenue - Minneapolis, Minnesota 55434 - (612) 786-6510 - Fax (612) 786-6602 DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00010 - PRE-BID INFORMATION 00010-1 PART 1- GENERAL 1.1 GENERAL: A. The title of the project is GRAPEVINE CREEK SEWER TRUNK MAIN BRANCH I & BRANCH II, Request For Bid Number Q0792-03, for the City of Coppell, Texas. B. The bid opening date is September 29, 1992, 2:00 p.m. C. Plans will be available from the office of the Engineers on September 4, 1992. D. Advertisement dates: September 4, 11, and 18, 1992. E. Bids will be received at the City Hall, City of Coppell, Texas, in the Purchasing Agent's Office. 1.2 LOCATION: The specific location of the project is as shown on the location maps provided in the plans: more specifically, Branch I will begin 200' east of Mac Arthur Boulevard and Belt Line Road intersection, continuing parallel to and north of Belt Line Road and St. Louis Southwestern Railroad, to Grapevine Creek, then along Grapevine Creek, along the north side, to E. Bethel Road to Denton Tap Road. Branch II will begin at Denton Tap Road and Bethel Road intersection, proceed west on Bethel Road, then in a southwesterly direction following Grapevine Creek to Southwestern Boulevard. 1.3 SCOPE: A. The project consists of the installation and construction of sewer lines and all appurtenances to fully complete the project. B. The project will be a unit price bid proposal. C. The project length will be 540 calendar days. 1.4 BONDS: A. A Bid Bond, in the amount of 5% of the greatest amount bid will be required. B. A Performance Bond and a Material and Labor Payment Bond will be required of the successful bidder. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING ~ CONTRACT REOUIREMENT8 PA~E SECTION 000~0 - PRE-BID INFORMATION 000~0-2 1.5 QUALIFICATIONS: A. Qualifications of bidders or information that may be required are as follows: 1. Qualifications of bidder to do work. 2. Experience record in this type work. 3. List of equipment and manpower to be assigned to this project. 4. Financial statement of firm submitting bid. B. Other information deemed necessary for the evaluation of the bids received. 1.6 DRAWINGS AND SPECIFICATIONS: A. Drawings and specifications may be viewed at the following locations: 1. Office of the Engineer 2. Texas Contractor 3. Associated General Contractors 4. City Hall, City of Coppell. B. Drawings and specifications may be purchased, only, at the office of the Engineer. The cost of the plans and specifications is $150, non-refundable. Bid documents will be mailed via U.S. Mail, upon receipt of payment, plus a $10.00 handling and shipping charge. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TBY~I~ DXVXBXON 0- BXDDXNG AND CONTItACT REOUXRF,~EliT8 PAGE BECTION 00020 - XNVXTATXON TO BID 00020-1 PART 1-GENERAL Project: Grapevine Creek Sewer Trunk Main - Branch I & II City of Coppe11, Texas Request for Bi4 No. Q0792-03 Owner: city of Coppe11, Texas Engineer: Ginn & Case, Inc.- Consulting Engineers 17103 Preston Road, Suite 205, LB 118 Dallas, Texas 75248 (214) 248-4900 You are hereby invited to bid on a General Contract for the construction of approximately 12,000 linear feet of 30" diameter sewer main, and 4,200 linear feet of 24" diameter sewer main, and ..... all appurtenances for a complete project. The Owner will receive bids at the office of the Purchasing ._ Agent, Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas 75019 until 2:00 p.m. on Beptember 29, 1992. Bids received after that time will not be accepted. Bids will be opened publicly and read aloud immediately after closing time. The estimated cost of this project is between $2,000,000.00 and $4,000,000.00. The project is to be completed in 540 calendar days. Drawings and specifications may be examined at the office of the Engineer and the following places: City Purchasing Agent, City Hall Texas Contractors City of Coppell 2510 National Drive 255 Parkway Boulevard Garland, Texas 75041 Coppell, Texas 75019 (214) 271-2693 214) 462-0022 Dallas/AGe Dodge Plan Room Association of General 11111 Stemmons Freeway Contractor Plan Room Dallas, Texas 75229 417 Fulton Street (214) 241-3411 Ft. Worth, TX 76104 (817) 332-9265 Copies of the bidding documents may be purchased from the office of Ginn & Case, Inc.-Consulting Engineers upon payment of $150 for each set. Return of these documents is not required and no refund will be granted. Checks shall be made payable to Ginn & Case, Inc. Bid security (bid bond) in the amount of five percent (5%) of the greatest amount bid must accompany each bid in accordance with the Instructions to Bidders. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVIBION 0- BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00020 - INVITATION TO BID 00020-2 The Owner reserves the right to waive any informality in or to reject any and all bids if deemed in the best interest of the city. The bidder must guarantee his bid for a period of ninety (90) ._ calendar days after the actual date of the opening thereof. The requirements for bidders and contractors are explained in the Instructions to Bidders. - PART 2 - PRODUCTS -.- NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPNVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXA~ .... DIVISION 0- BIDDING ~%ND CONTRACT REOUIREHENTS PAGE SECTION 00030 - ADVERTISEHENT FOR BIDS 00030-1 Sealed proposals addressed to the CITY OF COPPELL, TEXAS for the GRAPEVINE CREEK SEWER TRUNK MAIN - BRANCH I & BRANCH II, Request for Bid No. Q0792-03 will be received at the Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas until 2:00 p.m.. September 29. 1992. and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, Forms of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the Office of the Engineer and the following: City Purchasing Agent, City Hall Texas Contractors City of Coppell 2510 National Drive 255 Parkway Boulevard Garland, Texas 75041 Coppell, Texas 75019 (214) 271-2693 214) 462-0022 Dallas/AGC Dodge Plan Room Association of General 11111 Stemmons Freeway Contractor Plan Room Dallas, Texas 75229 417 Fulton Street (214) 241-3411 Ft. Worth, TX 76104 (817) 332-9265 Copies may be obtained at the Engineer's office of Ginn & Case, Inc. for a payment of $150.00 per set, non-refundable. Bidding documents will be mailed via U.S. Mail, fourth class, upon receipt of payment, plus $10.00 handling and shipping charge. The Owner reserves the right to waive any informalities and/or to reject any or all bids. Each Bidder must deposit with his bid, a security in the amount, form and subject to the conditions provided in the Instruction to Bidders. PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT APPROXIMATELY 11,400 LF OF 30" DIAMETER SANITARY SEWER MAIN; APPROXIMATELY 4,250 LF OF 24" DIAMETER SANITARY SEWER MAIN; APPROXIMATELY 570 LF OF 48" DIAMETER, AND 200 LF OF 36" STEEL ENCASEMENT PIPE; APPROXIMATELY 75 MANHOLES, 5' AND 6' DIAMETERS, RANGING IN DEPTHS TO 30 FEET, INCLUDING DROPS AND TYPE "S" MANHOLES; APPROXIMATELY 800 LF OF BORING AND JACKING; APPROXIMATELY 1100 LF OF MICROTUNNELING; AND ALL APPURTENANCES FOR A COMPLETE SYSTEM. CITY OF COPPELL DATE Ratliff, City Manager Advertisement Dates: September 4, 11, and 18, 1992. Plans will be available on September 4, 1992. END OF SECTION 00030 GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVXBZON 0 - BIDDING L~D CONTRACT B. BOUX~leMBNT8 PAGE BECTZON 00040 - BZDDleRfJ OUALXFXCATXON FORMB 00040-3. PART 3. - G~N~RAL (TO BE SUBMITTED UPON REQUEST AFTER BIDS ARE RECEIVED) 1.1 GENERAL: - Bidder: Address: Project: GRAPEVINE CP~EK 8EWER TRUNK MAIN BRANCH I & BRANCH II CITY OF COPPELL, TEXA~. - REQUEST FOR BID NO. Q0792-03 Pursuant to Contract Documents and information for prospective bidders for above mentioned proposed project, the undersigned is submitting the information as required with the understanding that the purpose is for your confidential use only to assist in determining the " qualifications of this organization to perform the type and magnitude of work included; and further,'guarantee the trust and accuracy of all statements hereinafter made, and will accept your determination of qualifications without prejudice. The surety herein named, any other bonding company, bank, subcontractor, supplier, or any other persons, firms or corporations with whom I/we have done business, or who have extended any credit to me/us are hereby authorized to furnish you with any information you may request concerning me/us including but not limited to, '- information concerning performance on previous work and my/our credit standing with any of them: and I/we hereby release any and all such parties from any legal responsibility whatsoever on account of having furnished such information to you. 1.2 ITEMS TO BE FURNISHED: A. Qualification of Bidder Statement B. Experience Record C. Equipment Schedule D. Financial Statement E. Affidavit GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BTDDING AND CONTRACT REOUTREMENTS PAGE SECTION 00040 - BIDDERB OUALIFICATION FOR. NB 00040-2 PART 2 - PRODUCT8 2.1 GENERAL: A. Copies of forms furnished to Bidder. -- B. Bidder may use own forms, provided all pertinent information is supplied. __ PART 3 - EXECUTION 3.1 QUALIFICATION OF BIDDER STATEMENT: A. Number of years in business as a general contractor: B. Classification of work done: Buildin~ Sewer Water Other (Explain: ) C. Types of work done in each classification: Building: --- Sewer: Water: D. Maximum number of contracts in excess of $10,000 under construction at one time: E. Approximate dollar volume of incomplete work under contract at any one time: F. List of complete projects of comparable type and magnitude of this project: Project Owner Arch/Engineer Yr. Built Contract Price G. List of incomplete projects: Project Owner Arch/Engineer % Complete Contract Price _ H. Have you or any present partners or officers failed to complete a contract: If so, give name of owner and/or surety; - GINN & CASE, INC. GRAPEVIN~ CP~EK SENER TRUNK NAIN PROJECT 454/455 CITY OF COPPBLL, TEX~ DIVTf~TON 0 - B1'DDI'NG ~ CONTRACT REOUTREMENTf~ PAGE 8ECTTON 00040 - BI'DDEI~ OUI%LTFTC~,TTON FOltl~ 00040-3 I. Are there any unsatisfied demands upon you as to your ._ accounts payable? If so, give names, amounts and explanation: .... J. Name and address of bank and officer for reference: K. Other Credit References: L. Name and address of Bidder's Surety and name and address of agent used by Bidder= NOTE: Use additional paper if necessary. 3.2 EXPERIENCE RECORD: A. List of Projects your Organization has successfully completed: AMOUNT OF TYPE OF DATE NAME AND ADDRESS CONTRACT AWARD WORK ACCEPTED OF OWNER B. List of Projects your Organization is now engaged in completing: AMOUNT OF TYPE ANTICIPATED DATE NAME/ADDRESS CONTRACT AWARD WORK OF COMPLETION OF OWNER C. List of Surety Bonds in Force on above uncompleted work: DATE OF TYPE OF AMOUNT OF NAME AND ADDRESS CONTRACT AWARD BOND BOND OF SURETY _.. GINN & CASE, INC. GRAPEVINE CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVI'8ION 0 - BXDD'I'NG ~ CONTI~CT REOUXREKENT8 PAGE SECTION 00040 - BIDDIEI~ OUALXFXC~,TXON FOIU~ 00040-4 3.3 EQUIPMENT SCHEDULE: A. List of Equipment owned by bidder that is in .... serviceable condition and available for use. B. Portions of work Bidder proposes to sublet in case of _ Award of Contract including amount and type: GINN & CASE, INC. GRAPEVINE CREEK ~ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~.B "- DZVZSZON 0 - BXDDZNG AMI) O0~ITI~"X' 3~OUXlt.~lq~NTg p&GIE flECTXON 00040 - BZDDWltB OUALXFXCATXON XfOl~fi 00040-5 3.4 FINANCIAL STATEMENT: Condition of Bidder at close of business month, ASSETS 1. Cash on Hand $ -- In Bank Elsewhere .... 2. Accounts receivable from completed contracts (Exclusive of claims not approved for payment). - 3. Accounts receivable from other sources than above -- 4. Amounts earned on uncompleted contracts (not included in Item 3) (Contract price on completed portion of uncompleted contracts less total cost of completed portions). 5. Deposits for bids on other guarantees 6. Notes Receivable Past Due $ Due 90 Days Due Later 7. Interest earned 8. Real Estate - Business Property, present value $ Other Property, present value 9. Stocks & Bonds, listed on Exchange $ .... Unlisted 10. Equipment, machinery, - fixtures $ Less Depreciation 11. Other Assets TOTAL ASSETS GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXSXON 0 - BXDDXNG AND CONTRACT REOUIREMENT8 PAGE 8ECTXON 00040 - BXDDER~ OU~?.XFXCATXON FORM~ 00040-~ 3.5 LIABILITIES AND NET WORTH: 1. Notes Payable to Banks Regular $ - (For Certified Checks) Equipment Obligations Others $ 2. Accounts Payable Current $ Past Due $ 3. Real Estate Mortgages $ 4. Other Liabilities $ 5. Reserves $ 6. Capital Stock Paid Up co~on $ Preferred $ 7. Surplus $ TOTAL LIABILITIES $ GINN & CASE, INC. GRAP~IN! CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXA~ D~'V~'S~'ON 0 - BZDD~'NG ~ CONTI~CT ~.EOU'rREHENTS P~,GE SECT~'ON 09040 - B'rDDEI~ OUAL'rF'rCAT'rON FOR~S 00040-7 3.6 AFFIDAVIT: an individual Submitted by a partnership corporation With principal office at To be filled in by Corporation: To be filled in by Partnership: Date incorporated Date formed Under the laws of State State whether partnership is general, limited or associated: Executive Officer: List Members: - State of County of being duly sworn, deposes and say that he is of (Title) (Name of Organization) and that the answers to the foregoing questions on the attached _._ forms and all statements therein are true and correct; that the financial statement, the experience record and the schedule of equipment are made a part of this affidavit as though written in full herein, and all statements and answers to questions given in .... the above mentioned financial statement, experience record and schedule of equipment are true and correct. (Signature) Sworn to before me this day of ,A.D., 19 (Notary Public) My Commission expires: (SEAL) END OF SECTION GINN & CASE, INC. ~I~APEVINE CREEK SE~ER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBXON 0 - BXDDING AMI) CONTRACT ~.EOUXREN~NT8 PAGE BECTION OOXO0 - INBTRUCTION8 TO BXDDE3~ OOXOO-X PART X - QENERAL 1.1 GENEI~L: A. Define~ Ter~s: Terms used in these Instructions to Bidders which are in the General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. Owner~ Wherever the word ,,ONNER,, is used in the specifications and Contract Documents, it shall understood as referring to the CITY OF COPPELL, Coppe11, Texas. Engineer~Wherever the word -ENGINEER,, is used in the specifications and Contract Documents, it shall be understood as referring to Qinn & Case, Inc., 17103 Preston Road, Suite 205, LB 118, Dallas, Texas 75248, phone (214) 248-4900. ~esi~snt Project Repressntative~ The authorized representative of the Owner/Engineer, assigned to observe and review any or all parts of the work and the materials to be used therein. Bidder: An individual, firm or corporation or any combination thereof, submitting a proposal. Contractor: The individual, firm or corporation or any _ combination thereof, party of the second part, with which the contract is made by the CITY OF COPPELL, Texas. Superintendent~ The representative of the Contractor authorized to receive and fulfill instructions from the Engineer and who shall supervise and direct the construction. B. Documents: Complete sets of the Bidding Documents, (full size drawings and specifications), may be obtained from the Engineer upon receipt of the required payment as stated in the Advertisement for Bids. The payment is non-refundable. No Bidding Documents will be issued later than four (4) days prior to the date for receipt of bids. If requested, Bidding Documents will be mailed via U.S. Mail, Fourth Class rate, upon receipt of the required payment, plus a $10.00 handling and shipping charge. Private courier or overnight delivery service will be at the request and sole expense of the Bidder. The Owner and Engineer assume NO responsibility for delay or failure to receive plans sent by mail, or any other form of delivery service. Plans and specifications may be examined at Ginn & Case, Inc., and copies may be obtained upon providing the GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING ~ID CONTI~CT REOUIREI~I~S PAGE SECTION 00100 - INBTRUCTIONB TO BIDD~RB 00100-2 required payment. No partial sets of plans, specifications or proposal forms will be issued. Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. C. Discrepancies~ Should a Bidder find any discrepancy, ambiguity, inconsistency, error or omission from the drawings, specifications or project manual or of the site and local conditions, or be in doubt as to their written meaning, it is requested that the Bidder promptly notify the Engineer who then will send a written instruction or -- interpretation to all known holders of the documents. Neither the Owner nor the Engineer will be responsible for any oral instructions. _ D. Addenda~ Any addenda to the drawings, specifications, or project manual issued before or during the time of bidding shall be included in the proposal and become a part of the contract. All questions by prospective bidders as to the interpretation of the Instructions to bidders, forms of proposal, forms of contract, drawings, specifications or bonds must be submitted, in writing, to the Engineer, at least ten (10) days before the date set for the opening of bids. An interpretation of all questions so raised which, in the Engineer's opinion, require interpretation will be mailed to prospective bidders at the addresses given by them no later than four (4) days before the date of the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. Ail addenda so issued shall become part of the Contract Documents. Any addenda will be mailed or delivered to all Bidders receiving a complete set of Bidding Documents. No Addenda will be issued later than four (4) days prior to the date for receipt of bids except an Addendum, if necessary, postponing the date for receipt of bids or withdrawing the request for bids. Each Bidder shall acknowledge on bid proposal that he has received all Addenda issued. E. Substitutions~ The materials, products and equipment described in the specifications and/or shown on the drawings establish a standard or required function, dimension, appearance and quality as required by the Engineer. NO SUBSTITUTIONS WILL BB CONSIDBRED DURING BIDDING. GINN & CASE, INC. G~APEVIN~ CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TBX~B DXVXSXON 0 - BXDDXNG AND CONTRACT uuOUXUUMRNTB PAGE BBCTXON 00X00 - XNGTRUCTXONG TO BZDDUP. fJ 00X00-3 F. Work to bo done: The work to be done under this contract is described in the specifications and shall be done in accordance with the contract drawings and specifications prepared by Ginn & Case, Inc. Consulting Engineers, 17103 Preston Road, Suite 205, Dallas, Texas. 1.2 BIDDING: A. Method of Bidding~ The proposal provides for quotation of a price, or prices, for one or more bid items, which may be lump sum bid prices, alternate bid prices, or a combination thereof. No payment will be made for items not set up on the proposal, unless otherwise provided by - contract amendment. All Bidders are cautioned that they should include in the prices quoted for the various bid items all necessary allowances for the performance of all -- work required for the satisfactory completion of the project. B. Suboontracts: The bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and electrical subcontractors and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these ._ will be sufficient grounds to reject the proposal. 1.3 BID SECURITY: '- A. Bid Security shall be made payable to the Owner in an amount of five percent (5%) of the Bidder's maximum Bid price and in the form of certified or bank check or a Bid Bond issued by a Surety Company, licensed to transact such business in the State of Texas and listed on the current Treasury Department Circular No. 570. B. The Bid Security of the Successful Bidder and those of the three (3) lowest responsible and eligible bidders will be retained until the successful Bidder has executed the Agreement and furnished the required Contract Security, whereupon they will be returned. All bid securities will be returned on the execution of the contract or, if no award is made, within ninety (90) days after the actual date of the opening thereof unless forfeited under the conditions herein stipulated. C. In case a party to whom a Contract is awarded shall fail or neglect to execute the Contract and furnish the satisfactory bonds within the time stipulated, the Owner may determine that the bidder has abandoned the Contract and, thereupon, the proposal and acceptance shall be null and void and the bid security accompanying the proposal shall be forfeited to the Owner as liquidated damages for GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL; TEXAS DZVZBXON 0 - BZDDXNG ~kJID CONTI~CT REOUZpRMIENT8 PAGE SECTION 00X00 - ZNBTRUCTXONB TO BXDD~3W 00X00-4 such failure or neglect and to indemnify said Owner for any loss which may be sustained by failure of the bidder to execute the Contract and furnish the bonds as aforesaid, provided that in case of death, disability or other unforeseen circumstances affecting the bidder, such bid security may be returned to him. After execution of the contract and acceptance of the bonds by the Owner, - the bid security accompanying the proposal of the successful bidder will be returned. 1.4 QUALIFICATION OF BIDDERS: A. To demonstrate qualifications to perform the Work, each Bidder may be required to submit written evidence of the types set forth in Section 00040 - Bidders Qu&lifications, such as financial data, previous experience and evidence of Bidder's qualification to do - business in The State of Texas or covenant to obtain such qualification prior to award of the contract. B. Additionally, all Bidders shall be prepared to show that they are skilled, experienced in, and have been regularly engaged in the type of construction involved and that they have the necessary financial resources to finish the -- Work in a proper and satisfactory manner in the time specified. C. The Engineer and Owner reserve the right to require documented evidence of the foregoing from the Contractor prior to award of the contract. D. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner such information and data for this purpose. The Owner reserves the right to reject any proposal if the evidence submitted by or the investigation of such bidder _ fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The Owner reserves the right to reject any or all proposals bids if it would be in the public interest to do so. A proposal which includes for any item a bid that is abnormally iow or high may be rejected as unbalanced. E. The investigations of a bidder will seek to determine whether the organization is adequate in size and experience and whether available equipment and financial - resources are adequate to assure the Owner that the work will be completed at a rate consistent with the completion date set forth in the proposal. The amount of -. other work to which the bidder is committed will also be a consideration in establishing that a contractor is a "responsible and eligible bidders in conformity with the .._ GINN & CASE, INC. GRAPEVIN~ CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPILL, TEX~ DXVZBZOM 0 - BXDDZMG AMI) COMTRACT RBOUXRBMBHTS ?AGE 8ECTZOM 00X00 - XMBTRU~'TXOM$ TO BXDDBR8 00X00-5 recp~irements of the Contract. 1.5 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. ~onditionm of Works Each Bidder must fully inform himself of the conditions relating to construction of the project and employment of labor thereon. Failure to do so will not relieve a Successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor must employ methods or means to cause no interruption of or interference with the work of any other contractor. B. Bxamination of sites All Bidders, including the general Contractor and subcontractors shall examine carefully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved therein, and shall examine carefully all drawings, specifications and other Contract Documents to familiarize himself with all of the requirements, terms and conditions thereof. Any information relating to the .. Work furnished by the Owner or others, or failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, if awarded a contract. Also, failure to '-~ visit the site will in no way relieve the Successful Bidder from furnishing any materials or performing any work required to complete Work in accordance with _ drawings and project manual without additional cost to the Owner. C. Laws, Regulations, Permits and Tmxess The Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, rules and regulations of all authorities having jurisdiction over construction -- of the project shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full as a part _ of these documents. Contractor shall secure, and include compensation for, in his proposal, all permits and all required taxes which are levied by governing bodies and which are assessable upon labor and materials entering into this Work. D. Before submitting his Bid each Bidder may, at his own expense, make such investigations and tests of the site as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 -- BIDDINQ l~D CONTI~ACT I~OUIREMENT8 PAgE SECTION 00100 - INSTRUCTZON8 TO BIDDEP.~ 00100-6 E. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. F. The lands upon which the Work is to be performed, rights- of- way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the General Conditions, General Requirements or shown on the Drawings. G. If project is bid, based upon unit price bidding, bidder shall be advised that: the quantities of work or materials as set forth in the proposal form or on the plans are a calculated approximation and are for the purpose of comparing the Bids on a uniform basis. Payment will be made by the Owner to the Contractor only for the actual quantities of work performed or materials _ furnished in accordance with the contract. The quantity of work to be done and materials to be furnished may be increased or decreased as hereinafter provided. H. Obligation of Bi44er: At the time of opening of bids, each Bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the - drawings, specifications and the project manual, including all addenda. The submission of Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. I. No allowance will be made for any claim that the proposal is based upon incomplete information as to the nature and character of the site or the work involved. Conditional proposals will not be accepted. 1.6 BID PROPOSALS: A. ~eneral~ The Bidder shall submit two Original Bid Proposals based exactly on the documents as issued. No substitutions, revisions or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Engineer. The proposal form is attached hereto; additional copies may be obtained from the Engineer. Bid proposals must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. GINN & CASE, INC. ~APEVZN~ CREEK 8EN~R TRDNKNAIN PROJECT 454/455 CITY OF COPPELL, TE~ DXVXHXON 0 - BXDDIMG JdiX) COI~TRA~'~T RBOUXRBMBxq~s ?AGB SECTXOM 00X00 - XHSTRU~XOMS ~ BXDDB~ 00X00-7 The Bid proposal must be signed with the full name of the Contractor and his address~ if a partnership, by a me, er of the fi~ with the name and a~ress of each me~er~ if a co~oration, by an officer thereof, the co,orate name, and have a co,orate seal affixed. B. P~ Make all proposals on fo~s provide~ and fill all applicable blank spaces without interlineation, alteration or erasure and must not contain recapitulation of the Work to be done. No oral, telegraphic, or telephonic proposals will be considered. ~y addenda issued during the bidding shall be noted on the proposal C. S~m~ttal= Each Bidder shall s~mit two original Bid Fo~s, completely and properly executed on proposal forms provided. Each Bid, without the "Specifications and Contract Doc~ents", shall be enclose~ in a separate sealed envelope, with the words "Bid for" followed by the project title and the Bidder's name and address, and accompanied by the Bid Security and other re~ired documents. If the Bid is sent through the mail or other delive~ system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCASED" on the face thereof. D. Telegraph~ Mo~if~oations~ Any Bidder may modify his Bid by telegraphic communication at any time provided such co~unication is received by the Owner prior to the scheduled closing time. Written confi~ation must be received within two days from the closing time or no consideration will be given the telegraph modifications. E. Nith4rawml: If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and s~stantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid Security will be returned. Thereafter, that Bidder will be dis~alified from further bidding on the Work. 1.7 OPENING OF BIDS: A. The CITY OF COPPELL, Texas (herein called the "Owner") invites all Bids on the fo~ attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at time and place stated in Section 000~0 - A4vert~s~ent For Bi4s, and then at said location publicly opened and read aloud. The envelopes containing the Bids must be sealed, addressed to the CITY OF COPPELL, and designated as: GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTB PAGE BECTION 00100 - INBTRUCTIONH TO BIDDEIU~ 00100-8 "Bid £or G~PEVINB CitBEK 8BWffR TR~ ~N B~ ~ B~ Z~ foe ~PPBLL, TB~", Ro~eot for B~d ~0792-03. ~. ~en eids are o~ened p~iclF they ~ill ~e read and an a~stract o~ the amounts o~ the ~ase ~ids and ~a~or alternates (i~ anF) ~ill ~e made available a~ter the -- opening of Bids on a bid tabulation sheet sent to all bidders. 1.8 BIDS TO RE~IN OPEN: All Bids shall remain open for ninot~ (90) da~s after the day of Bid Opening, but Owner may, in his sole "- discretion, release any Bid and return the Bid Security prior to that date. 1.9 CONTACT AWED: A. O~er rese~es the right to reject any and all Bids, to waive any and all info~alities and to negotiate contract - terms with the Successful Bidder, and the right to disregard all nonconfo~ing, nonresponsive or conditional Bids. Discrepancies between words and figures will be ..... resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. B. In evaluating Bids, Owner shall consider the ~alifications of the Bidders, whether or not the Bids comply with the prescribed retirements, and alternates '- and unit prices if re~ested in the Bid fo~s. It is the O~er's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid fo~, but ~er may accept them in any order or co~ination, after careful evaluation to dete~ine the alternate which is in the best interest of the project and the O~er. C. O~er may consider the ~alifications and e~erience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or e~ipment) proposed for those portions of the Work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the Supplementary Conditions. Operating costs, maintenance considerations, perfo~ance data and ~arantees of materials and e~ipment may also be considered by Owner. D. Owner may conduct such investigations as he deems necessa~ to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors and other persons and organizations to do the Work in ._ GINN & CASE, INC. GRAP~IN~ tHEE SE~R TR~NKMAIN PROJECT 454/455 CXTY OF COPPELL, TEX&~ DZVZBZON 0 - BZDDZNG AND CONTRACT gROUZREMENT8 P~GE 8ECTZON 00~00 - ZNBTRUCTZONB TO BZDD~P.B 00~00-9 accordance with the Contract Documents to OwnerSs satisfaction within the prescribed time. E. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. F. If the contract is to be awarded it will be awarded to the lowest Bidder whose evaluation by Owner indicated to Owner that the award will be in the best interests of the project and of the Owner. G. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. H. After award of contract to Successful Bidder, the Contractor shall agree to begin work within ten (10) calendar days after the date of "Notice to Proceed" of the Owner and to fully complete the project within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owner and Contractor. I. Owner reserves the right, upon negotiating terms with the successful bidder, to award the contract ONLY for the .... Base Bid portion of Branch I, or parts thereof, any alternates, in any form, order or combination thereof. Owner reserves the right to delay, or delete entirely, the awarding of the contract for Branch II, and any alternates, if selected, at their sole discretion. The Owner reserves this right, for the duration of the contract time of Branch I. If the award of Branch II is not made within this time period, and Owner awards the contract for Branch II afterwards, contractor shall have the opportunity to renegotiate the unit prices with the Owner. 1.10 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: A. In the event the Bidder's proposal is accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen (15) days after he has received notice of the acceptance of his Bid, unless given a written extension of time by the Owner, then the Bidder will be considered as having abandoned his proposal and his Bid Security will be retained by the Owner as liquidated damages, IT NOW BEING AGREED that the specified sum of the Bid Security is a fair estimate of the amount of damages that the Owner will sustain in case the Bidder fails to enter into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXBXON 0 - BXDDXN~ ZWD COMT~Ij~CT ~.EOUXRF,~ENTB SECTXON 00X00 - XNBTRUCTXON~ TO BXDDE~B OOXOO-XX organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase to Bid price. If the apparent Successful Bidder declines to ._ make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. B. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. · -- 1.14 PERFORMANCE AND OTHER BONDS: A. Security for Faithful Parfor~ance~ Simultaneously with ._ his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under the contract and furnish materials in connection with this contract. The surety on such bond or bonds shall be by a duly authorized surety company, satisfactory to the -- Owner, if requested by the Bidder. Bonds shall remain in effect through the guarantee period unless otherwise required by State Law. Seal impressions will be required on all bonds submitted to Owner. B. Power of &ttornay~ Attorneys-in-fact, who sign contract bonds, must file with each bond a certified and "' effectively dated copy of their power of attorney. C. Laws &nd Regulations~ The bidder's attention is - directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. 1.15 SIGNING OF AGREEMENT: A. When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least six unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and deliver at least six counterparts of the Agreement to Owner with all other GINN & CASE, INC. GP~PEVINE CP~EK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING ~ID CONTI~CT REOUIRF~ENTB PAGE SECTION 00100 - INSTRUCTIONS TO BIDDEU 00100-12 Contract Documents attached. Within twenty (20) days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor and such identification shall be binding on all parties. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVISION 0 - BIDDING ~ CO~TRACT REOUZmUNENTS PAGE SECTION 001X0 - GwNe~,%T. ZMSTRUCTZON8 FOR ~"'~ND8 00110-1 PART 1- GmNE~.~L 1.1 GENERAL A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and -'- satisfactory to the Owner. B. The name, including full Christian name, and residence of .. each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. -- C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the - appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the state in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. H. Amounts of bonds shall be as set forth in Paragraph 3.10 of the General Conditions. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 0 - BIDDING AND CONTRACT m~OUZRF,](:ENT8 PAGE BECTZON 00220 - BOIL ZNVEBTZGATZON DATA 00220-1 P~RT I - GENEI~L 1.1 GENERAL: A. Soil investigation reports have been prepared for the proposed improvements for the Grapevine Creek Sewer Trunk Main. That report was obtained by the Engineer for his own use in designing the project. Its accuracy or completeness is not guaranteed by the Owner or the Engineer and in no event is it to be considered as part of the contract plans or specifications. B. Bidder should visit the site and acquaint himself with - conditions prior to bidding. Additionally, the Bidder/Contractor may make his own investigation of existing subsurface conditions. Neither the Owner, nor --- the Engineer will be responsible in any way for the additional compensation for additional work performed under the contract due to Contractor's assumptions based on subsoil data prepared solely for Engineer's use. C. Originals of the soil investigation reports for the '- Grapevine Creek Sewer Trunk Main may be inspected at the Engineer's office. It is available for infor~ation only and is not a warranty of subsurface conditions on .... this project. The data is available for review by bidding contractors upon written request. Requests are required to be in the following form: "Please forward a complete copy of the subsurface exploration reports for the Grapevine Creek Sewer Trunk Main. The contracting firm herein named releases the -- Owner and Engineer from any responsibility or obligation as to its accuracy or completeness or for any additional compensation for work performed under the Grapevine Creek Sewer Project contract due to assumptions based on use of such furnished information." -- D. Copies of the utility trench configurations, earth pressure diagrams for temporary bracing or shoring, soil and shale stratigraphy, sieve analysis, and log of · -- borings is contained in Appendix A. P~RT 2 - PRODUCT8 Not Used P~RT 3 - EXECUTION Not Used _ END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 0 - BIDL JG ~ CONTRACT RBOUIREMEN - PAGE ~ECTION 00300 - PROPOB~?. ?WD BID FORM 00300-1 BID FOR: GRAPEVINE CREEK BEWER TRUNK M~IN - BRANCH I & BRANCH II CITY OF COPPELLw TEXAS P. EQUEST FOR BID NO. Q0792-03 THIS BID SUBMITTED TO: CITY OF COPPELL ~55 PARKWAY BOULEV~RD P.O. BOX 24B COPPELL, TEX~B 75019 Gentlemen: The BIDDER, in compliance with your invitation for bids for the above referenced project, having examined the plans and specifi- cations with related documents including any Addenda, (if issued) and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, of which this proposal is a part. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement, Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security,. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation~ that he has carefully examined the form of Contract, Instruction to Bidders, Specifications, and the Plans herein referred to and has carefully examined the locations, conditions and classes of materials called for in the Contract Documents and Specifications in the manner prescribed and according to the requirements of the Owner as herein set forth. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING ~ND CONTP~CT REOUIRB~IENT& PAGE SECTION 00300 - PROPOSAL AND BID FOR~ 00300-2 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation: BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false Bid: BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding: and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" by the OWNER and to fully complete the project within the stated consecutive calendar days thereafter as stipulated in the Specifications. BIDDER further agrees to pay as liquidated damages, the sum of $$00.00 for each consecutive calendar day thereafter as hereinafter provided in Section 00810, Paragraph 1.1, E, 4.02 of the Modifications to General Conditions. Accompanying this proposal is a (Certified or Cashier's Check payable to the City of Coppell) (Bid Bond) in the amount of (written out) · _, ,f-.~ k~. . , which is five percent (5%) of the greatest amount bid. BIDDER acknowledges receipt of the following addendum: (If none-issued, indicate N/A) / ~ /~.,-'..:,.? ADDENDA # / DATE 7.--.~ z,' - ADDENDA # DATE ADDENDA # DATE ADDENDA # DATE BIDDER agrees to perform all the work described in the Specifications and as shown on the Plans for the following unit price bid: (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) NOTE: THE BASE BID TOTAL AMOUNT SHALL BE THE SUM OF THE TOTALS FOR EACH OF THE FOLLOWING UNIT PRICE ITEMS. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAB DIVISION 0 - BTDD~G ~D CONTRACT REOUIRENEI~. PAGE SECTION 00300 - PRO~AL ~ B~D FO~ 00300-3 B~CH ~ - B~E BID - BID FO~ Item ~ Description ~ Appr. ~ Unit ~ Unit ~ Unit Price ~ Totat NO. I I Qty. I I Price I Written I For Item 1010 LOCATION OF EXISTING 1 LS ~.. '-'C 2010 CLEARING AND GRUBBING I 2050-1 ABANDON EXISTING MANHOLES 2050'3 RENOVE EXISTING SANITARY 295 LF SE~ER LINE, CONPLETE I~ · ~ / -/:¢ ~-~' (CASI NG/CARRZER SEPARATE) ~'/C' 2310-1 NICROTUNNELLING/BORE PITS 1077 LF .... ~ ~ ~%' i,/ ~ - (PIPE SEPARATE) r'* ' ' .' '-- ~EPLACENE~T MANHOLE ( 0'-10' DEPTH) MANHOLE (10'-15' DEPTH) I 2600-4 STANDARD 6' D~A. CONCRETE 1 EA 2600- STANDARD 6' DIA. CONCRETE MANHOLE (20'-25~ DEPTH) J 2600-6 STANDARD 6" DIA. CONCRETE: 2 EA MANHOLE (25'-30' DEPTH) 2600-7 6' DIA. CONCRETE OROP 1 EA MANHOLE (30''35' DEPTH) GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING ,.,aD CONTI~CT REOUZ~BMENT8 PAGE SECTION 00300 - PROPOSIk?. ~ BTD FOI~ 00300-4 BgJ~CH i - BABE BID - BTD FOI~ CONTTNUBD Itemi Description ~ Appr. ~ Unit I Unit I Unit Price ) Tote[ No.i iQty. I I Price I Written I For Item 2600-8 5' DIA. CONCRETE DROP 2 EA ~": MANHOLE (15'-20' DEPTH) 2600-9 5' DIA. CONCRETE TYPE "S" NANHOLE (10'-15' DEPTH) 2600- 5' DIA. CONCRETE TYPE "S" 2 EA ~.~.~ '~.-~ ~Zp.~Sr* ~/ /,,C, 4,~:- 10 NANHOLE (15'-Z0~ DEPTH) 2600- 6~ DIA. CONCRETE TYPE'S' 2600- 5' DIA. CONC. TY."S" DROP 12 HANHOLE (10''15' DEPTH) 2600- 6' DiA. CONC. TY."S" DROP 2 EA 2600' 5' DIA. cogc. TY "S" DROP 1~ NANHOLE (15'-20~ DEPTH) I__ I I ~''~ '-,'~'.'2600' 6~ O;A. CONC. DROP 1 EA ~p.:.;,c, ~'-/ - 15 MANHOLE (25~'30' OEPTH) 2610-1 30" PVC SANITARY SEgER 1&62 LF '-- ~.. , ~? ~ .... ~ ~ PIPE ( 0'-10' DEPTH) '~ ~_.~.i/ 2610-2 30e PVC SAN[TARY SEgER 33~8 LF ~ ~ . .- PIPE (1Q'-15~ DEPTH) ' 2610-~ ~0" PVC SAMITARY SEMER ~751 LF '~" ~,~;.~ z'' ' ~ ' '; ''~ .. I '" .... i PiPE (15''20' DEPTH) 2610'~ ~0" PVC SANITARY SEMER 1978 LF ~' PIPE (20''25~ DEPTH) 2610'5 30' PVC SANITARY SEMER 26& LF I I ..-. - ~ {' ~ ~- ~: -- .~_ 2610-6 30" PVC SANITARY SEMER 570 LF ..:2 ~ : ~). . PIPE, IH CASING PIPE ~ 2610-7 Z&. PVC SANITARY SEMER &O LF ~ ~ -- ~_ ' ~_~1 PIPE ( 0'-10' OEPT,) ~~ ~' ~ ~;"~. 2610-9 8~ PVC SAE[TARY SE~ER 2& LF ~ ~' :~'~'Y' ~-'.-' ';~-~ ~" ~J PIPE ( 0''10' DEPTH) GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVTBTON 0 - BXDDXIq~. AND COI~RACT RBOUXRgl~N~B PAGE 8EC'X'ION 00300 - PROPOBAT. ~ BTD FORM 00300-5 BRJId~CH I - BABE BTD - BTD FORM CONTINUED Itela I Description I Appr. I Unit I Unit I Unit Price I Toter No. I ety. ~ Price I~ritten For Item 2610- 8" PVC SANITARY SEi~ER 10 LF ,,,~ 10 PIPE (10'-15' DEPTH) ,~ : ~'""~ ;' ~ L-: '- 2610- 12" PVC SANITARY SEUER 7 LF -.:- 11 PIPE (~0~'25' DEPTH) I I 2610- CONNECTIONS TO EXISTING 10 EA ,:.... .... - 12 #AN#OLES, CONPLETE 2610' CONNECTIONS TO EXISTING 1 13 SANITARY SEgER MAINS .>-:.'g' ,A ~10- TRENCH SAFETY FOR 1 L$ .,~. 1/) SANITARY SEIMER LINES /~_ ~,'-- ~ .,~,/,.~..,; (o .., ..~--~ 2610- VENTS FOR MANHOLES ~1 EA · .' ' 15 COMPLETE, IN-PLACE __ I __ ')'¢~ ~' /:~': ' '//~; --"; J '?/ '~' :'~-' 2610- 18" PVC SANITARY SEIdER 205 LF ~,t': ~- ' ~ ' ) .>:-~, ' 16 PIPE (10~-15' DEPTH) ~ I ' - ;)610- 18" PVC SANITARY SEgER 165 LF ~"~ 17 PIPE (15'-20' DEPTH) 2~21-1 CONCRETE ENCASENENT TY. 1 180 LF ..-' ,~:---?" /'? ,~' '/ /r ,-:~ ~/ ~.~ ~..~<"' COMPLETE, IN-PLACE 2617-1 ~8"' DIA. STEEL EHCASENENT 220 LF ~,~.~ (:,~,.' I-,..,-,J--,'d ~-' "~'~/'1 '--" PIPE, COMPLETE-IN-PLACE !'.') ~. -:. ! [~,. ,_ < I ~-~'. ~ ':-~"- I 2617-2 /*8" DIA. STEEL ENCASEMENT 1/.0 LF . .:'t' ~° ' / /"'" ~':/ '-~" /::' ~"~'""') J "' PIPE~ COMPLETE*IN-PLACE "/ ) ' ~ I /~, / ~' ''/ I 2617-:~ /*8" D]A. STEEL ENCASEMENT 90 LF ~'" ~" TM /'~' '~'/'-":~ I '-' PIPE, CO#PLETE'IN'PLACE / / 2617'/* /*8" DIA. STEEL ENCASENENT 120 LF .:):~ C PIPE, CONPLETE' IN' PLACE ~-. . ~)618 LOIdER EXISTING /*P" VATER /*5 LF LINE, COMPLETE' IN'PLACE 17 /*75 MODIFICATIONS TO CULVERTS 1 LS STORN DRAINAGE PIPES :>62/* ~0" DIA. FIBERGLASS 1077' LF .,~," ~" REIHF. POLYESTER PIPE I GINN & CASE, INC. ~RAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAB Dl'V'rB'rON 0 - B'rDDING ~,~,D CONTI~CT I~OUTREI~NT8 PAGE SECTION 00300 - PROPO8AL ~ B'rD FORM 00300-6 BI~CH ! - B~E BID - BID FORM CONTINUED No. Gty. Price Wr|tten For Item 2515-1 REMOVE AND REPLACE 4388 SY - I ~--~,~ ~-~-,~ I'~ "~' ~ I 2515-2 REHOVE AHD REPLACE 77 SY I 2530 REHOVE A~D REPLACE 1 LS /~ CO:' / ~ ~ '7,~.-=r -~ ~'~ BRICK PAVERS ' I I I --I~ I I , I I BRANCH I .') .~ .~ .... _ TOTAL BASE BID A#OUNT $ ..~/ ¥,..-~ /'~ Ol~PEVIl~ CI~EK 8E~ER TRUNK l~'rN - ER.linCH "1' BASE BID TOTAL $ 14-~ ,'~. i! '" : ' 7 ' ~ "-~' " :' / .'~ r-I~ ' ti '/.; . ~ . ,, ~'~_ ~ ,*) · ~ dollars and ?, ~: ., cents. (written out in words) $ ~ C~ 3 b /'~ &. ( figures) END OF BR,%NCH ! - EASE BID GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTI~CT REOUIREMENTS PAGE SECTION 00300 - PROPOBAL AND BID FORM 00300-7 BRANCH T ALTERNATE NUI~ER ONE BID FORM In lieu of the PVC pipe shown as the base bid item, substitute REINFORCED CONCRETE PIPE. CLass I!!, with polyurethane coating on the inside as per Section 02610. Item I Description I kppr. I Unit J Unit I Unit Price J Tots[ 2610-2 ]0" REINFORCED CONCRETE ~]~8 LF ,....,. '?'.-, ~o :', /., o, SAN SEIdER PIPE (15~-20') ].j.< I ....~..~ 'I'~ this Alternate is selected, (ADD), (l~.~Lt~) /~' calendar days to the Contract ~i~e, in addition to the Base Bid Contract Time and any other approved Alternates. END OF BRANCH I - ALTERNATE NUMBER ONE GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING AND CONTRACT REOUIRENENTS PAGE SECTION 00300 - PROPOSAL AND BID FORM 00300-8 BPJ~CII I ALTERNATE NUXBER TWO (2) BID FORN In lieu of the PVC pipe shown as the base bid item, substitute FIBERGLASS REINFORCED POLYESTER PIPE, es per Section 0262& of these documents. Item I Description I Appr. Unit I Unit I Unit Price =N=__o._==~ .......................... ~==~t=__y_. =~ ...... !==P=__ri=ce=! ......... ~=r J==t.t=:=n .......... ~ === F==or = %= t=__e=m== 2610-1 30" FIBERGLASS POLYESTER 1462 LF ~;'~ ;'; ~" ~y 'fy ' .~W.:;~.-- .,- SAN SE~IER PIPE (0'-10') ' ,~ /, //~,--~ 2610-2 30" FIBERGLASS POLYESTER 33,8 LF ,)S~-' A/'.'~;".?' ~''~L! SAId SEI~ER PIPE (10'-15') /4;_ -,.'/-;,,.~% 2610-3 30" FIBERGLASS POLYESTER 3;'51 LF ~ :[ .4 / ~ SAN SE~/ER PIPE (15'-20') !:.'L; ~;~-~ ~! ~,/'.'.... / ,". ~q ~ ~ -~ ~1 -,~ ~/ ,1 2610-& 30" FIBERGLASS POLYESTER 1978 LF -" SAIl SEt~ER PIPE (~0''25t) 1/? '~ ~'" ~'/'~ J ;:)610-5 24' FIBERGLASS POLYESTER 26& LF ". -. ~.~- '; 2610'6 ~0" FIBERGLASS POLYESTER 570 LF '" ( ~"' 'q~ q:4-tt/ I o. SAN SE~ER PIPE ZH CASZNG j 7~ ~'~' / ' f7 '~ L~ / ~ ??~ /C' - 2610'7 2~' FIBERGLASS POLYESTER &O LF '' ~' ~ SAN SE~ER PIPE (15i'20') I ~'~ ~' " I I Iff this ~lternate [s selected, (ADD) (DE~TE) ~ ~.' calendar days to :he Con,rat2 Time, in addi2ioff to the Base Bid Con2rac2 Time and any other approved ~lterna~es. END OF B~CH I - ~LTE~ATE ~BER ~0 GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVISION 0 - BIDDING ~ND CONTRACT REOUIREMENTS PAGE SECTION 00300 - PROPOSAL ~ND BID FORM 00300-9 BI~ANCH I ALTERNATE NUMBER THREE (3) BID FORM In lieu of boring end jacking the pipe from Sra. 122+30 to sra. 124+50, install e~roximatet¥ :)20 LF of 30,, pipe by NICROTUNNELLING methods, using 30" Fiberglass Reinforced Polyester DELETE THE FOLLOUING ITENS: Item I Description ~ Appr. Unit I Unit I Unit Price ~ Total I CASlNG/CARRIER SEPARATE '~.~ .... , . ,_,"x ..'-/'"'*(' /'"~ '-' 2610-6 30" PVC SANITARY SEklER 220 LF , ,~.,-)~ t-~:~' ~. [-~ -.- 2617-1 68" DIA. STEEL ENCASENE~TI 220 LF ~ · (_~ ~' /~ ~'/'"/~ [' / ~r'~ ' ' ' " 2~ ~ ':~ ~IPE, ~O~LE~E-I~-PLlCE [~ ~) :.I~ AL~ER~AIE ~0. ] '~ '~ TO~ *.OU.t DE~ETEO t / Z. i ~ :~.::C-' '- ADD THE FOLLO~IING ITEMS: Item I Description ] Appr. I Unit No. I IGty.I I Pricel tdritten IFor Item ' ~,. '~' '~ 2310-1 MICROTUNNEL / BORE PITS 2:)0 LF I__ I I 262~ 30" FIBERGLASS REINF. 220 LF ALTERNATE NO. 3 ''~ TOTAL AMOUNT ADDED $ TOTAL NET ANOUgT ~ED ~ (DELETED) $ (~:' ~ ~ '~;-' '~ If this Alternate is selected4 (A~O~ ~OE~TE} / calendar days to the Contract ~ime, in addition to the Base Bid Contract Time and any other approved Alternates. END OF B~CH I - ALTE~ATE ~BER THREE GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK l~%lN PROJECT 454/455 CITY OF COPPELL, TEF,%S DIVISION 0 - BIDDING kzqD CONTRACT REOUIREMENTB PAGE SECTION 00300 - PROPOSAL AND BID FOR~ 00300-10 BRANCH I ALTERNATE NUMBER FOUR (4) BID FORM In tieu of open excevetion between menhote at Sra. 41+25 and manhole at Ste. 37+44, ALTERNATE NO. 4 proposes to inste[t epproximate[¥ 371 L.F. of 30" pipe by NICROTUNNELLING methods, beginning at Sra. 41+25 and continuing to sra. 37+44. See specifications for specific requirements for the construction of cased tunnels to be installed by microtunne[ing methods. For bidding purposes only, Bidder shall complete the fotio~ing using the unit prices for the base bid items, where eppticab[e. Prices shown shaft be shown as unit prices and total prices. DELETE THE FOLLOWING ITENS: Item I Description I Appr' Iunit I Unit ~ Unit Price I Total No. I I Qty. Price I Written I For Item ,'1~ 2610-3 30" PVC SANITARY SEgER 21~ LF ~? - ~':'}~' '- ~J ~' ,~ ' ~ '~ x ~ ~ ~~ PiPE (15~'20~ DEPTH) ~ <~/...,,~ ~ ~ ~.- ........ -.,. ~ ~ ~ ,.$,[ ~ , ~.,~. ~510-~ ]0,, Pvc SA~[TAEY SEUEE 157 ] LF ~ ?'" ~' '- ~ c x//. i / - ~.~, -- ] P~PE (20'-~5' DEPTa) ~"'''"'-- I ' ALTEE~ATE ~0. ~ '~ ~ ~ x / _ TOTAL A~OUNT DELETED $ ' ADD THE FOLLOWING iTE#S: 14o. Qty. Price Written For Item I I I .-'. ¢,,'~, I,-..'.',: /"~'~ii '"' 2310 NICROTUNNEL / BORE PITS 371 LF /~':~ %-~ I 2624 30" FIBERGLASS REINF. 371 LF -'.-: ':' ~ /~ ' '~ ''~ -'" /~' ~ ~" 'Il POLYESTER PiPE / ~) I ~ __1 I__ D .....~ -s I ALTER~ATE ~0. ~ :-'~' TOTAL A~T ADDED S /C ~ ' ~ o' zou[ ~E~ ~OU~T / ~-. ~ ~. > ADDED OR'(~E~_~ZD) $ ~c' - Z~ ~s ~e:na:e ~s se~ec:e~ (ADD) ~~) / -d.~ caZen~a: ~ays ~o ~e Con::ac:~e, ~n a~d~on ~o ~he Base Con::ac: ~me an~ any o:he: app:ove~ END OF B~CH I - ALTE~ATE ~BER FOUR GINN & CASE, INC. GR~PEVIN~ CP3EK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDZN~ AND CONTRACT REOUIREMENT8 PAGE SECTION 00300 - PROPOSAL AND BID FORM 00300-1L BRANCH I ALTERNATE NU)IBRR FIVE (5) BID FORM In lieu of open excavation between manhole et Ste. 34+00 and laanhole et Ste. 3?+54, ALTERNATE NO. 5 proposes to relocate menhole et 3?+54 approximately lO'south, end to install epproximatety 34& L.F. of 30,, pipe by NICROTUNNELLING methods, beginning et Sta. 34+00 and continuing to Sra. 3?+44. Additionally, ALTERNATE NO. 5 wil~ construct a manhole over the existing B" sanitary sewer line located between lots ? & 8 end connecting to menhole at Sts. 3?+44 by ~ens of an 8" PVC sewer line. See specifications for apecific requirements for the construction of cased tunnels to be installed by microtunnelinQ methods. For bidding purposes only, Bidder shel~ coe~plete the following using the unit prices for the base bid items, where applicable. Prices shown shell be shown ss unit prices end total prices. DELETE THE FOLLOWING ITEMS: Item ~ Description I Appr. I Unit ~ Unit No. I I Oty. I I Price ~ Written I For Item 2600-5 STD 6' DIAN. NH (20-25) 1 EA '~9:.' *'T I''"17 '"')''~" /'~ '~'"'"'" .... I sTA' 37+54 I 2610' I VENTS FOR NANHOLES~ CONP. 1 EA '"-' /-'-''*'~ /'"~"":'-"~ · '""~- 15 I I-- ~' ':" ~" '~ ' / "'" :; I ~' '~c~' 2600- 6' DIAN. DROP NH (25-30) 1 EA ,.,,,:.,.... /-~'C I i I.,. I ..- 2600-6 STO. 6~ OIAM. NH (25'30) I 1 EA ',,,z.c. '" t'~ y....," I~,' ~a,,,'' '' . 2610'6 30" PVC CARRIER PIPE 90 LF ! . [;% '"'" '"".,- ~'" ~;"-", ~-/ IN CASING ~1~ _).!' .F ,L ..I .. . ,% .; ,.,-.'. .~'~.. ,/ '. -- ~., /'-~ ~'7:.,_ - 2617'3 &8" OIAN. STEEL 90 I LF ~'." L~: :* ,c I", ..- ".,~'-"' ¢~' ._ ,'- I_ENCASENENT PIPE I IIL" 2300 I JACKING OR BORING 90 LF ...? T~::: ~'~!'~/ I ,:-, ALTERNATE NO. 5 '~" TOTA~ AMOUNT DELETED $ ~ Z., $ .~' ~ -- CONTINUEO ON NEXT PAGE... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 0 - BIDDING ~ID COMTI~CT REOUIREMENTB PAGE SECTION 00300 - PROPOBAL ~ BID FOR~ 00300-12 CONTINUED FRON PREVIOUS PAGE... ADD THE FOLLOgING ITENS: No. Qty. Price Written For Item 13 (20-25) STA. 37+~4 ~ ~ 0 ~ /'~-~ I STA. ]7+20, 15~ RT. ALTERNATE NO. 5 c.-, TOTAL AHOUNT ADDED TOTAL NET AN~NT GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVISION 0 - BIDDING AND CONTI~CT REOUIREMEI~T8 PAGE SECTION 00300 - P~8~ ~ BID ~ 00300-L3 G~PEVI~ C~EK 8~IT~Y ~R TR~K ~IN - B~CH II B~CH II - B~E BID - BID FO~ NO. I ~ Qty. I ~ Price I ~ritten For Item UTILITIES ~ ~'~':' '~ IT~ " " I ~ .. ~! r.r- C '~ ~ "~' 2010' PREPARE RIGHT OF MAY &Z STA, /Jo' C: c/ ~ '-? 100 (VARIABLE ~]DTH R,O,M,) ~.,/fr., ~ ~' 2010' CLEARING AND GRUBBING 1 LS 102 2050'1 ABANDON EXISTING MANHOLES 10 EA "-" ' · IN-PLACE 2050-2 ABANDON EXISTING SANITARYI 1 LS SE~ER LINE~ IN'PLACE /"' ': /.') ,- /~, ~ g /~ c:~- 2]00 JACKING OR BORING 185 LF (CASING/CARRIER SEPARATE) ~.~ - ~,~ ~.~r ~,~',.'~ ~,~:'~ - 2480 LA~N AND LANDSCAPE 1 LS 2600'1 STANDARD ~ DIA. CONCRETE 2 EA ~'~ E':'~'~ ~ NANHOLE ( 0''10' DEPTH) /7~'~ 2600'2 STANDARD ~' DIA. CONCRETE ~ EA I "~ ~'~" ~ h~'~:/'~/ '~ NANHOLE (10'-15' DEPTH) J~=' ~=.//~:~ 2600-~ STANDARO 5' DIA. CONCRETEI S ER ~7,_..~'~ NANHOLE (10'-15' DEPTH)I-- '~ ~'~' / '~ ~ 7 ' ~ . · ~ ~ ,.~ 2600-~ STANDARD 5' DIA. CONCRETE 3 EA ZC~c:~ ~7C'~ NANHOLE (15'-20' DEPTH) 2600-5 STANDARD 6~ DIA. CONCRETE 3 EA ~.~.~. - /,, ~C~ 2600-6 STANDARD 6' DIA. CONCRETE 3 EA MANHOLE (25'-~0' DEPTH) ~.q~-~v ~.~//~-'f I "~ '7~,"~1' 2600-71 5' DIA. CONCRETE DROP 1 EA ~J MANHOLE (15'-20' DEPTH) 2600-8 6' DIA. CONCRETE DROP 1 EA ~iCc' GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING ZM~'D CONTRACT REOUIREMENTIt PAGE SECTION 00300 - P~BAL ~ BID ~ 00300-14 B~CH ZZ - B~E BID -B~D ~ CO~Z~ED Ire. I Description ~ A~r. ~ Unit ~ Unit I Unit Price NO. ~ Qty. ~ Price ~ Written ~ For Item I .., '--'"-'" 2600-g ~ Ol~, COHCRETE DROP I EA ~ ~.-~ ~-~y :.:~ XA~HOLE (25'-~0' DEPTH) I__ ~4//~"~ I .:. ~. ~ !~.~J-~,I 2~00- CLEAH~TS, CONPLETE 1 EA ~. - - ~C>.~ .. 10 IH PLACE ~/1~- ; I ":1'- ''~' '~ '''''" ~600- 8" L~TE~LS~ COMPLETE ~ E~ ]~_,~ ~ ~ 12 AS SH~N, IN'PLACE ~ ~.:.[/Z;~5 2610'1 2~" PVC SANITARY SE~ER 8~7 LF ,~ ~.'~-'1 N7 PX~E ( 0'-~0' OEP~,~ ~: ~'//~"~ ~ ~ 2610-2 2~" PVC SANITARY SEWER 890 LF ~... ~ . 'j~ ~ 7 '~ PIPE (10'-15' DEPTH) -~ ~'~ .; 2610-3 Z4~m PVC SANITARY SEWER 86~ LF ~, ~ ,~. PIPE (20''25' DEPTH) I ~' ~" ~ : ///'~ ~ 2610 5- 24' PVC CARRIER PIPE IN 185 LF ~L'l L)'I~" ~ . 4~-'''. -, ' -- ~,,,-" I 2610-7~ 18" PVC SANITARY SE~ER 16 LF -": I , ' '-' /~' ~lPIPE' C"PLETE''N'PLACE ~'' I~ L;L' - 2610-8 15" PVC SANITARY SE~ER 0 LF ~'2 ~ P"~ ~ ' '" ' ~ ~ I '- I PIPE, CONPLETE-IN-PLACE ~) [~..;i ...~ ~ 2610-9 12" PVC SA~ITAIY SE~ER 8 LF ~: .. iT:.,- ..:~ '-' ~,:, I PI~E, CO~LETE-I~-PLACE I ~1_ I 2610- TRENCH SAFETY FOR 1 LS .~,::.-. I ' - - -. 2610- VENTS FOR SE~ER NANNOLES 7 EA ' ~' :~" '~ ~l'-~'~ 11 I CONPLETE.,,.PLACE ~'~' ,..".. , '.'.--., ~ > r'~'"' -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPEnL, TEX&B DIVISION 0 - BIDDING ~ CONTP. ACT REOUIREHENTS PAGE SECTION 00300 - PROPOS~T. AND BID FOIM! 00300-15 BP. ANCH II - B/%BE BID - BID FOltl~ CONTINUED Item I Description I Appr. IUnit I Unit I Unit Price I Tote[ No. I I Qty.I ~ Price~ ~ritten ~ For lte~ 13 SE~ER NAIN, CONPLETE ~"- · 2221-1 CONCRETE ENCASENENT, TY.ll 290 LF :~, ~7/ ~- C~PLETE, IN-PLACE 261~-1 ~" DIA. STEEL E~CASENE~T 115 LF -~,. PIPE, C~PLETE- I~-PLACE I 2617-2 ~6" DIA. STEEL ENCASENENT 60 I LF 7,.' ~.~,,; '~1 - ~'~ '2 PIPE, CONPLETE-IN-PLACE I 2500 RENOVE AND REPLACE 1~0 TONS ASPHALT PAVEMENT ' ~1_~1 I I TOTAL BASE BID ANOUNT I GRAPEVINE CREEK SEWER TRUNK HAIN - BRANCH dollars and /O., c~nts. (written out in words) (~igu~es) / END OF BRANCH II - BASE BID GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK PROJECT 454/455 CITY OF COPPELL, DIVISION 0 - BIDDING ~ CONTI~CT REOUIREHENT8 PAGE SECTION 00300 - PROPOBAL ~ BID FORM 00300-16 BRa%NCH TI M, TI~R~,T! mmBIR O~rS (~) BID FO~ In Lieu of the PVC pJ~ shown es the base bid item, substitute REINFORCED CONCRETE PIPE. Item I Description I Appr. I Unit I Unit I Unit Price J Total go. I ~ Qty. I j Price I gritten I For Item 2610-1 24" REINFORCED CONCRETE 897 LF~._ ~.. 2610-2 24" REINFORCED CONCRETE 890 LF SAN S~,E. ,~,~ (~O'-~S') ~ OC ~,,/ '~-~ ~'~"/*-~ 2610'3 24" REINFORCED CONCRETE ~3 LF /.I. ~ ~- ' ~ .~' · -. ~,, , I 2610-4 24" REINFORCED CONCRETE 828 2610-5 24" REINF. CONCRETE SEgER 185 LF PlPE IN CASING PIPE I 2610-6 24" REINFORCED CONCRETE 532 LF ~" SAN SE~ER PlPE (25'-30') /Z~ ~.~.~.~ ~*~ ~c. ./ :,*: -. { ~ ;~ ~)5,~ I If this Alternate is selected, (AD6~' ~I~ffE) ~' calendar days to the Contract .Time, in addition to the Base Bid Contract Time and any other approved Alternates. END OF BRANCH II - ALTERNATE NUMBER ONE GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK ~AZN PROJECT 454/455 CITY OF COPPELL, TEZ~B DIVISION 0 - BIDDING ~D CONTRACT REOUIREN~NTS PAGE SECTION 00300 - PROPOSAL ~ID BID FOR~ 00300-17 BRANCH TI ALTEIt.NATE NUMBER THREE (3) BID FOR~ In [ieu of the PVC pipe shown as the base bid item, substitute FIBERGLASS POLYESTER PIPE. No. Qty. Price Written For Item 2610-1 24" FIBERGLASS POLYESTER SAN SEWER PIPE (0'-10') ~ .~ ~, ~ SAN SEWER PIPE (10'-15') ~,~ f~ -.//; .¢ -7~ )¥~,' ,.,,.,,,,,,o,,,,,, ,,,i ,, '-" SAN SEWER PIPE (15''20') <" ~ :'','~; '3 ~C-)~ I----I I 2610-4 2¢" FIBERGLASS POLYESTER 828 LF -C: (~. ~ SAN SEWER PIPE (20'-25') ! = , ., I '; J 2610-5 24" FIBERGLASS POLYESTER 185 LF ~ ~"? ~.'~ '~'~^ ~ ~)~ ~.~ PIPE I. CASI.= PIPE ~, ~ .)~/~X~ SAN SEWER PIPE (25'-30') J J./.? I__.1__1 ~"~ ~"/'~-' I [~ ~h~s AZ~e~na~e ~s selected, (ADD) (DE~TE) ca[enda~ days ~o ~he Con~ac[ T~me, ~n added±on ~o ~he Base Con[~ac~ T~e and any o~he~ approved A[~e~na~es. END OF BRANCH II - ALTERNATE NUMBER THREE END OF BI~CH IX PROPOSAL SUMMARY OF BASE BID TOTAL J~MOUNTB BRANCH I BASE BID AMOUNT $ BRANCH II BASE BID AMOUNT $ 5 ~,, C,/~. '- TOTAL BASE BID JLMO~S $ '1, GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVISION 0 - BZDDING ~ CONTI~CT I~EOUIREMENTS PAGE SECTION 00300 - PROPOSAL ~%ND BID FO~ 00300-L8 BIDDER agrees to provide the following documents which are attached to and made a condition of this Bid: a. Re~ired Bid security in the fo~ re~ested, 00410. b. A completed Subcontractor Listing as shown in Section 00430, of these documents. BIDDER understands that the O~ER rese~es the right to reject any or all bids and to waive any info~alities in the bidding. Consideration for selection of the successful BIDDER will be as follows: TOTAL BASE BID ~O~T - B~CH I ~D B~CH II CONSIDE~TION OF ALTE~ATE BIDS The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the focal Contract attached within fifteen (15) days and deliver a Surety Bond or Bonds as re~ired by the General Conditions. The Bid Security attached in the sum of · - ( ,' , / · . . is to become the property of the O~ER in the event the Contract and Bond are not executed within the time above set forth, as li~idated damages for the delay and additional expense to the O~ER caused thereby. Respectfully submitted, '~ ~ ~C.. -- .~'. (Fi~) ~~----~-~ Title: ., .. -,~,,-"~ " .~'~ .~./ ~'. _~ ,~' · (SEAL-if bid is by a corporation) ' '~ { /..~., 3 ~.-~ ,--.t (Business Address) ' (T~l~phone E~ OF P~~t. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B DIVISION 0 - BIDD.,.,dG ~ CONTI~CT REOUIREMEN PAGE SECTION 00430 - BUBCONT~CTOR LISTING 00430-1 PART I - GENERAL (TO BE SUBMITTED WITH BID PROPOSAL) 1.1 GENERAL: A. Certified List of Subcontractors The Bidder, ; -- ~ ' ' _ [~ ,~,-~. -- .... , as part of the procedure for the submission of bids on a project known as G~U%PEVINE CREEK SEWER TRUNK MAIN - BRANCH I & BRANCH II FOR THE CITY OF COPPELL, TEXAS submits the following list of subcontractors to be used in the performance of work to be done on said project: APPROXIMATE NAME TRADE DOLLAR AMOUNT , % ~ ; ~ . --~ '~. · ~ 5// .' :' - , ..,.. , ': .... ~ t ih ~ ,~ .; . ~., It is understood and agreed that, if awarded a contract by the City of Coppell, Texas, the Contractor will not make any additions, deletions or substitutions to this certified list without the consent of the Engineer and Owner. CERTIFICATION AFFIDAVIT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED THE CONTRACT, THIS CERTIFICATION SHALL BE ATTACHED THERETO AND BECOME A PART THEREOF. , , , ) Ic .,' NAME AND TITLE OF fiIGNER:~ t. tV~,-,') / · .:.,,'~o~/ (Name) (Please Print or Type) /, (', /, ') SIGNA DATE'. , END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DATE: SEPTEMllER 24, 1992 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS GRAPEVINE CREEK SEWER TRUNK MAIN BRANCII I AND BRANCII li FOR CITY OF COPPELL DALLAS AND DENTON COUNTIES, TEXAS BID DATE: SEPTEMBER 29, 1992 ITEM NO. 1: DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00300 - PROPOSAL AND BID FORM PAGES 00300-1 TO 00300-18 ADDITIONAL REQUIREMENT: BIDDER SIIALL SUBMIT WITII TIlE BID TIlE FOLLOWING INFORMATION FOlk TAX EXEMPT PURPOSES MATERIALS TIIAT ARE TO BE INCORPORATED IN TIIE PROJECT (TAX EXEMIrl') ALL OTIIER LABOR AND SERVICES (TAXABLE) $ TOTAI.~ $~- ITEM NO. 2: DIVISION 2 - SITE WOI{I~, SI£CTION 02622 - PVC SEWi£R PIPE PAGE 02622-1 PART 1.3 QUALITY ASSURANCE PARAGRAPII C - DELETE INTIRETY ITEM NO. 3: DIVISION 2 - SITE WORK SECTION 02622 - PVC SEWER PIPE PAGE- 02622-2 PARAGRAPII C. CHANGE TO READ AS FOLLOWS: "PVC PIPE SIIALL BE MADE FROM A COMPOUND MEETING THE REQUIREMENTS OF CELL CLASSIFICATION 12364A OR 12454B AS DEFINED BY ASTM D 1784" PARAGRAPII D-3. DELETE TIIE FIRST SENTENCE. Page 1 of 2 DATE: SEPTEMBER 24, 1992 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS GRAPEVINE CREEl( SEWER TRUNK MAIN BRANCII I AND BRANCI! Ii FOlk CITY O1: COPI~ELL DALLAS AND I)ENTON COUNTIES, TEXAS BID DATE: SEIrI'EMBER 29, 1992 ITEM NO. 4: DIVISION 2 - SITE WORK SECTION 02622 - PVC SEWER IqPE PAGE 02622-4 PARAGRAlql 3.61) CLARIFICATION: ALL PVC I'IPE SIIALL BE TESTED FOR DEFLECTION. ISSUED BY: . I!. ~~ . Page 2 of 2 DXVXBXON 0 - BIDDXN~ MiD CONTRACT REOUIREHENTS B~CTXOM 00300 - P~OPOS~T. ~ldD BID FORM 00300-1 BID FOR: ~RAPEVINE CREEK BEWBR TRONKMAXN - BRANCH X & BRANCH XI CITY OF COPPELL; TRY, AB RBQUEBT FOR BID MO. Q0792-03 THIS BID SUBMITTED TO: .__ CITY OF COPPBLL 255 PJ~RKWAY BOULEVARD P.O. BOX 248 COPPELL, TEXAS 75019 Gentlemen: The BIDDER, in compliance with your invitation for bids for the above referenced project, having examined the plans and specifi- cations with related documents including any Addenda, (if issued) and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, of which this proposal is a part. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the lorn included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement, Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security,. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. ... The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of Contract, Instruction to Bidders, Specifications, and the Plans herein referred to and has carefully e×amined the locations, conditions and classes of materials called for in the Contract Documents and Specifications in the manner- prescribed and according to the requirements of the Owner as herein set forth. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEXAS DIVISION 0 - BIDDING ~ CONTRACT REOUIREMENTS PAGE SECTION 00300 - PROPOSAL ~ BID FOR~ 00300-2 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation: BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false Bid: BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding: and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" by the OWNER and to fully complete the project within the stated consecutive calendar days thereafter as stipulated in the Specifications. BIDDER further agrees to pay as liquidated damages, the sum of $$00.00 for each consecutive calendar day thereafter as hereinafter provided in Section 00810, Paragraph 1.1, E, 4.02 of the Modifications to General Conditions. Accompanying this proposal is a (Certified or Cashier's Check payable to the City of Coppell) (Bid Bond) in the amount of (written out) ($ ~°/o ~.D.R. ), which is five percent (5%) of the greatest amount bid. BIDDER acknowledges receipt of the following addendum: (If none-issued, indicate N/A) ADDENDA # / DATE q/~ ¥ / / ~ ? ADDENDA # DATE ADDENDA # DATE ADDENDA # DATE - BIDDER agrees to perform all the work described in the Specifications and as shown on the Plans for the following unit price bid: (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) NOTE: THE BASE BID TOTAL AMOUNT SHALL BE THE SUM OF THE TOTALS FOR EACH OF THE FOLLOWING UNIT PRICE ITEMS. GINN & CASE, INC. GRAPEVINE CREEK SBNER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLLv TBX~ DZVZBZON 0 - BIDDING ~"D 'COI~I:I~CT 8ECTZON 00300 - PRO~B~L ~ BID ~ 00300-3 B~CH X - B~B BXD - BXD ' No. Qty. Price ~rJttefl For Item 1010 LOCATION OF EXISTING 1 LS --- UTILITIES ~1 2010- PREPARE RIGHT OF gAY 9Z.75 STA. 2010- CLEARING AND GRUBBING 1 LS 2050-1 ABANDON EXISTING NANHOLE$ 12 EA IN-PLACE Ioo D,, /1~-, ~ Z~- 2050-2 ABANDON EXISTING SANITARY 1 LS SEVER LINE, IN-PLACE 2050-3 RENOVE EXISTING SANITARY 295 LF SEVER LINE, C~PLETE 2 2~00 JAC[ING OR BORING 5~0 LF o~ ~J ~,~,-~(F .~.~ /~,~ O~- (CASING/CARRIER SEPARATE) .. 2310-1 NICROTUNNELLZNG/BORE PITS 1077 LF ~ IV~/~ -- (PIPE SEPARATE) - :' ~ ~/~.~ Z~80 LAgN AND LANDSCAPE 1 LS REPLACENENT 2600-1 STANDARD 5' DIA. CONCRETE & EA NANHOLE ( 0'-10' DEPTH) a~oo-a s~,.o,nu ~. DZ*. CO.Cn~T~ ~ ~* 2~'~' ~~'~'~ ~~ /~,~-- .__ __J .*.HO~E (~0'-~5' ~E~.) ~//~ NANHOLE C15'-ZO' DEPTH) ~600-~ S~ANDARD 6' DIA. CONCRETE 1 EA ~C'OO~ NANHOLE (15'-20' DEPTH) 26oo-5 STANOAnD 6' DiA. CO,CnETE ~ EA HANHOLE (Z0'-25' DEPTH) 2600-6 STANDARD 6' DIA. CONCRETE 2 EA ~Zoo - ~rf~ ~ ~00 -- .AN,OLE (25'-30' DEPTH) ;6oo.~ 6, o~. CO.C,ETE OnOP ~ E* .ANHOLE C~0''35' OEPTH) GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DTVISION 0 - BIDDING ~ CONTI~CT REOUI~NT8 PAGE SECTION 00300 - PRO~B~v. ~ BZD FO~ 00300-4 B~CH Z - B~E BID - BID FO~ 2600-8 5' DIA. CONCRETE DROP Z EA ~.~ ~'y~'A~S,, ~J ,,,~ MANHOLE (15'-Z0' OEPTH) 2600-9 5' DIA. CONCRETE TYPE "S" 6 EA __l MANHOLE (lO,-15, DEPTH) 2600- 5. DIA. CONCRETE TYPE "S" Z. EA 10 MANHOLE (15'-Z0' DEPTH) 2600- 6' DIA. CONCRETE TYPE "SM 2 EA ~oa~ ~'~'~"/ ~00o 11 HANHOLE (ZO'-ZS' DEPTH) 2600- 5' DIA. CONe. Ty. HS" DROP ] EA 1Z MANHOLE (10'-15' DEPTH) ~r~d ~//yr~ ~ 2600- 6' DiA. CONC. TY."S' DROP 2 EA ~o~ 13 MANHOLE (20'-25' DEPTH) 2600- 5' DIA. CONC. TY NSN DROP Z EA 1~ HANHOLE (15'-Z0' OEPTH) 2600- 6' DiA. CONC. DROP 1 EA 15 MANHOLE (~5'-]0' DEPTH) ~//~.~ 2610-1 3O" PVC SANITARY SEVER 1462 LF PiPE ( 0'-10' DEPTH) 2610-2 ]0'l PVC SANITARY SE,ER 33~8 LF PIPE (10'-15' DEPTH) 2610-3 30" PVC SANITARY SEVER ]751 LF ~'~ ~,'~ PiPE (15'-~0' DEPTH) 2~10-~ ]0" PVC SANITARY SE~ER 1978 LF PiPE (20"25' DEPTH) 2610-5 30" PVC SANITARY SEUER 2~ LF ~'~ PIPE (Z5''30' DEPTH) ~1~ --2610'6jPIPE,30" PVClNSANITARYcAsiNG PIpESEVER 5 5tO LF /5~ ~/gL~ 6.//" rj 90 000 PIPE (15,-2o' DEPTH) 2610-8 12' PVC SANITARY SE~ER 52 LF ~ ~ ~0 PIPE ( 0'-10' DEPTH) 2610-9 8' PVC SANITARY SEUER 24 LF PiPE C 0'-10' DEPTH) GINN G CASE, INC. O~P~I~ C~RK PR~E~ 454/455 CITY OF ~PPBLL~ TE~ DIVZBION 0 - BIDDING ~ CO)~]tJ~C"/' ]LBOUI~N~B PAGE BEC~ION 00300 - ~RO~B~T. ~ BZD ~0~ 00300-5 B~CH I - ~B BID - B/D ~ ~Z~D No. Qty. Price Written For Item 2610- 8' PVC SANITARY SE~ER 10 LF 10 PIPE (10"15' DEPTH) 2610- 12" PVC SANITARY SE~ER 7 LF il PIPE (20'-25' DEPTH) ~0~ ~ 0-- 2610- CONNECTI~S TO EXISTING 10 EA ' ' ~0~ -- 12 NAMHOLES, C~PLETE 2610' CONNECTIONS TO EXISTING 1 EA ~' 13 SANITARY SEgER NAINS "" 2610- TRENCH SAFETY FOR I LS 14 SANITARY SE~ER LINES /~o~~ ~//~ (o,~o~-- 2610- VENTS FOR NANHOLES 21 EA 15 C~PLETE, IN'PLACE ~610- 18- PVC SA. t TARY SE~ER Z05 LF 16 PiPE (10'-15' DEPTH) 2610- 18" PVC SANITARY SEUER 165 LF 17 PIPE (15'-20' DEPTH) ~0 '~ ~ ~ ~ - 2221-1 CONCRETE ENCASENENT TY. 1 180 LF o,~ C~PLETE, IN-PLACE 2617-1 48" DIA. STEEL ENCASEHENT 220 LF PIPE, COHPLETE* IN'PLACE I1~ 2617-2 48" DIA. STEEL ENCASENENT 140 LF 2617'3 48" DIA. STEEL ENCASENENT 90 LF PIPE, C~PLETE'iN'PLACE 2617'4 48" DIA. STEEL ENCASENENT 120 LF -' 2618 LO~ER EXTST]NG ~2" rATER ~5 LF LINE, COHPLETE- IN-PLACE 12~ 2624 30" DIA. FIBERGLASS 1077 LF REINF. POLYESTER PIPE //~ ~ ~,,.~ ~//~,F~ J~.~ - GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN .... PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00300 - PROPOSAT. AND BID FORM 00300-6 BRAI(CH 1' - BABE BID - BID FORM CONT1'NUED No. Qty. Price Written For Item 2515-1 RE)lOVE AND REPLACE. 4388 SY CONCRETE PAVE)lENT ~) ~ / / ~ r' f 2515-2 REMOVE AND REPLACE ?r' SY CONCRETE PAVE)lENT ~)///~ ._f 2530 REMOVE AND REPLACE 1 LS /0, Oc',~ / ~;,,~,' ';'-~,,.,..~,,'~/ BRICK PAVERS O ~//~'~ .-- BRANCH ! ,O,AL ,A..,0 A.OU,T GRAPEVXNB CREEK SEWER TRUNK H~XN - BRANCH X BAS". SzD ~o?A,. ST'~o/~'[I,'o., +/,:~t~ -~-~( ~L~.~ dollars and ~' ~/ cents. -"~ (written out in words) $ ~, o3~ /9~ " (figures) / END OF BRANCH X - BASE BID GINN & CASE, INC. GRAPEVINE CREEK 8EWEit TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVIBION 0 - BIDDING AND CONTRACT REOUIREMENTB PAGE BECTION 00300 - PROPOBAL AND BID FORM 00300-7 BRANCH ALTERNATE NUMBER ONE BID FORM In lieu of the PVC pipe shown os the base bid 1tam, substitute REINFORCED CONCRETE PIPE. Class !II, with potyurethane coating on the inside aa per Section 02610. No. .Qty. . Price ~ritten For Item 2610'11 30" REINFORCED CONCRETE 1462 LF SAN SEgER PiPE (0'-10') ~1 D ~//~-s · 2610-2 30" REINFORCED CONCRETE 3348 LF SAN SEgER PiPE (10'-15') /0~ ~ ~r ~//~ ~-g 2610-3 30" REIgFORCED CO~CRETE 3751 LF oo 2610-4 30" REINFORCED CONCRETE 1978 LF SAN SEgER PIPE (20'-25') /1~ 2610-5 30" REINFORCED CONCRETE 26~ LF SAN SEgER PiPE (25'-30°) 2610-6 30H REINFORCED CONCRETE 570 LF SAN SEgER PIPE IN CASING 2610-7 2~" REINFORCED CONCRETE ~0 LF SAN SEeER PiPE C15'-20') If this Alternate is selected,~ (e~ /~ calendar days to the Contract~ in addition to the Base Bid Contract Time and any other approved Alternates. END OF BRANCH I - ALTERNATE NUMBER ONE GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK HAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIRENENT8 PAGE SECTION 00300 - PROPOSAL AND BID FORM 00300-8 BP. RNCH I XLTERNATR NUMBER TWO (2) BXD FORN In tieu of the PVC pipe sho~n as the base bid item, substitute FIBERGLASS REINFORCED POLYESTER PIPE, as per Section 0262/) of these documents. ItemI Description I I I I APp'r. ~ Unit I UnitI Unit Price I Total No. I Qty. Price Vritten I For Iteai SAN SEeER PiPE (0'-10') 2610-2 ~0" FIBERGLASS POLYESTER 33~8 LF 2610-~ ~0" FIBERGLASS POLYESTER 197'8 LF ~ ~ ~ ~ ~ ~/~ 2610'5 2&a FIBERGLASS POLYESTER 26~ LF 2610-6 30" FIBERGLASS POLYESTER 570 LF 26~0'1 2~' FIBERGLASS POLYESTER .. I GINN & CASE, INC. GRAPEVII~B CREEK flEWRR TRUNK NAIN PROJECT 454/455 CITY OF COPPELLw TEX~H DIVlfJION 0 - BIDDING AND CONTRACT REOUII~wI(ENT8 PAGE BECTION 00300 - PROPOBAL AND BID FORM 00300-9 L__ BRANCH I ALTERNATE NUMBER THREE (3) BID FORM In Lieu of boring end jacking the pipe from sra. 122+30 to Sts. 124+50, instaLL approximately 220 LF "-' of 30" pipe by #ICROTUNNELLING methods, using 30" FibergLass Reinforced PoLyester Pipe. DELETE THE FOLLOWLNG ITE#S: No. - Qty. I Price Written For Item 2300 JACKING OR BORING 220 LF CASING/CARRIER SEPARATE 2610-6 30# PVC SANITARY SEWER 220 LF · -- 261?'1 &8" DIA. STEEL ENCASE#ENT :)20 LF PIPE, COI4PLETE-IN-PLACE ALTERNATE NO. TOTAL A#OUNT DELETED S / ') ~,/ ~ ~0 -- ADD THE FOLLOWING ITEMS: No. I Qty. Price Written For Item -- 231o-1 #1CROTUNNEL / BORE PiTS 220 LF 2626 I 30" FIBERGLASS REINF. 220 LF ALTERNATE NO. TOTAL A#OUNT ADDED $ TOTAL NET ANOUNT '~' t_. ADDED OR (DELETED) S If this Alternate is selected DELETE} /O .__ calendar days to the Contract ~ime;--in addition to the Base Bid Contract Time and any other approved Alternates. END OF BR3~CH I - ALTERNATE NIJMBER THREE GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CZTY OF COPPELL~ TEXAS DIVISION 0 - BIDDING ~tLND COITTRACT REOUIREHENT8 PAGE SECTION 00300 - PROI:K)SAL ~ND BID FOR~ 00300-10 BRJLNCH I ._ ALTERNATE NUI~ER FOUR (4) BID FOI~ ..... Zn Lieu of open excevation between manhole st Sra. 41+25 and manhole st sra. 37+44, ALTERNATE NO. 4 proposes to install approximately 371L.F. of 30" pipe by HICROTUNNELLING methods, beginning at Sra. 41+25 end continuing to Sra. 37+&&. See specifications for specific requirements for the construction of caeed tunnete to be inetetted by mtcrotunneting methods. For bidding purposes onty, Bidder shelf complete the fottowing using the unit prices for the base bid items, where appticab[e. Prices shown shaft be shown as unit prices end toter prices. ~ - DELETE THE FOLLOWING ITE#S: No. Qty. Price Written For Item PIPE (15'-:)0' DEPTH) 2610-~ ~0# PVC SANITARY SEWER 157 LF ~c~_ /~,/../tt/.7. PIPE ¢20'-25' DEPTH) D ALTERNATE NO. & TOTAL AHOUNT DELETED ADD THE FOLLOWING ZTENS: No. Qty. Price Written For Item 2310 HICROTUNNEL / BORE PITS 371 LF /~ ~ 7,~~ -- 2624 30" FEBERGLASS REiNF. 371 LF //~' ~n~ ]~"g ~"~'~~2,U~'~ POLYESTER PiPE b ~//~ ~ ALTERNATE NO. ~ o~ TOTAL ANENT ADDED S /00 t 7~ TOTAL NET AH~NT ~ If this Alternate ¢:e Selected~~~,~ -- --) / _ calendar days to Contract~in addition uu the Base Bid Contract Time and any other approved Alternates. END OF B~ I - ALTE~ATE ~BER FO~ GINN & CASE, INC. GRAPEVIN~ CREEK S~W"B~ TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS ! DIVIBION 0 - BIDDING ]diD CONTI~CT ~3~OUIREMENTS P~GE SECTION 00300 - PROPOB~L ~1~ID BID FOI~ 00300-11 BRANCH ALTUP. H~TB M~I(BER BT~ I~)RI( __ in Lieu of open excevstion between BonhoLe st Sis. 34+00 end manhole et Ste. 37+54, ALTERNATE NO. 5 proposes to retocete manhole et 37+5& approximately lO'south0 and to tnstetL spproxigmteLy 3&4 L.F. of 30" pipe by MICROTUNNELLING methods, beginning et Sis. 34+00 and continuing to Sra. 37*44. Additionetiy, ALTERNATE NO. 5 wiLL construct a manhole over the existing 8" sanitary sewer Line Located between Lots 7 &' 8 end connecting to manhole st $te. 37*&4 by means of an 8" PVC seuer Line. See specifications for specific requirements for the construction of cased tunnels to be Jnststted by microtunneLtng methods. For bidding purposes on[y, Bidder ihiIL complete the foLLoutng using the unit prices for the base bid items, uhere applicable. Prices shown sheLL be shoun ss unit prices end total prices. DELETE THE FOLLOWING ITEMS: No. Qty. Price Written For Item 2600-5 STD. 6' DIAM. MH (20-25) 1 EA 2600- 6* DIAN. DROP NH (25-30) 1 EA 2610-5 30" PVC SEgER (25-30) 26~ LF 2610-6 30" PVC CARRIER PIPE 90 LF 2617-3 48" DIAM. STEEL Z300 JACKING OR BORING 90 LF ~9 ~() ~d~frt/ ~.,& ALTERNATE NO. TOTAL ANOUNT DELETED CONTINUED ON NEXT PAGE... GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DTVISION 0 -- BIDDIN~ AND CONTRACT REOUIREMENT~ PAGE SECTION 00~00 - PROPOSAL AND BTD FORM 00~00-L~ CONTINUED FROg PREVIOUS PAGE... ADD THE FOLLOVING [TENS: No. Qty. Price Vritten For Item 2&10-, 30" PVC SEVER (20'25) 10 L' STA. 37+54 TO STA. 37+44 ~ ~//~ ~ 0 2600- 6' DIAN TYPE HSll DROP NH 1 EA ~OO°>M ~r '~ ~ 13 (20-25) STA. ]7+4~ 0 ~//4~ ~ ~° 2610- VENTS FOR NANHOLES I EA ~'~ ~. ~¢ ~ ~r~ / ~ ~5 ~ ~//ar~ 2~oo ' STA. ]7+20, 15' RT. ~//~ 10 STA. 37.Z0 TO STA 37.~ ~//~ ~ 2310 ~ MtCROTUNNELING 3&& LF ~n ~ ~~ I ALTERNATE .0. 5 TOTAL AHOUNT ADDED S ~ ~, ~ ~ - TOTAL NET AgeNT · ~"~ (DELETED) S ~1 ,~ calen~a~ days ~o ~he Con~ac~ ~ime, in a~di~ion ~o ~he Base Con~ac~ ?~me an~ any o~he~ a~p~ove~ 454/455 CZTY OF COPPBLL~ TEXA~ DIVTBION 0 -- BIDDZMG ]tND CONTI~CT P. EOUIP. F,I~IqTB BECTION 00300 - P]ROPOS~T. ~ BTD FOI~ 00300-13 GI~PEVINE C~.EBK B]t~iIT]t.RY B~.~iCH II - B~BE BID - BID FOI~ lie.I De.cription I Appr. I Unit I Unit No. Qty. Price gritten For Item 1010 LOCATION OF EXISTING 1 LS UTILITIES 2010- PREPARE RIGHT OF ~AY 4Z STA. 100 (VARIABLE UIDTH R.O.U.) ' ' 2010- CLEARING AND GRUBBING 1 LS 102 2050-1 ABANDON EXISTING MANHOLES 10 EA ~-' IN-PLACE 20S0'21 ABANDON EXISTING SANITARY 1 LS __l, SE~ER LINE, IN-PLACE /~o ~d//~ /00~ -- 2300 JAC[ING OR BORING 185 LF (CASING/CARRIER SEPARATE) 2480 LA~N AND LANDSCAPE 1 LS --. ~//~ 2600-1 STANDARD 4' DIA. CONCRETE 2 EA o~ NANHOLE ( 0'-10' DEPTH) 170°0~ 2600-2 STANDARD 4' DIA. CONCRETE 4 EA MANHOLE (10'-15' DEPTH) 2600-3 STANDARD 5' DIA. CONCRETE 3 EA MANHOLE (10'-15' OEPTH) ~ v ~t~ ~//~.-~ 2600-4 STANDARD 50 DIA. CONCRETE 3 EA MANHOLE (15'-20' DEPTH) ZgO° ~/~ ~//~ ~70~- 2600-5 STANDARD 6' DIA. CONCRETE 3 EA ~1, MANHOLE C15'-20' DEPTH) ~/~ ~,,//~.~ /~-- 2600-6 STANDARD 6' DIA. CONCRETE 3 EA MANHOLE (25'-30' DEPTH) 2600-71 5' DIA. CONCRETE DROP 1 EA MANHOLE (15'-20' DEPTH) ~ ~~ ~//~$ 2600-8 6' DIA. CONCRETE DROP 1 EA ~/~c~~ ~'~ ~o,~ ~'~ MANHOLE (20'-25' DEPTH) I GINN & CASE, INC. GRAPEVINE CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAB DIVISION 0 - BIDDING ~ND CONTRACT RBOUIREMENTS PIiQE SECTION 00300 - PROPOSXL ~ BID FORM 00300-14 BRANCH II - BASE BID -BID FORM CONTINUED Ho. ] Gt¥. Price Ucltten For Itcm .... I "-' 2600-9 6' DIA. CONCRETE DROP 1 EA .AH.OLE ¢~S'-~O' OEPTH) ~)0//~ rS 2600- CLEANOUT$, CONPLETE 1 EA ,~o~, ~)~- 10 I IN PLACE ~ - ?600- I 8" LATERALS, CO#PLETE 2 EA 11 IN PLACE ~) .~ //A 2600' PLUG EXISTING NANHOLE$ Z EA 12 AS SHO~N, IN'PLACE 2610-1 2~' PVC SANITARY SEUER 897' LF PIPE 2610-2 2~H PVC SANITARY SE~ER 890 LF 2610'3 24N PVC SANITARY SE~ER 86~ LF PIPE (15''ZO' DEPTH) ~ ~//~5 ~7,~/~.- 2610'¢ 2~" PVC SANITARY SEVER 828 LF ~, ~.'~t~. PIPE (~0''25' DEPTH) ~ ~ ~ //~3 ~~-- 2610'5 Z¢' PVC CARRIER PIPE lB 185 LF CASING PIPE, IN-PLACE /~ ~-~'e~ ~/~ 2610-6 2~" PVC SANITARY SEUER 532 LF ~l PIPE (25"30' DEPTH) /~ - 2610'7 18" PVC SANITARY SEVER 16 LF PIPE, C~PLETE- IN-PLACE 50 ~610-8 15N PVC SANITARY SE~ER 0 LF PIPE, CONPLETE- lB-PLACE z6 o-,I ,2. evc s,,,~,. SE~ER 8 LF PIPE, CONPLETE- ] N-PLACE 2610- TRENCH SAFETY FOR 1 L$ ~o;-~~ ~"~ ~A~ ~ '~ 10 SANITARY SE~ER LINES 2610- VENTS FOR SEVER NANHOLES 7 EA 11 C~PLETE-IN-PLACE J __. j I GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS I DIVIBION 0 - BTDDZNG ~ CONTRACT RBOUIREMENTB PAGE BECTZON 00300 - PROPOBAT, )14D RID FORM 00300-15 BP, ANCH Il - BABE BID - BID FOItM CONTINUED No. Qty. Price b/ri tten For Item 2610- TIE TO EXISTING SANITARY 1 EA 13 SE~ER HAIN, C~PLETE ~j//~ ~221-1 CONCRETE ENCASENENT, TY.1 ~90 LF C~PLETE, IN-PLACE J~-- ~//;~ ~/ ~ ~ - 2617-1 36" DIA. STEEL ENCASENENT - 145 LF PIPE, C~PLETE-IN-PLACE 2617-2 36" DIA. STEEL ENCASEMENT 40 LF PIPE, C~PLETE-IN-PLACE 2500 RENOVE AND REPLACE 140 TONS ASPHALT PAVEHENT BRANCH ! ! TOTAL BASE BID ANENT GRAPEVINE CI~EEK HEWER TRUNK NAIN - BI~CH TX dollars and AJ ~ cents. (written out in words) (figures) END OF BP3kNCH II - BABE BID GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AHD CONTRACT REOUIREMENT8 PAGE SECTION 00300 - PROPOSAL AND BID FORM 00300-L6 BRANCH II Jb.LTERM~TE HUMBER ONE (1) BTD FORM In Lieu of the PVC pipe shoufl os the bose bid item, substitute REINFORCED CONCRETE PIPE. ItemI De,crlption I Appr. I Uflit I UnitI Unit Price I Tot,t ~o. Qty. _- Price Written For Item 2610-1] 24' REINFORCED CONCRETE 89~ LF SAN SE~ER PIPE (0''10') 2610-2 24" REINFORCED CONCRETE 890 LF sAN SEVER PZ E 2610-3 2~N REINFORCED CONCRETE 863 LF SAN SE,ER PIPE (15'-20') ~ 6 ~//A ~ ~/ /Z~- 2610-~ 24" REINFORCED COUCRETE 828 LF "'f SAN SEUER PIPE (20'-25') 2610-5 24" REINF. CONCRETE SEMER 185 LF ~o OA~ ~un~ ~;)~' o.. PIPE IN CASING PIPE /~2 -- ~ ~ //~rS ~~ '- 2610'6 2~N RE~NFORCED CONCRETE 532 LF SAN SEUER PIPE (25'-30') If this Alternate is selected,~_(.ADD) calendar days to the Contract~Time, in addition to the Base Bid Contract Time and any other approved Alternates. END OF BRANCH II - ALTERNATE NUMBER ONE GINN & CASE, INC. GRAPEVIN~ CRBBK 8ENER TRU~K M~IN PROJECT 454/455 CITY OF COPPELL, TEX&B ( DIVISION 0 - BIDDING ZWD CONTPJ, CT REOUX~NT8 PAGE BECTTON 00300 - PROPOBAT. ~ BTD FORM 00300-1.7 BRANCH XX ALTleRMATE NUMBER THREE (3) BID FORM In lieu of The P¥C pipe shoun os the bose bid item, subsTituTe FIBERGLASS POLYESTER pIpt:. No. QTy. Price Idrt Tten For ITem o*' 2610-1 2~N FIBERGLASS PQLY[S~ER 897 SAN SEUER PIPE (0'-~0') ~ . ~ ~//~ 2610-2 24" FIBERGLASS POLYESTER '890 LF ..~ ~"~ ' ~"~ ~" SAN SEUER PXPE (10'-15') 2610-] 2~" FIBERGLASS POLYESTER ~] LF SAN SE~ER PiPE (15e-20') 2610-4 24" FIBERGLASS POLYESTER 828 LF SAN SE~ER PiPE (200-25') /~l ~//~ ~ - 2610-5 2~N FIBERGLASS POLYESTER 185 LF 2610'6J 2~" FIBERGLASS POLYESTER 532 LF I SAN SE~ER PIPE (25''30') If this Alternate is selected, (ADD) (DELETE) ~O calendar days to the Contract Time, in addition to the Base Bid Contract Time and any other approved Alternates. END OF BRANCH II - ALTERNATE NUMBER THREE END OF BI~NCH II PROPOSAL BUMMARY OF BASE BID TOTAL BJ(OUI~B BR C. I BASE B;D m OU T ; 2 B~CH II BASE BID ~OUNT $ ~ Z C, O/~. ~ 5~ TOTAL B~BE BID ~O~8 ~ l, ~// ~iZ-- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT$ PAGE SECTION 00300 - PROPOSAL AND BID FORM 00300-18 BIDDER agrees to provide the following documents which are attached to and made a condition of this Bid: a. Required Bid security in the form requested, 00410. b. A completed Subcontractor Listing as shown in Section 00430, of these documents. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. Consideration for selection of the successful BIDDER will be as follows: TOTAL BASE BID AMOUNT - BRANCH I AND BRANCH II CONSIDERATION OF ALTERNATE BIDS The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal Contract attached within fifteen (15) days and deliver a Surety Bond or Bonds as required by the General Conditions. The Bid Security attached in the sum of is to become the property of the OWNER in the event the Contract and Bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the OWNER caused thereby. Respectfully submitted, (Firm)~_ . ._. _ _ __ '" (SEAL-if bid is by a corporation) I ~ ~ / ~ /t~/d, 5 ~.9 ~/., (Business Address) .... _ GINN & CASE, INC. GRAPEVIN~ CREEK SE~R TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TBXA~ i DIv'rsION 0 - B~DDZNG ~ CO~I~CT ~OU~:I~HEI~TS PAGE SECTION 00430 - B~~~R LIBTING 00430-~ P~T I - G~~ (TO BE SUBMITTED WITH BID PRO~SAL) 1.1 GENE~L: A. Certified List of S~contractors The Bidder, & ~ ~ ~, , as part of the procedure for the submission of bids on a project ~o~ as ~PEVI~ C~EK SE~R TR~K ~IN - B~CH I & BRANCH II FOR THE CITY OF COPPELL, TEXAS submits the following list of subcontractors to be used in the perfo~ance of work to be done on said project: APPROXI~TE It is understood and agreed that, if awarded a contract by the City of Coppell, Texas, the Contractor will not make any additions, deletions or substitutions to this certified list without the consent of the Engineer and Owner. CERTIFICATION ~FFIDAVIT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED THE CONTRACT, THIS CERTIFICATION SHALL BE .. ATTACHED THERETO AND BECOME A PART THEREOF. .. AND TITLE OF SIGNER:/ V (Name) (Please Print or Type) END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS 0 DATE: SEPTEMBER 24, 1992 "' ADDENDUM NO. 1 -' TO CONTRACT DOCUMENTS GRAPEVINE CREEK SEWER TRUNK MAIN - BRANCII I AND BRANCII li FOIl CITY OF COPPELL DALLAS AND DENTON COUNTIES, TEXAS BID DATE: SEPTEMIIER 29, 1992 ITEM NO. 1: DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS -- SECTION 00300 - PROPOSAL AND BID FORM- PAGES 00300-1 TO 00300-18 ADDITIONAL REQUIREMENT: -- BIDDER SIIALL SUBMIT WlTII TIIE BID TIIE FOLLOWING INFOPd~IATION FOR TAX EXEMPT PURPOSES MATERIALS THAT ARE TO BE INCORPORATED IN TIlE PROJECT (TAX EXEMPT) __. ALL OTIIER LABOR AND SERVICES (TAXABLE) $ TOTAL $2., Y-t. 2.. t z ~-° ITEM NO. 2: DIVISION 2 - SITE ~VORK .... SECTION 02622 - PVC SEWER PIPE PAGE 02622-1 PART 1.3 QUALITY ASSURANCE -. PARAGRAPI! C - DELETE INTIRETY ITEM NO. 3: DIVISION 2 - SITE WORK "- SECTION 02622 - PVC SEWER PIPE PAGE- 02622-2 PARAGRAP! I C. CIlANGE TO READ AS FOLLOWS: "PVC PIPE SIIALL BE MADE FROM A COMI'OUND MEETING TIIE I{EQUIRF~MENTS OF CELL CLASSIFICATION 12364A OR 12454B AS I)EIqNED BY ASTM D 1784" PARAGRAPll D-3. DELETE TIlE FIRST SENTENCE. Page 1 of 2 DATE: SEPTEMBER 24, 1992 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS GRAPEVINE CREEK SEWER TRUNK MAIN BRANCII I AND BRANCII 11 FOR CITY OF COPPELL DALLAS AND DENTON COUNTIES, TEXAS BID DATE: SEPTEMBER 29, 1992 ITEM NO. 4: DIVISION 2 - SITE WORK SECTION 02622 - PVC SEWER PIPE PAGE 02622-4 I'ARAGRAPll 3.6D CI.,ARIFICATION: ALL PVC PIPE SIIALL BE TESTED FOR DEFLECTION. ISSUED BY: II. ~~ Page 2 of 2 HARTFORD FIRE INSURANCE COMPANY Hartford. Connecticut POWER OF AI'rORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY. a corporation duly organized under the laws of the State of Connecticut. and having its prmcipai office in the City of Hartford. County of Hartford. State of Connecticut. does hereby make. constitute and appoint BRL'CE N. TELANDER, JOHN P. MARTINSEt~, GAR"-' S. SODERBERG, DONALD R. OLSON, R. SCOTI EGGINION, R. W. FP.~NK, DENNIS J. LINDER, .... .'t~RY L. CHARLES and JOHN IAUER of MINNEAPOLIS, MINNESOTA its true and lawful Attorney{s)-in-Fact w~th tull power and authority to each of said Attomey(s)-in-Fact. in their separate capacity if more than one is named above, to sign. execute and acknowledge any and all bonds and undertakings and other writings obiigatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed. and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers. and hereby ratifies and confirms all that ~ts said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1 'l By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting auly called and held on the 9th day of March. 1971. ARTICLE IV SECTION 8 The President or any Vice-PresiDent acbng w~th any Secreta~- or Assistant Secretary. shall have power and authon~' to aopo~nt, for purposes only of execut,ng anc attest, ng bones and undertakings an,~ other writ,,~gs obhgatory in the nature thereof, one or more Resident Vlce-Pres~dents. Fles~oen'. Asses:ant Secre:anes and Attorneys-~-Fact and at any brae to remove any such Resioen! Vms-President. Resident Assistant Sacra!ar'/. or A.'tOr"tey-~m-Fa~. and revoke the power ancl author~J g~ven to him. SECTION 11. A.'tomeys-m-Fa~ snail have DOWe: and authority, subject, to the terms end limitations of the Dower of aaorney issued to them. to exec;Jte and del~ver on behalf of the ComPany ancl to attach the seal of the Company thereto any anti all bonds and underlaPangs, ann other writings oD=[cato"y in !ne nature thereof, and any sucl' mstrument executed by any SUCh Attomey-in-Fact shall be as b~ndmg upon the Company as if signed by '-- a~' ~xecut~ve Officer and sealed and a!testec by one other of such Officers (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY duly called and held on the 12th day of October, 1990. RESOLVED: Robert N. H. Saner. Aas[stan'. Vice-President arid Laura A. Shanahan. Ase~stant V~ce-Pres~dent. shall each have. as long as eacn holds SJCP off, ce '.he same power as any Vica-Pras~(3ent under Sections 6.7 and 8 of Article IV of the By-Laws of *.he Company. namely: to appoint by a Power cf Attorney for Durposes only of exec.mng anc atteshng bonds and undertakings and other wri*.ings obl~atory in the nature thereof, one or more res~aent v'~ce-Pres~dents resident Assistant Secretaries and Attorneys-in-Fact This pOwer of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted Dy the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of October. 1990. RESOLVED. fha'. the mgnatures of such Officers and the seal of the Coml3any may be affixed to any such power of attorney or to any certificate re=a:mg thereto by facsimile, and any SUCh power of attorney or certificate beanng such facalmile signatures or facsimile seal snail be vahc and ~nding upon me Company and any such ~ower SO executed anc certified Dy facslmiie si.cnatures and facsimile sea; snal: be vah<3 and binding upon the Comoan~ ~'~ ~'~e future with respect to any bond or unoeRaKing to which it is attached In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-President and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1st day of May. 1991. HARTFORD FIRE INSURANCE COMPANY Attest: R~chard R Hermansen .~,~X' Secreraq. Robert N. H Sene, STATE OF CONNECTICUT i. ss Assistant V~ce-Pres,~lent COUNTY OF HARTFORD Or' this 1st day of May. A.D. 1991, before me personally came Robert N. H. Sener. to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant V~ce-President of the HARTFORD FIRE INSURANCE COMPANY. the corporation described in and which executed the above instrument: that he knows the seal of the said corporation: that the seal affixed to the saict instrument ~s such corporate seal: that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. '~ (~,lr4., ,~' STATE OF CONNECTICUT i ss ':'"' ~ '-,- ~ Jean H Woznlak COUNTY OF HARTFORD ! ..~.-.'~-.---~._.; NotaG, Pubbc My Commission Expires March 3".. 1994 CERTIFICATE I. the undersigned. Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY. a Connecticut Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF A'I-rORNEY remains in ful! force and has not been revoked: and furthermore, that the Resolutions of the Board of D~rectors. set forth in the Power of Attorney, are .now in force. __ Signed and sealed at the City of Hartford. Dated the ~ day of Dav,: A. Jon,~se~ // Ass~sra.-.; Secreta~! Form ~-3507-6 (HI=) Printed m LIS A Ti~l"~ FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Compani~ HOME OFFICES: BALTIMORE. MD. 21203 PUBLIC WORK STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AS AMENDED BY THE 73rd LEGISLATURE, 1993 Bond No. PRFS096605 (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That .......... .C.~..~-_'__c~ _ _O. _]-. ~.t_....Y~_ Q_-. ...................................................................................................................... (Here insert the name and address or legal title of the Contractor) ........................................................................................................ (hereinafter called the Principal), as Principal, and ......... . _C.~?. _ .]: _o...l~_'. _c~__ ___ ~_&~ _ _..C~:~.__....ucC_ _. ~..y__ __c~_. _ __9_ _ .'J.~_ ._e_~_y'_.._C..Gl~,c~Jn_ y .................................... : ........................ (Here insert ~he name of the Surely) a corporation organized and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto ................................. ................................................................................................................................ (Here insert thc name of thc Oblig~e) .......................................................................................................... , .................. (hereinafter called the Obligee), ,he amount ri _e (Here insert an amount equal to the total contract price) - ......................................................................... : ................................... _:Do,ars ($ .....°_ ............. ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the .................... 16~h- day ~ /kpr:i_'l 1~ 97 ............................................................................... Ot ............................................................................ '~ ....... , to do slope which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faith- fully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Govern- ment Code as amended by Acts of the 73rd Legislabure, 1993, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. lN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this .................... 8__.'~.._ ............................... day of_ .............. _.l~_~ .................................... ! 9_?__7__._ WITNESS: ...................... ~ .................................................... (SEAL) ................................................................................................................................................................ (SEAL) {IF INDIVIDUAL OR FIRM} ATTEST: . / ._C_5_~_.~_.g___.0___l._.d___e_..n__, I n c~ ....... (SEAL) [-I FIDELITY ~SIT...COI~PANY OF MARYLAND ' . - l~Znor'a C.r-ur._h_L ~- y- - tm FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Companies HOME OFFICES: BALTIMORE, MD. 21203 PUBLIC WORK STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AS AMENDED BY THE 73rd LEGISLATURE, 1993 Bon~ No. ?RF8096605 (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That ....... .C_ .r__. _a~_'_~t_ _. _O_~ ~t _ ~..13~.-_ .............................................................................................................................. (Here insert the name and address or legal title of the Contractor) ..................................................................................................... (hereinafter called the Principal), as Principal, and ....... _. _C~. _ _1. _O_. _.n~_'_. _e~.. _ _ _~~ _ _~. _ _L~. _ ~. _~_y_ __~_ _ ~...L~_~_ ~y_.~2 ........................................................... (Here insert the name of the Surety) a corporation organized and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto .............................. ....................................................................................................................................... (Here insert the name of the Obligee) ........................................................................................................................... (hereinafter called the Obligee), in the amount ~f~....~...e--H..~...e~---?J-~.~.~-~-u~-~.~--~-5:.~..~--H-..u~----~.-F..~.~-~.Y.-...~-.--~[~- ......... (Here insert an amount equal to the total contract price) ..................................................................................................................... Dollars ( $ _ __1:_9___2__'_5_ _5_ .0_ :__0_ _0_ _ ................ ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ................. of .................. (~.' ..................................................... 19~7___, ................. 16th ..................................................... day ril to do slope stabilization which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faith- fully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Govern- ment Code as amended by Acts of the 73rd Legislabure, 1993, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF. the said Principal and Surety have signed and sealed this instrument this 8th .......................................................... day of .......... __?~._~_ ......................................... 19_9__7__._ WITNESS: ........................................................................... (SEAL) ................................................................................................................................................................ (SEAL) (IF INDIVIDUAL OR FIRM) .... ................ ........ [] FIDELITY~D DEP~IT COMPANY OF MARYLAND [] COLON AN CASUALTY AND SURETY COMPA~IY -, .... -,T: .... -. ,,: ............. '2 ........................................ Elnora Cruthis, Attorney-in-fac-q: STANDARD FORM OF AGREEMENT As Adopted By -- THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS October 7, 1971 -- Revised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 Revised October 19, 1945 Revised April 8, 1954 Revised April 21, 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Counsel -- STATE OF TEXAS COUNTY OF Dallas -- THIS AGREEMENT, made and entered into this // day of ~r~B~'/~ , A. D. 19~~ , by and between The City of Coppell, Texas of the County of Dallas And State of Texas, acting through The Ma~or .... thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and KENKO, INC. A Minnesota Corporation of the City of Blaine , County of Hennepin -- and State of Minnesota , Part)- of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements herein- -- after mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to ___ commence and complete the construction of certain improvements described as follows: Grapevine Creek Sanitary Sewer Trunk Line - Branch I and Branch II -'- and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories _ and services necessary to complete the said construction, in accordance with ~che conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written _. explanatory matter thereof, and the Specifications and addenda therefor, as prepared by~ Ginn & Case, Inc. - Consulting Engineers -- herein entitled the ENGINEER, ea~'h of which ha~ been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Propo.qal, the General Conditions of the Agreement. and the Perf.rmance and Payment Bonds hereto attached; all of which are made .._ ii part hereof and c.llectively evidence and constitute the entire contract. SF-1 0 "~' ~'- "~ The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same -- calendar days within 540 ~6/~x~ after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. -- IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. The City of Coppell, Texas KENKO,_/I~C. ~ P~rty of the First Part (OWNER) rt~ P. . Second P-..~;~,.~.~,~.- ~. ~~ B , %. -~ ~.~ tu. ve~n ~fc-Granff,-Corpo~te ~superinte~dent~ Jill~.icGrand-S/~oboda, Corporate Secretary Bond No. 4667204 -. I~RFORMANCE BOND -- STATE OF TEXA~ cotncr OF klX Y KNOW ALL MEN BY THESE PRESENTS: That KENKO, INC. A Minnesota Corporation of the City of Blaine - - ~ounty of Hennepin , and State of Minnesota , as principM, Mld 'HARTFORD FIRE 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 CTTY OF COPPELL, TEXAS (Owner), in the penal sum of l~.~o Million Eiqht Hundred Fifteen. Thousand Five. and~o/~OOv-r~]]ar$ I~. ~ 2.815.005.50 ) for the payment whereof, the said Principal and Surety b~nd themselves, and their heirs, ___ administrators, executors, successors and assigns, jointly and severally, by these presents: __ WHEREAS, the Principal has entered into a certain written contract with the Owner, Construct Grapevine Creek Sanitary Sewer Trunk Line - Branch I and Branch II which contract is hereby referred to and made a part hereof as fully and to the same extent as il copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully -- observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, -- then this obligation shall be void; otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as ff it were copied at length herein." Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci- -- fications, or drawings accompanying the same, shall in anyway affect its obligation on this _.. *Not applicable for federal work. See "rhe Miller Act," 40 U.S.C. S270. PB-1 bond, and it doe~ hereby waive notice of any such change, extension of time, alteration or addition to the terms o! the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF. the said Principal and Surety have signed and sealed th/s instru ..... ment this // day of ~ _~'~'~t~/~ , 19 ~- KENKO, I~.// /~ HARTFORD FIRE INSURANCE COMPANY ~e Corporate Superintendent ~tle Attorney In Fact Address 1694 91st Avenue NE Address 150 S. Fifth Street, Suite 2000 Blaine, MN 55449 Minneapolis, MN 55402 COUNTERS IGNED: Robert C. Siddons, Texas Resident Agent The name and address of the Resident Agent of Surety is: Robert C. Siddons, FHANK SIDDONS INSURANCE, INC. 701Brazos, Suite 900 Austin, TX 78701 '-~ P.O. Box 2125 Austin, TX 78768 PAYMENT BOND Bond No. 4667204 STATE OF TEXAS COUNTY OF KNOW' ALL MEN BY THESE PRESENTS: That KENK0, INC. A Minnesota Corporation of the City of Blaine , County of Hennepin , and State of Minnesota , as principal, and HARTFORD FIRE 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 COPPELL, TEXAS (Owner), and in the pena] sum of Two Million Eigh~ Hundred Fifteen Thousand Five 50/lo~O_D_~r_8 ($2,815,005.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, Construct Grapevine Creek Sanitary Sewer Trunk Line - Branch I and Branch II which contract is hereby referred to and made a part hereof as fully and to the same extent as -. if copied at length herein. .... NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; · - otherwise to remain in full force and effect; .... PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shah be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying tb~ same, shad in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or ~ddition 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 instru- ment this // day of ~,c'~'~'~~ ,19 ~' KENKO, INC._ ~ fp HARTFORD FIRE INSURANCE COMPANY By By ~tle C6rporate Superintendpt T~tl* Attorney In Fact Address 1694 91st Avenue, NE Address 150 S. Fifth Street, Suite 2000 Blaine, MN 55449 Minneapolis, MN 55402 - COU~TERS IGNED: Robert C. Sid/dons, Texas Resident Agent The name and address of the Resident Agent of Surety is: Robert C. Siddons, FRANK SIDDONS INSURANCE,' INC. 701Brazos, Suite 900 Austin, TX 78701 P.O. Box 2125 Austin, TX 78768  FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~ HOME OFFICES: BALTIMORE. MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FrDELITY AND DEPOSIT COMPANY OF MARYLAND. and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, coqaorations of the State of Maryland, by C. M. PECOT, JR., Vice-Presidettt. and C. W. ROBB1NS. Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Derrell C. Dodson, Sam J. Mullis, ,Ir., Elnora Cruthis, Douglas Moore and Dee Stone, all.q~f Dallas~'.-.~exas, EACH ...... ~\~,-, ,-;~% - ......... the Irll~ and' laWfUl agent and Attorney-in-Fact of each, to m .. "'~.~ute, seal,~leliver, for, and on its behalf as surety, and its actanddeed: any and all bonds and un._~c.~.akxngsr,,~i.~CEPT bonds on behalf of Independent · · ' ~ ~' .'x "· ~-_'.-.'~ Executors, Communxty Survzvors and C~xty G~%'~. xans .......................... And'file execution of such bonds or undertakings in pu~ii~nxt~ of these...t~'~."~is, shill be as binding upon said Companies, as fully and amplv, to all intents and purposes, as if they h.a~.~~ duly ex.'and acknowledged by the regularly elected omcers of me respective Companies at their offices in Balti~n~ ~'Md., in th~.~.0~n proper persons. This power of attorney revokes that issued on behalf..D~:3errelK;-.q3.. 'Dodson, etal, dated August 8, 1994. .'..-..'-- .-..-. _x.~. ,.~'::,'?; ' ' .?..~ .: . . <..'.' ~ --.- % ~-- . . IN WITNESS WHEREOF. the said Vme,.~Pre~Rtent and .~]$tant Secretary have hereunto subscribed the,r names and affixed the Corporate Seals of the said FIDEI~$I~D D£POS.Vlj..~i-:~ "~PANY OF MARYLAND and the COLONIAL AM£RICAN CASUALTY AND SURETY COMPANY this__. ]f-~gl~ -- '"'~:' dav of January A.D. 19 96 ATTEST: ~ '"'-'7; DEPOSIT  'D COMPANY OF .ND By .................. ({~ EAi~'li AME~CAN CASUALTY ___ ............................... ........ As$istanl'~-cretary --~---~---C-~ ~t~-e~tt .... STATE OF MARYLAND COUNTY OF BALTIMOREi SS: On this__]:_8__E_h_._day of_ .... __J_a_n_u_a.r y , A.D. 19__9.6_, before the subscriber, a Notary Public oftbe State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who execumd the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and salth, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authoriv,.' and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above wxitten. My commission expires__._A_ugu._s.t__l_,_l~90_.6. ...... CERTIFICATE I, the undersigned Assistant Secretary. of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby ceftin' that the original Power of Attorney of which the foregoing is a full. true and correct copy. is in full force and effect on the date of this certificate: and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI. Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority, of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December. 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of an)' Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF. I have he.~unto subscril~d my name and affixed the corporetC.~sea~s of the said Companies, this day of____ May__ . 19. 9~7. · ,~,~crx~ -168-0184 II '" Assistant Secretar.' EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI. Section 2. The Chairman of the Board. or the President. or anx Executive Vice-President. or any of the Senior Vice- Presidents tlr Vice-Pre4dents speciall.v authorized st) to do bv the Board of Directors or by the Executive Commmittee. shall have pox~er, by and x~ iilt the concurrence of the Secretar.~ or anx one of fi~e Assistant Secretaries. to appoint Resident Vice-Presidents. Assistant Vice-Presidents and Attorney s-in-Fact as the business of the Compan3 ma3 reqt, ire. or to aulhorize any person tlr persons to execute on behalf of the Company any bond:,, undertaking, recognizances, stipalations, policies, contracts, agreemeuts, deeds.. and releases and assignments of judgements, decrees, mortgages and in~,trument.~ in the nature of inortgagcs .... and to affix the seal of the Compan3 thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI. Section 2. Thc Chairman of'the Board. or the President. or any Executive Vice-President. or any of the Senior Vice- Presidents or Vice-Presidents specially authorized so to do by thc Board of Directors tlr by the Executive Committee. shall ha,.e power, by' and with the concurrence of the Secretary or any one of' the Assistant Secretaries. to appoint Resident Vice-Presidents. Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize an3 person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds. and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." ISSUE DATE {MM ~D'YY,. CERTIFICATE OF INSURANCE THIS CERTiFiCATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND rmoson ualeman DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. & Company COMPANIES AFFORDING COVERAGE Bonds & Insurance i COMPANY 8350 N-teadow Road · Suite 181 · [)alias, Texas 75231 LETFER A Fidelity & Guaranty Ins. Undwr COMPANY INSURED ' LETTER B Fidelity & Guaranty Ins. Co. Craig Olden, Inc. COMPANY LETTER C Royal Insurance Company P. O. Box 5000 Little Elm, Texas 75068 GOMPANY .ETTER D COMPANY LETTER E COVERAGES 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 CO · TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR ~ DATE ,MM-'DD-~Y) DATE iMM.'DD.'¥Y) LIMITS A ! GENERAL LIABILITY 1TC14904521500 10/31/96 10/31/97 GENERAL AGGREGATE $ 2~000#000 X COMMERCIAL GENERAL LIABILITY I PRODbCTS-COMP.-'OP AGO $ 2 t 000 t 000 I CLAMSMADEI X iOCCUR : PERSONAL & ADV. INJU,Y $ 1,000,000 --iOWNER'S & CONTRACTORS' ~ROT. ; EACH OCCURRENCE $ 1 t 000 t 000 = ! F'RE DAMAGE ~Any one ' mi $ 50 # OOO MED. EXPENSE Ar? ~re pe~on: R AUTOMOBILE LIABILITY 1TB13150824500 10/31/96 10/31/97 COMBINED SINGLE X ANvAUTO ' LIMIT $ l~000~000 AL_ OWNED AJTOS BODILY I~JURY ' SCHEDULED AUTOS ! ~Per person) S  ,-'IIRED AUTOS ; i BODIcY INJURY $  NON-OWNED AUTOS I ,.Per acc.cert) j GARAGE LIABILITY ; · PROPERTY DAMAGE $ C EXCESS LIABILITY PHN201953 10/31/96 10/31/97 ~ EACH OCCURRENCE $ 5 # 0001000 X ~ 'UMBRELLA FORM AGGREGATE $ 5 ~ UUU ~ UUU I OTHER THAN UMBRELLA FORM B 18-70065-96-4 10/31/96 10/31/97- X ismAmUTORYLiUlTS WORKER'S COMPENSA~]ON I EACH ACCIDENT $ 500 # 000 AND DiSEASE--POLICY LIMIT $ EMF%OYERS' LIABILITY DISEASE--EACH EMPLOYEE $ bOO ~ UU0 OTHER DESCRIPTION OF OPERATIONS/LOCATION~EHICLES/SPECIAL ITEMS All Operat ions in Texas CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Coppell EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO P. O. Box 478 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Coppell, Texas 75019 LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE b~ OBLIGATION OR Attn: Garreth Campbell LIABILITY OF ANY KIND UPON THE COMP~NTS Q~/"REPRESENTATIVES· AUTHORIZED REPRESENTATIVE ~~'/'~---- / PRODUCER Tills CERTIFICATE IS ISSUED AS A MATFER OF INFORMATION ONLY AND CONFERS NO RIGIITS UPON TIlE CERTIFICATE IIOI.DER. Tills CERTIFICATE DOES NOT AMEND. EXTENT) OR ALTER TIIE COVERAGEAI'TORDEDBYTIIE POLICIES BELOW R. L. Youngdahl & Associates COMPANIES AFFORDING COVERAGE 10261 Yellow Circle Drive COMPANY CNA Insurance Minnelonka, MN 55343 I.F'rrER COMPANY' LETTERB CNA Insurance INSURED COblPANY Ll~'rrER C Federal Insurance Co. KENKO, INC., ETAL COMPANY CNA Insurance 1694 91st Ave NE LETTER COMPANY Blaine MN 55449 LgFrEEE Zurich Insurance Co. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LI~TED BELOW HAVE BEEN ISSUED TO TIIE INSURED NAMED ABOVE FOR TIIE POLICY PERIOD INDICATED. NOTWTrHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUblEN'r V~TI'H RESPEC'T TO WHICH Tills CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, Tile INSURANCE AFFORDED BY TIlE POLICIES DESCRIBED HEREIN IS SUBJF. CT TO AI.L TIIE TERMS, EXCLUSIONS AND CONDITIONS OF SUCil POLICIES. LIMFVS SIIO~VN MAY IIAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFF. POLIC~' EXP. TYPE OF INSURANCE ?OLICY NL'.'MBER LIMITS ~TR DATE (MM,DDf't~') DATE (MM/DDDf'V) A GENERAL LIABILITY 900758498 7/16/94 7116/95 GENERAL AGGREGATE 1000000 X COMM. GENERAL LIABILl'l~' PROD-COMP~OP AGG. I000000 ]CLAIMS MADF. I~occ. PEIC~. & ADV. INJURY 1000000 OWNER'S & CON'I'RACF'S PROT EACII OCCIURRENCE 1000000 FIRE DAMAGE{One Fire) 50000 MED. EXP. lOne P~r) 5000 B AUTOMOBILE LIABILITY 00075802 7/16.:94 7/16/95 ¢OM~INEDSINGL£ 1000000 X AN3,' AL'TO LIMFF ALL OWNEI) ALrrOS BODILY INJURY SCHEDULED ALrFOS (Per per,on} X IIlREI) ALl'OS BODILY INJURY ~ NON-OWNED ALTOS {Per accident} GARAGE LIABILITY PROPERTY I)AMAGE C ~.xc£ss LIABILr~,' 79723134 7/16,'94 7/16/95 S:ACH OCCURRENCE 15000000 X ]UMBRELLA FORM AGGREGATE 15000000 tA'OBKERS' COMPENSATION EACH ACCIDEN'r 500000 AND DISEASE-POL1CW I,IMIT 1000000 EMPLOYER'S LIABILI'rY DISEASE-EACH EMP. 500000 E OTImR IM660599700 7."16/94 7q6/95 BUILDERS RISK $15000000 LIMIT ALL RISK PER FORM DESCRIFFION OF OPERATIONS.q. OCATIONS,¥EIHCLES/SPECIAL ITEMS CITY OF COPPELL SHALL BE AN ADDITIONAL INSURED RE GRAPEVINE SANITARY SEWER TRUNK LINE ::': SIIOLII.D ANY OFTIIE ABOVE DESCRIBED POLICIE'S BE CANCEl. LED BEFORE TIlE EXPI RA'FION DATE TllEREOF, THE ISSUING COMPAN3' WIl. I. ENDEAVOR TO CITY OF COPPELL LEFT, BLT FAILURE TO MAIL SUCII NOTICE SIIALL IMPOSE NO OBLIGATION OR 255 PARKWAY BOULEVARD LIABII. ITY OF AN'Y KIND UPON TIlE COMPANY, ITS AGENTS OR REPRESEN'FATIVES. COPPELL, TEXAS 75019 ,~L'rIIORIZED R I A( oP.m. CERTIFICA'I c OF INSURANCE [ 07/14/94 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. R, L, YOUNGDAHL & ASSOCIATES COMPANIES AFFORDING COVERAGE :1026:1. YELLOW CIRCLE DRIVE ,: MINNEAPOLIS MN 55343 COMPANY i LETTERA ! CNA INSURANCE CO, i COMPANY B I iNSURED LETTER FEDERAL INSURANCE C0o COMPANY C KENKO, INC, ET AL LETTER STATE COMPENSATION INS o FUND 1694 91ST AVENUE N,E, COMPANYD BLAINE, MN 55449 LETTER ZURICH INSURANCE CO, COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO'I'WITHSTANDING 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. POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE (MMIDD/YY) DATE (MM/DDIYY) A GENERAL LIABILITY GENERAL AGGREGATE 3 1000000 X COMMERClAL GENERAL LIABILITY 900758498 07/16/94 07/16/95PRODUCTS-COMP!OPAGG. 3 1000000 CLAIMS MADE X OCCUR. PERSONAL & ADV. INJURY $ I 000000 OWNER'S & CONTRACTOR'S PACT. EACH OCCURRENCE $ 1000000 X INCLUDES EXPLOSION, COLLAPSE, FIRE DAMAGE (Any one fire) $ 50000 ~ UNDERGROUND COVERAGE MEO. EXPENSE {Any one person) 3 5000 AUTOMOBILE LIABILITY COMBINED SINGLE S A X ANY AUTO LIM!T 1000000 075850Z.,** 07/16/94 07/16/95 BODILY INJURY X ALL OWNED AUTOS 00 ~ ~,,,v~.. 3 X SCHEDULED AUTOS .~' ~ ~'~r'~ '~lt ·~ (Per person) X HIRED AUTOS ~,~,i, ~',~~ '~ BODILY INJURY 3 X NON-OWNED AUTOS (Per accident) X GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE 315000000 B X UMBRELLA FORM 79723124 07/16/94 07/16/95AGGREGATE 315000000 OTHER THAN UMBRELLA FORM STATUTORY LIMITS A WORKER'S COMPENSATION 700758499 07/16/94 07/16/¢~5EACHACC~DENT $ 500000 AND DISEASE--POLICY L=MIT $ 1000000 EMPLOYERS' LIABILITY DISEASE--EACH EMPLOYEE $ 500000 C OT.I~ORKERS COMP, 770581793 07/01/94 07/01/95 STATUTORY COVERAGE -CALIFORNIA D BUILDERS RISK IM6605997-01 07/16/94 07/16/95 $15,000,000, LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS A CONTRACTORS EQUIP 501111715 07/16/94 07/16/95 $500,000 LEASED EQUIP, CERTIFICATE HOLDER IS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR RE: GRAPEVINE SANITARY SEWER TRUNK LINE ! CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I CITY OF COPPELL EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P o 0 o BOX 478 MAIL 60 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE '"'"'"'""'''bUt'FELL,'""/~. 75019 LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ATTN: CITY ENGINEER LIABILITY NTS OR REPRESENTATIVES. AUTHORIZED ACORD 28-S (7/90) ©ACORD CORPORATION 1990 R.L. YOUNGDAHL & ASSOCIATES, INC. August 17, 1994 Mr. Gareth Campbell City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 RE: KENKO, INC. GRAPEVINE SANITARY SEWER TRUNK LINE Mr. Campbell: Cindy of Kenko's Dallas office phoned today indicating you had not received a renewal certificate of insurance for the mentioned project. I am enclosing a new one, as well as a copy of the one that went out on 7/14/94 to the attention of the City Engineer. That first one evidently did not reach you. If you have additional questions at all, please don't hesitate to contact our office. Thank you. Sincerely, ~~Broeckel KB/di Enclosures CC: Cindy, Kenko, Inc. Dallas, Texas 10261 Yellow Circle Drive - Minnetonko, MN 5.5343-9307 - 612-9,53-7488 - 800-888-.5324 · Fax: 612-933-0916 ~r~rtea on ;ecyc:ecl D~per CERTIFICATE O' INSURANCE ISSUE DATE ,MM DD'YYi PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF IhFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER· THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW· ..........'-'" ! ' ~.- "" :": :~'-' ( ...... "':~ ........ COMPANIES AFFORDING COVERAGE COMPANY LETTER B C 0 M PA N Y ~ETT---R C ........... I~ ,..: -. ...... LET-ER D COMPANY LE~I-ER E COVERAGES 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 POLIC!ES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR DATE MM ~D YY. DATE :MM nD Y¥, GENERAL LIABILITY GENERA_ ~GG=:EG-~E '~. (:) ('~; ~'~ OWNER S & 3$NT-%AC-CR'S =~3T EACH DOC JEClENCE :~. '--.'.') (> (> AUTOMOBILE LIABILITY COMEIN=D s hG_E ~. SCNEDULED AJT:3S ~P~' s~r~,3" INJURY ~< I',CN-OWNED A~TOS :Pe' ac~: ceq: DAf,IA~E EXCESS LIABILITY EACH AGGREGATE OCCURRENCE WORKER'S COMPENSATION STATUTORY EMPLOYERS' LIABILITY J 0 -(.) (.'": I:: SEASE-POJCv tl'.ll-: .-:~ ~.-'~ ¢--; D'SEASE-EA~H Eb'=LOVEE OTHER DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES'RESTRICTIONS-SPECIAL ITEMS ..., ....-,, i'\ i"i ~.~ .............. - ..................... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CO~PELL TX EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR ~ O $O~ 478 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LIABILITY OF ANY KIND UPON ~~TIVES AUTHORIZED REPRESENTATIVE ATTN: KEN GRIFFIN CITY ENGINEER A(, (HIIIk CERTIFICAT... OF INSURANCE ,SSUEDATE.'r.,,,'DO .... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORM ND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. '~'II~II~ERT]FICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE A~BY THE POLICIES BELOW. R, L, YOUNGDAHL & ASSOCIATES COMPANIES AFFORDING COVERAGE 10261 YELI_O~ CIRCLE DRIVE MINNEAPOLIS MN 55343 COMPANY LETTER A CNA INSURANCE CO, COM=ANY INSURED LETTERB FEDERAL INSURANCE CO, COMPAXY C KENKO, INC, ET AL LETTER STATE COMPENSATION INS, FUND 1694 ?iST AVENUE N,Eo CO~,~PANVD BLAINE, MN 55449 LETTER ZURICH INSURANCE CO, COMPANY E LETTER COVERAGES 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. CO POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE ,MM'DO.YY, DATE ~MM.'DD.'yvl A GENERAL LIABILITY GENERAL AGGREGATE 5 1000000 X COMMERC'ALGENERALLIABLiTY ?007584?8 07/16/74 07/16/?5=PODJCTS-CC'.¢P.'CP~GG. ~- 1000000 CLAIMS MADE X occJ~.. PER SO.", AL & AD','. ;N, b qv S 1000000 OWNER'S & CONTR.ACTOR'S PROT. EACI- OCC~ ~RENCE 5 I 000000 X INCLUDES EXPLOSION, COLLAPSE, FREDAMAGE,A~:,-oneh'ei 5 50000 & UNDERGROUND COVERAGE MED EX=ENSE.An:,'cqese'sor, S 5000 AUTOMOBILE LIABILITY COMB NED SINGLE A X ANY AUTO ~. ',liT 1000000 X ALL OWNED AUTOS 00075850~ 07/16/74 07/16/95 BODMV IXlJbRY X SCHEDJLED AJTOS :Pe- X H RED AUTOS BODILv I"J..JRY X NON-OWNED AUTOS :::'er acc~cen'.. X GARAGE LIABILITY PROPERTM DAMAGE EXCESS LIABILITY EACH OCCURRE',CE s15000000 B X UMBRELLA FORM 7?723124 07/16/94 07/16/75 AGGREGA-E S15000000 OTHER TrAN UMBRELLA FORM STATUTO::Iv L MFS WORKER'S COMPENSATION A 700758499 07/16/74 07/16/75EACr' ACCIDENT S 500000 AND DISEASE--°OL'C~ LI'"'H~ $ 1000000 EMPLOYERS' LIABILITY DISEASE--EACH EMPLOYEE S 500000 C OTHli~0RKERS COMP. 7705817?3 07/01/94 07/01/75 STATUTORY COVERAGE -CALIFORNIA D BUILDERS RISK IM6605777-01 07/16/94 07/16/95 $15,000,000, LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES;SPECIAL ITEMS A CONTRACTORS EQUIP 501111715 07/16/94 07/16/75 $500,000 LEASED EQUIP, CERTIFICATE HOLDER IS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR RE; GRAPEVINE SANITARY SEWER TRUNK LINE CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO=~E THE CITY OF COPPELL EXPIRATION DATE THEREOF. THE ISSUING COMPANY W~LL ENDEAVOR TO P, 0, BOX 478 MAIL 60 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE COPPELL, TX 75017 LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ATTN; CITY ENGINEER LIABILITY OF~~ ~1 THE (~NY. II¢~AGE NTS OR REPRESENTATIVES. AUTHORIZED~~~~ ~ ~' ~ -~' ACORD 25-S (7~90) ~ ,= % .~' ~.ACORD CORPORATION 1990 R.L. YOUNGDAHL & ASSOCIATES, INC. July 13, 1994 ATTENTION: INSURANCE ADMINISTRATOR PUBLIC WORKS DEPARTMENT RE: KENKO, INC. CONTRACTOR Dear Sirs: Enclosed, please find an updated Certificate of Insurance as of the July 16, 1994, policy renewal date. The construction project underway is listed under the description of operations section. If questions arise, please feel free to contact us directly at 800-888-5324. Frank K. Norante Marketing Director FKN/bs Enclosure: 10261 Yellow Circle Drive - Minnetonka, MN 55343-9307 - 612-933-7488 * 800-888-5324 o Fax: 612-933-0916 ~'i~*.ea on recyc~d oaper ~..=~._=.=~ .~_ JUL ! 7 !995 $ond No. 240059. N~ , BY KEN'KO, INC KNOW ~LL .~_N ~ESE PRESENTS, that Ne, · (hereinafter called the "PrincipaL"), as °~n~ioal, and HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation of Hartford, Connecticut (hereinafter called the "Surety."), as Suretv,~ are held and =irm!y bound unto the City of Coppell, Texas (hereinafter called :he "~'oDl~gee .... ~, as Obligee in the amount of Two Million Eight Hundred Fifty-Six Thousand One Hundred Fifteen and 50/10~$ 2,856,115.o~Ofor the patient of which =-r_~ well and tru±v- to be made, we, the said Principal, and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fiz-miv by these presents. Sealed with our seals and dated this 14th day of July , 19 95 iCF~REAS, the said Principal has heretofore entered into a contract with City of Coppell, Texas for Construct Grapevine Creek Sanitary Sewer Trunk Line Branch I and II and, ~K~EREAS, the said Principal is required to guarantee to the City of Coppell, Texas said contract against possible future repairs or replacement costs because of defaults in materials or workmanshi~ which may develop during the period of Two ( 2 ) ve=~(=) from t:~ dar~ of acceotance of said work under said contract. This bond shall be effective from January i0, 1995 to January 10, 1997 NOW, THE~FO~, if the ~ncioa! shall reoair any defects in said work occasioned by and resulting from defec:s in maneriais furnished by, or wor~anship of, the Principal in the perfo~ing of the work covered by said contract, occurring within a period of Two (2) year(s). ~ft~~ date .~_ acceptance, of said work bv~ the Obligee, then this obligation shall be null and void, othe~ise to remain in full force and effect. Witnesses: ~~~~ K ENKO, INC~ ~,,i' :..~~ .... C...-.{~'; ~ n'~F~~j o;p or% te '"Sum er intend ent ~RTFORD FIRE By: "0, I Bruce N. Telander, Attorney In Fact ~¢I~NOWLEDGEMENT O~ CORPORATION Sca~e of Minnesota )ss. On chis 14th dayof July 19 95 County of Hennepin ) before me appeared Luvern McGrand ~o me personally known, who, being by me duly sworn, did say chac he is the__ Corporate Superintendent of KENKO, INC. , a corporation, ~hac c,~e seal affixed co the foregoing instrument is the corporate seal of said corporarion, (if no seal, so s~a~e, and s~rike out ~e as to co~ra~e seal) ~d rhac said insr~en~ was executed in behalf of said corporauion b7 aurhorir7 of ics Board ofDireccors; ~d tha= said Luvern McGrand ac~owled~ed said ins~enu co ~e che free acr ~d deed of said corporarion. ACKNO~CLEDGEMENT OF CORPORATE SURETY State of Minnesota ) )ss. On ghis 14th da7of July 19 95 Count}, of HenneDin ) before me appeared Bruce N. Telander :o me personally known, who, being by me duly sworn, did say ~ha~ he is the Arrorne),- in-Facr of HARiFORD ~'IRE INSU~NCE COMPANY , a coruora~ion. zha~ u~he seal affixed co ¢he forefoinf ins¢~en~ is the corporate seal of said corporauion ~d u,Sar said ins¢r~en¢ was executed in behalf of said corporation by au¢hori~7 of i~s ~oard of Directors; ~d char said Bruce N. Telander ac~owied~ed said insr~enc ¢o be she free act ~d deed of said co~orarion. ~ . ~ .~:'"'~', ...:~':~, i,-.~.,a~9o~A ~ Noc~ tPublic Co~, HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporatlcn d,(y organized under the laws of the State of Connecticut. and having its principa! office in the City of Ha~ord, County. of Hardord. State of Connecticut, does hereby me. ke, constitJte and appoint BRUCE N. TELA~¥DER, JOHN P. ,FIARTINSI~'~; GARy 5. SODERBERG, DONALD R. OLSON, R. SCOTT EGGINTO,'v; R. I~: FRANK, DENNIS J. LINDER, MARY L. CHARLES, JOHN E. TAUER and RENE G. MAAS of MINNEAPOLIS, ML'~?V'ESOTA its true and ,awfu; Attcrney(s)-;n-Fact, wit.'~ ful; power and author:.t! to each cf said At:orney(s)-~n-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and ¢,[I Don(is and unde.'iakings and other writings ob:igatory in the nature thereof on benaJf of the Company in its business of guaranteeing the fideli.~' of persons holding p~&ces of public Or private trust; guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are acceptec by states and municipalities, and executing or guaranteeing ~3onds and undertakings required or permitted in a;I actions or proceedings or by law allowec, and to b.ed the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bends and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms al~ that its said Atlorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the roi;owing provisions: (1) By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly calle6 and held o,~ the 9th day of March, 1971. ARTICLE IV SEC%ON 8. The Presicent or any Wce-Presiden'., ac~.nG with any Secreta~,' or .Assis:an'. Secretary, snail have Ix~wer and au~ority to appoint, fo: purF.,cses only cf executing and attesting bonds and underta~:gs anc other writings obligato,'y ~'~ the na.~re therecf, one or more Resident Vice-P.'es~en:s. Resicen! Ass!s:ant Secreta~es and A,':orneys-in-Fact and at any time to remove any SUCh ResMent V~ce-President. Res~denr Assis:an'. Secretary, or A.1omey-in. Fact, and revoke the power and authority Given to him. SECTION ". 1. A.~om eys-in-Fact shall nave power and a::horit¥ sumac1 to the terms and lim:.:ati~s of the power of attorney issued to t,hem, to exact;re aha deliver On behalf of ~ne Company and to attac~ '.he seal of '~'.e Company there[c, any and a;I bonds and undertakings, and other wnt~ngs ob,igatory in the nature thereof and any such instrument executed by any such At:orney-in-Fa~ shall be as binding upcn d'e Company as if signed by a~" Exact;tire O~[cer and sealed a.'~d a~ested by one cther of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and heid on the 12th day of Februa~, 1993. Resolved. '¢.at the signatures of such Officers and the sea: cf '.he Company may bo affixed to any such p~wer of attorney or to any certif;cate re!atiqc L'~ere:o Py facsimile, and any such power of al'~mey or certificate Deadn[; such facsimile s~na:ures or facsim, le sea! shall be valid and bindinG upon th~ Company anc any such pcwer so execute~ an(~ cerbfied by facs!mi~e signatures and f&csimi;e seal shall be va;id and binding [.~on the Company ~n the ~4.:Jre with respect :o any oonc or undertaking to w~ich it is at.ached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vice-President. and its corporate seal to be hereto affixed, duly attested by its Secretary, this 19th day of January, 1994. HARTFORD FIRE INSURANCE COMPANY Attest: Ri=hard R. Herr=.anscn Secretary Robe~ N. H. Saner STATE OF CONNECTICUT ~ ~?ce-Pres~denr SS. COUNTY OF HARTFORD On this 19th day of January, A.D. 1994, before me personally came Robert N. H. Saner, to me known, who being by me duly sworn, did depose and say: that he resides in the County of HaJ'tford, State of Connecticut; that he is the Vice-President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by orcer of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT ~ . ! -- "~ Nota~ Public COUNTY OF HARTFORD ~ / My Comm;seion Expires Marc.", 31. 1999 CERTIFICATE I, the undersigned, Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and a~ached POWER OF ATTORNEY remains in full force and has not been revoked; and fur'[he;more, that the Resolutions cf the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the ]-Z~ t:~ day of J't.t'l y 19  DaviC A. Johnson Form S-3507-8 (HF) Pd. ntec in U.S.A. /~sisran,! Secreta~'/ ~~. The Hartford Hartford Plaza Bond Status Inquiry THE HARTFORD H.-.~,~r~ C,';r?:~c~!cut CITY OF COPPELL P.O. BOX 478 Bona No. 4667204 COPPELL, TX 75019 Your No. Contractor ! Address KENKO, INC. ii 1694 91ST AVE. NE, BLAINE, ~ 55449 Descnpt~on of Contract CONSTRUCT GRAPEVINE CREEK SANITARY SEWER TRUNK LINE BRANCH 1 AND 2 Owner CITY OF COPPELL Contract Pnce Bond(s) Effective Date $2,815,005.50 ' 100% PAY. & PERF. . 12/1992 Without prejudicing your nght or affecting our liability under our bond(s) described above, we would appreoate the following information. Yours very truly, HARTFORD INSURANCE GROUP Robert N H. Sener If Contract Completed, Please State: Assistant V~ce-Pres~,.lent Apprommate completion date ! Apprommate acceptance date IFinal Contract Pnce Contract Uncompleted, Please State: A rox=.~t~l~,~ount completed (% or amount, t, ,, )<.Are there any c!a, ms. assignments or liens on file? [] Yes ~'No Il ia underetood that the inlormeti~l ¢onta#l~d merely an expreseloll of opiniol~. It le also ~l'eed that In furni~lling thil informetio~, no guel~nty or ~errenty of accureey or correctness ,s made end no resl~3ntibility le eeeum~l ae a result of reliance by the surety, ~hether such information le furni~J~ed by the owner o¢ by an architect or engineer as the ~t ~f the Rem arks: Date s l, l'w- ow... c.:f Return tms inqui~ ~n the enclo~ By ~} ._ _ se~-ad~ress~, stam~d envel~ to: ~ ~ ~ ~ /~ ~ ~ ~~ HARTFORD INSU~NCF GROH~ Tree · ~ ~~ 215 SH~ BLVD NAPERVILLE, IL 60563 F~ ~ Print~ ,n U.S.A. This f~m ~s accept~le to The S~-rety As~at~on of Amenc~ TABLE OF CO~ FOR GENERAL CONDmONS OF AGREEMENT 1. Definition of Terms Page 1.01 Owner, Contractor and Engineer ...................... G-! 1.02 Contract Documents .......................... G-! 1.03 Sub-Contractor . .. .......................... _ 1.04 Written Notice ............................ G-1 1.05 Work ................................ G-1 1.06 Extra Work .............................. G-1 -- 1.07 Working Day ............................. G-! 1.08 Calendar Day ............................. G-1 1.09 Substantially Completed ......................... G-1 2. Responsibilities of the Engineer and the Contractor _ 2.01 Owner-Engineer Relationship ....................... G-2 2.02 Professional Inspection by Engineer .................... G-2 2.03 Payments for Work ...................... , ..... G-2 -- 2.04 Initial Determinations .......................... G-2 2.05 Objections .............................. G-2 2.06 Lines and Grades ........................... G-2 -- 2.07 -Contractor's Duty and Superintendence ................... G-2 2.08 Contractor's Understanding ........................ G-3 2.09 Character of Workmen ......................... G-3 2.10 Contractor's Buildings ......................... G-3 2.11 Sanitation .............................. G-4 -- 2.12 Shop Drawings ............................ G-4 2.13 Preliminary Approval .......................... G-4 2.14 Defects and Their Remedies ....................... G-4 .2.15 Changes and Alterations ......................... G-5 _ 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible ................ G-5 3.02 Ownership of Drawings ......................... G-5 -- 3.03 Adequacy of Desigu .......................... G-5 8.04 Right of Eutry ............................. G-5 8.05 Collateral Coutracts ........................... 0-5 -- 3.06 Discrepancies and Omi~ions ....................... G-5 3.07 Equipment, Materials and Construction Plant ................. G-5 3.08 Damages ............................... G-6 3.09 Protection Against Accident to Employees and the Public ............ G-6 3.10 Performance and Payment Bonds ......................... 3.11 Losses from Natural Causes ............................ G-6 3.12 Protection of Adjoining Property ......................... G-6 3.13 Protection Against Claims of Sub-Contractors, Etc ................. G-6 3.14 Protection Against Royalties or Patented Invention ................ G-7 3.15 Laws and Ordinances ............................... G-7 3.16 Assignment and Subletting ............................ G-7 3.17 Indemnification ................................. G-7 3.18 Contractor's Liability Insurance ......................... G-8 3.18.1 Certificate of Insurance ............................. 4. Prosecution and Progress 4.01 Time and Order of COmpletion .......................... G-8 4.02 Extension of Time ................................ G-9 4.03 Hindrances and Delays .............................. G-9 5. Measurement and Payment 5.01 Quantities and Measurements ........................... G-9 5.02 Estimated Quantities ............................... G-9 5.03 Price of Work ................................... G-9 5.04 Partial Payment .................................. t3-10 5.05 Use of Completed Portions ............................ 13.10 5.06 Final Completion and Acceptance ........................ G-10 5.07 Final Payment .................................. G-10 5.08 Payments Withheld ................................ G-10 5.09 Delayed Payments ................................ G-Il 6. Extra Work and Claims 6.01 Change Orders ................................... 13,11 6.02 Minor Changes .................................. G-II 6.03 Extra Work .................................... G-II 6.04 Time of Filing Claims .............................. G-12 6.05 Arbitration ..................................... G-12 7. Abandonment of Contract 7.01 Abandonment by Contractor ........................... O-13 7.02 Abandonment by Owner ............................. G-14 -- GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement and are referred to throughout the-Contract'Documents as if singular in number and masculine in gender. - - The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI- NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the ENGINEER and the CONTRACTOR. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof incorporated in any of the documents before the execution of the agreement. -- The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment .. _ Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors. Technical Specifications, Plans, and General Conditions of Agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only' those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in oerson to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered, mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin- ' - cry, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel. transportation and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both .. workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood to mean and include all work that may be required by the ENGINEER or OWNER to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S Proposal, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being · - excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to ser~e its intended purpose, but still may require minor miscellaneous work and adjustment. G-1 ~ .....~-- ~- 2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR 2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OV~ER'S representative during construction. The duties, responsibilities and limitations of authority of the ENGINEER as the OWNER'S representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER w'ill advise and consult with the OWNER, and all of OWNER'S instructions to the CONTRACTOR shall be iSSued through the ENGINEER. 2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make periodic visits to the site to familiarize himself generally with the progreSS of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the ENGINEER shall not be responsible for making an~.' detailed, exhaus- tive. comprehensive or continuous on-site inspection of the quality or quantity of the work or be in .~ny way responsible, directly or indirectly, for the construction means, methods, techniques, se- queaces, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document. the ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation perform- ing or attempting to perform any of the work. 2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications (or payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC- TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such approva, l of an application for payment to CONTRACTOR shall not be deemed as a representatior, by ENGINEER that ENGINEER has made any examination to determine how or for what purpose CONTRACTOR has used the moneys paid on account of the Contract price. 2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims, disputes and other matters in question between the CONTRACTOR and the O~,,'NER relating to the execution or progreSS of the work or the interpretation of the Contract Documents and the ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI- NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the ENGINEER within thirty days his written objection to the decision, and by such action may reserve the right to submit the question so raised to arbitration as hereinafter provided. 2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be furnished by the ENGINEER or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the CO~NTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR shall give the ENGINEER ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careleSS destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the CONTRACTOR'S expense. 2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary aSSistants. The superintendent shall represent the CONTRACTOR in his absence and ali directions given to him shall be as binding as if given to the CONTRACTOR. ... The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-- ecs and other persons, as well as for the protection of the safety of the improvements being erected and the property of himself or any' other person, as a result of his operations hereunder. Engineer- ing construction drawings and specifications as well as any additional information concerning the work to be performed passing from or through the ENGINEER shall not be interpreted as requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy' of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety' precau- tions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during ~:onstruction, or any clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen- tative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety 'of means and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC- TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON- TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encoun- tered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can ~.n any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the ENGINEER'S written consent. 2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the erection of tents or other forms of protection, will be permitted only at such places as the ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures shall at all times be maintained in a manner satisfactory to the ENGINEER. 2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRAC. TOR in such manner and at such points as shall be approved by the ENGINEER, and their use shall be strictly enforced. 2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt- ness, making desired corrections. The CONTRACTOR shall make any corrections required by the ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for 'errors of any sort in shop drawings or schedules. It shall be the CONTRAC- TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. 2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the obligations of this contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described, and in full accordance with the plans and specifica- tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective work or material shall release the CONTRACTOR from the obligations to fully and .properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC- TOR, inspect and accept or reject any material furnished, and in event the material has been once accepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination, by the ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for said work, ali expense of removing, re-examination and replacement shall be borne by the CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and shall be paid for by the OWNER; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain w~rk, should the CONTRACTOR proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the ENGINEER. 2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci- fications, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER may make such changes and alterations as the OWNER may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. G-4 ¢ ......~. If such changes or alterations diminish the quantity of the work to be done, they shall not -- constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay- meat." If the amount of work is increa~d, and the work can fairly be classified under the speci- --- fications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid for as provided under Extra Work. In case the OWNER shall make such changes or alterations as -'- shall make useless any work already done or material already furnished or used in said work, then the OWNER shall recompense the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation --' for the work as originally planned. 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa. ~e constantly accessible on the work, with the latest revisions noted thereon. -- 3.02 OWNERSHIP OF DRAWINGS. All drawings, specificaiia~s and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are .... the property of the OWNER. 3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for the adequacy' of the design, sufficiency of the Contract Documents, the safety' of the structure and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications -- thereof, and additions and alterations thereto approved in writing by the OV~ER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved __ additions and alterations thereto. 3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or instal]ed, by such agent or agents as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said OWNER may desire. - - 3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically' excluded from this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC- _~ TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally' accepted practice, and in the event of any' discrepancies between the separate contract documents, the priority' of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, .... specifications or drawings, the ENGINEER shall define which is intended to apply to the work. 3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CON~FRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or nor paid for such work, until the entire work is completed and accepted. 3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple- tion of the work by the act, neglect, omission, mistake or default of the OV,7~ER, or of the ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. thereby "- causing loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence, omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an independent contractor. 3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this Contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such performance and payment bonds are furnished and -- approved by the OWNER. Unless otherwise approved in writing by the OWNER, the surety company underwriting the bonds shall be acceptable according to the latest list of companies holding certificates of authority - from the Secretary of the Treasury of the United States. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the CONTRACTOR'S proposal. 3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual --- obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under _ this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OIh~ER and ENGINEER against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER- IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC- TOR agrees that he will indemnify and save the OW,'NER and ENGINEER harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails so to do, then the OP, rNER may at the option of the CONTRACTOR either pay directly any unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such -- lawful claims until ratisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this mntence be construmi.to impo~ any __ obligation upon the OWNER by either-the CONTRACTOR or his Surety. 3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON- TRACTOR shall pay all royalties and license fees, and shall provide for the use of any d~ign, -' device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee er owner. The CONTRAC1X)R shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and rave the OWNER and ENGINEER harmless .... from any loss on account thereof, except that the OWNER shall defend all auch suits and claims and shall be responsible for all such loss when a particular design, device, material or proc~s or the product of a particular manufacturer or manufacturers is specified or required by the ~)WNER; _.. provided, however, if choice of alternate design, device, material or process is allowe~t to the CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmless from any loss on account thereof. If t~:e material or process specified or required by the OWNER is an infringe. ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such -- information to the OWNER. 3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply -- with all Federal, State and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER against any claim ari-~ing from the violation of any such laws, ordinances, and regulations whether by the __ CONTRACTOR or his employees, except wliere such violat'ions are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any nece~.~y changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC- -- TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the ENGLNEER, he shall bear all costs arising therefrom. In case the OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the -- ~ame regulates the objects for which, or the manner in which, or the conditions under which the OWNER may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not ~sign by Power of Attorney, or otherwise, or sublet raid contract without the written consent of the ENGINEER, and that no part or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance .... of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as provided by this Agreement. ..... 3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmlesz the OWNER and the ENGINEER and their resoective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable __ attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense: (l) Is attributable to bodily injury, sickness, disease or death or to injury .... to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, (2) Is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or instructions by the ENGINEER, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. 3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the Contract, whether such operations be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) Workmen'b compensation claims, disability benefits and other similar employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual bodily injury liability coverages; (3) Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees, and claim-~ insured by usual bodily injury liability coverages; and ' (4) Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. a.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC- TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER. The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering all sub.contractors. 4. PROSECUTION AND PROGRESS 4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized. The CONTRACTOR shall submit, at such times as may reasonably be requested by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. G-8 ~ ', '"" '""" ~ '"' -- "4.02 'EXTENSION OF TIME. Should the CON'I'RACTOR be delayed in the completion of the work ~oy .any act or neglect of the OWNER or ENGINEER, or of any employee of either, or by other, contractors employed by the OWNER, or by changes.ordered in the work, or by Strikes, lockouts, fires, and unusual delays by common c~rriers, or unavoidable cause or causes beyond the CONTRACTOR'S control, or by any cause which the ENGINEER ~hall decide justifies the 'delay,' 'then an extension .of time shall be allowed for completing the .work, sufficient to compensate for the delay, the amount-of the extension to be determined.by the ENGINEER, --- provided, however, that, the CONTRACTOR shall give the ENGINEER prompt.notice in writing of the cause of such delay. _ .' 4.03' HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for damages-resulting from hindrances or delays from any cause (except where the work iz stopped by drder of the O~,~ER) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. _. ~ 5. MEASUREMENT AND PAYMENT .... .. 5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material "' to 'b~e furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. lit is understood and agreed that the actual amount of work to be done and material to be furnished .... Under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. _ _ Where payment is based on the unit price method, the CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal: ~ro.vided, however, that in case the actual quantity of any' major item should become as much 'as 20% morb than, or 20% less than the estimated or contemplated quantity* for such items, then 'either party' to this Agreement, upon demand, shall be entitled to a revised consideration upon the -- portion of the work above or below 20% of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that ..... :has a ~otal costequa] to or greater than five (5) per cent of the total contract cost, computed on the '_basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise "- )?'i'.'the term.s, of this Agreement, as provided under "Extra Work." "~'" 5'.03 'PRICE OF WORK. In consideration of the furnishing of all the necessary labor, equ'ipment and material,', and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this Contract in full !~:onformity with the specifications and stipulations herein contained, the OWNER agrees to pay __ the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly' performing the same and the whole thereof in the manner and according to this Agreement. 5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER for approval or modification a statement showing as -- completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less I0 per cent of the amount thereof, which 10 per cent shall be retail~ed until final payment, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may--upon written recommendation of the ENGINEER--pay a reasonable and equitable _ portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S option, may be relieved of the obligation to fu!!y complete the work and, thereupon, the CON- TRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." --- 5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may determine. The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion, the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC- TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER will review the CONTRACTOR'S list of unfinished work an~l will add thereto such items as the CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall ' not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents .... 5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON- TRACTOR has given the ENGINEER written notice that the work has been completed, or substantially completed, the ENGINEER and the OWNER shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC- TOR in writing of the reason for non-acceptance. 5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI- NEER shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the .... 35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR under the terms of this Agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said .... performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warranty which may be required. 5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be n(~cessary to protect himself from loss on account of: -- (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating probable filing of claims. (c) Failure of the CONTRACTOR to make payments properly to sub- contractors or for material or labor. -- (d) Damage to another contractor. (e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. _q (f) Reasonable indication that the work will not be completed within the contract time. When the above grounds are removed or the CONTRACTOR provides a Surety Bond -'~ ~tisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment ~hall be made for amounts withheld because of them. -- 5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC- TOR of the sum named in any partial or final statement, when payment is due, then the O~,~ER shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as -- provided under "Partial Payments" and "Final Payments," until full.; paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right is expressly reserved to the CONTRACTOR in the event payments be not promptly made, -- as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned by the OWNER and recover compensation, as provided under "Abandonment of Contract," unles~ such payments are withheld in accordance with the provisions of "Payments Withheld." 6. EXTRA WORK AND CLAIMS _ 6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by the ENGINEER for execution by the and the CONTRACTOR. The Change Order shall set forth the basis for any change ir, contract ' - price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the CONTRACTOR shall refuse to execute a Change Order which has been .... prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein- _.- after provided. 6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in -- Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to the ENGINEER for a written Field Order. -- In such case, the CONTRACTOR by copy of his communication to the ENGINEER or otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written Field Order and that the work involved may result in an increase in the Contract Price. -.. Any request by the CONTRACTOR for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. ~6.03 EXTRA WORK: It is agreed that the basis or' compensation to the CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A)--By agreed unit prices; or Method (B)--By agreed lump sum; or Method (C)--If neither Method (A) nor Method (B) be ~ upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15) percent. In the event said Extra Work be performed and paid for under Method (C), then the pro- visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such Extra Work, plus actual transportation charges nec~.~dly incurred, together with all power, fuel, lubricants, water and similar operating expenses, also ali necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the work commences, .the method of doing the work and the type and kind of machinery and equip- mznt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by -.- using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense. adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the Written Extra Work Order. The fifteen (157o) per cent of the "actual field cost" to be paid the CONTRAC- TOR shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the CONTRACTOR'S Camp or Field Office must be maintained primarily on account of such Extra Work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC- TOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance, 'the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to arbitration, as hereinbelow provided. 6.04 TIME OF FILING CLAIMS. It i~ further agreed by both parties hereto that all questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and filed with the ENGINEER within thirty (30) days after the ENGINEER has given any directions, order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER -'- shall reply within thirty (30) days to such written ~xceptious by the CONTRACTOR and render his final decision in writing. In case the CONTRACTOR should appeal from the ENGINEER'S decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in writing within ten (10) days af:er the date of delivery to CONTRACTOR of the ENGINEER'S final decision. It is further agreed that final acceptance of the work by the OWNER and the acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either ._ party, except where noted otherwise in the Contract Documents. 6.05 ARBITRATION. All questions of dispute under, this Agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen G-12 ® . ,.. ,...... by the two arbiters ~o selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by · D/strict Judge serving the County in which the major portion of the project is located, unless otherwhe specified. Should the party demanding arbitration fait to -- name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the decision of the ENGINEER shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should either ...... party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take ex parte proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract. The decision of the arbiters upon any question submitted to arbitration under this contract shall be a condition precedent to any right of legal action. The decision of the ·rbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the case demands it, are authorized to award the party whose -- contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise __ provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume work Within ten (10) days after written notification from the O~ER, or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER, when such orders are consistent ,with the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. .... After receiving said notice of ·bandonment the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the -- work by the OWNER or the Surety on the performance bond, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, ._ Extra Work and Claims), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in Iasc the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the following elective m·nners: 7.01.1 The OWNER may thereupon employ such force of men and use such machinery. .... equipment, tools, materials and supplies as said OWNER may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out --. of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC- TOR under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the ·mount of such excess to the OWNER; or '- 7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions -- which are provided in this contract. In case any increase in cost to the OWNER under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited therewith. When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OV~ER as the case may be, shall pay the balance due ~s reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and.:or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment. tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR and/or his Surety. Should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time designated hereinabo~'e, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his Surety subiect only to the duty of the O~,.~ER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the O%~ER may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made at either public oz pri~-ate sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools,' materials, or supplies, which remain on the ~'ork, and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. The books on all operations provided herein shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case the O~,~ER shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (at the prices stated in ,he attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the O~,~ER and all other sums that may be retained by the O~.~ER under the terms of this Aereement and shall certifv same to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR, under the terms of this Agreement. DXVXSZON 0 - BXDDZNG ~MD COHTRACT RBOUXREHENT8 PAGB SECTION 00800 - 8UPPT.~MENTJtItY COMDXTXONB 00800-X ?2%RT 1 - QBNBI~L A. These Supplementary Conditions supplement, modify, change, delete from and/or add to the Specifications · - and the .t~enaral Conditions of Agreement, ~eotion 00700t~. Where any Article of the General Conditions is modified or any Paragraph, subparagraph or Clause _ thereof is modified or deleted by these supplements, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. 1.2 DEFINITION OF TERMS: Wherever the words, forms or phrases defined herein or -- pronouns used in their place occur in these Specifications, in the Contract, in the Bonds, in the advertisement, or any other document or instrument herein contemplated, or to which _. these Specifications apply or may apply, the intent and meaning shall be interpreted as follows: A. Owner~ Wherever the word ~ONNER- is used in the - Specifications and the Contract Documents, it shall be understood as referring to the City of Coppe11, Texas. _ B. Engineer~ Wherever the word ~EN~INEER~ is used in the Specifications and the Contract Documents, it shall be understood as referring to ~inn & Case, Ino., 17103 Preston Rd., Suite 205, LB 118, Dallas, Texas 75248. C. advertisement= All of the legal publications pertaining to the work contemplated or under Contract. D. B~dder~ Any person, persons, partnership, company, firm, association, or corporation acting directly or through a .. duly authorized representative submitting a Proposal for the work contemplated. E. Contract~ The written agreement covering the performance '- of the work. The Contract includes the advertisement, Proposal, Specifications, including special provisions, Plans or working drawings and any supplemental changes or .... agreements pertaining to the work or materials therefore, and bonds. _ F. Contraotor= The person, persons, partnership, company, firm, association, or corporation entering into Contract for the execution of the work, acting directly or through a duly authorized representative. G. Pa~ent Bond= The approved form of security furnished by the Contractor and his surety as a guaranty for the - protection of all claimants supplying labor and material GINN & CASE, INC. ~R~PEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BXDDXNG AND CONTRACT RBOUXREHENTB PAGE SECTION 00800 - SUPPLEMENTARY CONDXTXON8 00800-2 in the prosecution of the work provided for in this Contract; said security shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amended by Acts of the Regular Session of the -- Legislature, 1959. H. Performanoe Bond~ The approved form of security -- furnished by the Contractor and his surety as a guarantee of good faith on the part of Contractor to execute the work in strict accordance with the Plans, Specifications and terms of the Contract, and that the Contractor will maintain the work constructed by him in good condition for the period of time required; said security shall be in accordance with the provisions of Article 5160, -- Revised Civil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. I. Plan or Plans~ Ail the Drawings pertaining to the Contract and made a part thereof, including any supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the work hereinafter authorized, or for showing details not shown thereon. J. Proposal: The written statement or statements duly filed with the City of Coppell of the person, persons, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved form on which the formal bids for the work are to be prepared. K. Proposal Guar&nty~ The security designated in the advertisement and Proposal, to be furnished by each bidder as a guaranty of good faith to enter into a Contract with the City of Coppell and execute the required bonds for the work contemplated after the work is awarded to him, and payment of damages upon his failure to enter into the Contract. L. Speci&l Provisions~ The special clauses setting forth conditions or requirements peculiar to the specific project involved, supplementing the standard Specifications, and taking precedence over any conditions or requirements of the standard Specifications with which they are in conflict. M. Speoif~c&tions~ The directions, provisions, and requirements contained herein, together with the special provisions, supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the Contract. GINN & CASE, INC. GRAP~VIN~ CRBEK 8BNBR TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEX~ DXVIBXON 0 - BXDDXNG ~Ul:) OONTRACT umQUTRBM~NTB PAGE BECTXON 00800 - BUPPT.nMRNTARY CONDXTXONG 00800-3 N. Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. Said - sureties engaged to be responsible for the entire and satisfactory fulfillment of the Contract, and for any and all requirements as set out in the Specifications, Contract or Plans. O. Tho Work~ Ail work, including the furnishing of labor, materials, tools, equipment, and incidental, to be --- performed by the Contractor under the terms of the Contract. P. Working D&y~ A working day is defined as: a calendar day including Saturdays, Sundays, or legal holidays in which weather or other conditions not under the control of the Contractor will permit the performance of the '" principal units of work under way for a continuous period of not less than 7 hours between 8 a.m. and 6 p.m. One day will be charged against the Contract working time - when weather conditions will permit 7 hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the Contract. _ Nothing in this definition shall be construed as prohibiting the Contractor from working on Saturdays if he so desires and has the approval of the Engineer. Work on Sundays will not be permitted (except in cases of · -- extreme emergency and then only with the written permission of the Engineer). .... Q. Qualification of Bidder Forms~ . Bidder shall complete and submit the Qualification of Bidder Forms bound within these contract documents upon request after the bids are received. The equipment schedule, experience schedule, -- and Financial Statements shall be current statements of a date not exceeding one (1) year prior to the date for receiving bids and the information provided in the - statements shall not be substantially different from the contractor's actual status at the time bids are accepted. The Financial Statement submitted shall be prepared __ preferably by a Certified Public Accountant and be based on the yearly audit statement of the firm. PART2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEXt8 DZVZBION 0 - BIDDING ~IeD COMTI~CT ~ROUXg~M. ENTB BECTZON 008X0 - MODXFXCA~XONB TO G~NIER~L CONDZTZONB 008X0-X PART X - GBMBRAL 1.1 GENERAL: The following designated items of the General Conditions of Agreement are modified as follows: A. P&r&gr&ph 2.06 - Lines and Grades is deleted in its entirety and the following substituted therefore . . "The Engineer will provide references to bench marks and horizontal control points in close proximity to the Work. From these control points, the Contractor shall provide all surveying necessary to lay out the Work. Contractor shall be responsible for establishing all lines and grades necessary to control the Work and '- shall be responsible for the precise location of all facilities." _ "The Engineer may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed work as it progresses with the requirements of the Contract - Specifications and Drawings. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with the Contract Drawings and Specifications and the lines and grades given therein. _ B. P&ragraph 3.09 - Protection Against Accident to Employees and the Public is modified by adding the following: "Contractor's attention is specifically directed to the -- Texas Occupational Safety Law." "The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic. After the "Notice to Proceed" is issued, the Contractor shall notify the Engineer, at the earliest _ possible date, of the starting of hauling of materials and any construction work which might in any way inconvenience or endanger traffic." - "The Contractor shall provide and maintain flagmen at all points where his operations interfere in any manner with traffic flow. Flagmen shall be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the Work, and shall be neatly attired and groomed at all times when on duty. -- Flagmen, when directing traffic, shall use standard flagging procedures set forth in the ~Instructions to Flagmen' published by the Texas State Department of -- Highways and Public Transportation." GINN & CASE, INC. GRAPEVINE CREEK SE~ER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8 PAGE SECTION 00810 - MODIFICATION8 TO GENERAL CONDITIONS 00810-2 "The Contractor shall provide, construct and maintain suitable barricades as shown on the Plans and elsewhere when directed by the Engineer. The Contractor shall provide and maintain such standard barricades or special barricades, signs, lights and flags at points along the project as may be necessary to protect the Work and safeguard all traffic. All signs, barricades and working area layouts shall be provided and maintained in accordance with requirements of Part VI of the Manual on Uniform Traffic Control Devices, ~Traffic Controls for Street and Highway Construction and Maintenance Operations.' Signs and barricades to facilitate the flow of traffic will be the responsibility of the Contractor. The use of sufficient vertical panels with flashers in conjunction with necessary warning signs and barricades will be required to direct traffic." "No direct payment will be made for the work involved in carrying out the public safety measures herein provided, the cost thereof being included in the prices paid for the various Contract items of work and no additional allowance will be made therefore." C. Paragraph 3.10 - Performance and Payment Bonds is modified as follows: 1. With the execution and delivery of the Contract, the Contractor shall execute and furnish separate Performance and Payment Bonds on the forms provided as follows: a. Performance Bond~ A Performance Bond in the amount of one hundred percent (100%) of the Contract price, or any increases or deletions therefrom due to Contract modifications, guaranteeing faithful performance of the work and fulfillment of the obligations of the Contract. The cost of the premium of the Performance Bond shall be included in the Contractor's proposal. b. Payment Bond~ A Payment Bond in the amount of one hundred percent (100%) of the Contract price, or any increases or deletions therefrom due to Contract modifications, guaranteeing payment to all persons supplying labor and materials or furnishing equipment in the execution of the Contract. The cost of the premium of the Payment Bond shall be included in the Contractor's -. proposal. GINN & CASE, INC. GRAPEVINE CREEK SE~ER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS D?V~'SzON 0 - BTDDZNG AND CONTRACT REOUIREMENTS PAGE SECTION 0081.0 ',' MOD'rF'rCAT'rONS TO GENERAL CONDITIONS 0083.0-3 _ 2. Performance and Payment bonds shall be from an approved surety company holding a permit from The State of Texas to act as surety or other surety or sureties acceptable to the Owner. D. Paragraph 3.18 - Insurance is modified by the addition of the following . . Contractor shall comply with each and every condition contained herein. The Contractor shall provide and maintain, until the work covered in the contract is completed and accepted by the Owner, the minimum insurance coverages as follows: 1. Commercial General Liability insurance at minimum combined single limits of $1,000,000 per-occurrence and $2,000,000 general aggregate for bodily injury and property damage, which coverage shall include products/completed operations, and XCU hazards. Coverage for products/completed operations must be maintained for at least two years after the construction work is completed. Coverage must be written on an occurrence form. - 2. Workers Compensation insurance at statutory limits, including employers' liability coverage at minimum limits of $500,000. 3. co~mercial Automobile Liability insurance at minimum combined single limits of $1,000,000 per-occurrence for bodily injury and property damage, including owned, non-owned, and hired-car coverage. 4. All-Risk Builders' Risk insurance at completed value if the contract is for the construction of a structure or building. _ *Note that the general aggregate limit must be at least two times the per-occurrence limit. A comprehensive general liability insurance form may be used in lieu of a commercial general liability insurance form. In this event, coverage must be written on an occurrence basis, at limits of $1,000,000 per-occurrence combined single limit, and coverage must include a broad form comprehensive general liability endorsement, products/completed operations and XCU hazards. With reference to the foregoing insurance requirement, Contractor shall provide the following endorsements: GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENT8 PAGE SECTION 0081.0 - MODTFICATIONS TO GENERAL CONDTT?ONG 0083.0-4 1. Named insured wording which includes the Contractor, the Owner and Ginn & Case, Inc., with respect to General Liability, Automobile Liability, and Builders' Risk. ---- 2. Ail liability policies shall contain cross liability and severability of interest clause. 3. A waiver of subrogation in favor of the Owner and Ginn & Case, Inc. with respect to the Builders' Risk and Workers Compensation Insurance. 4. The policy shall be endorsed to require the insurer to immediately notify the Owner and Ginn & Case, Inc. of any material change in the insurance coverage. Ail insurance shall be purchased from an insurance company that meets the following requirements: 1. A Best financial grading of A:X or better. 2. Licensed and admitted to do business in the State of Texas. Ail insurance must be written on forms filed with, and approved by, the Texas State Board of Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent and -" shall contain provisions representing and warranting the following: 1. The company is licensed and admitted to do business in the State of Texas. 2. The company's forms have been approved by the Texas State Board of Insurance. 3. Sets forth all endorsements as required above. 4. The Owner and Ginn & Case, Inc. will receive at least sixty (60) days notice prior to cancellation or termination of the insurance. Upon request, Contractor, shall furnish the Owner with certified copies of all insurance policies. The Contractor shall also file with the Owner valid Certificates of Insurance covering all subcontractors in accordance with the insurance requirements set forth herein for Contractor. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~t~ DXVXGXON 0 - BXDDTNG ~MD CONTRACT mleOUXRF, MIENTI~ PAGE BECTXON 008X0 - NODXFXCATXONH TO GENIEIt~T. CONDITXON8 0083.0-5 E. Beot~on 4 - PROSECUTION AND PROGRESS is deleted in its ._ entirety and the following substituted therefore: 4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES -- 4.01 TIME FOR COMPLETION: The time allotted for com- pletion of all items of work for this project shall be the number of consecutive calendar days, as stated on proposal form. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood .... and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninter- ruptedly at such a rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the -- Owner, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into considera- .. tion the average climatic range and usual conditions prevailing in this locality. 4.02 LIQUIDATED DAMAGES: If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Owner an amount as _ stipulated on bid proposal form FOR EACH CALENDAR DAY, not as penalty, but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and Owner because of the _ impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount shall be retained from time to time by -- the Owner from current periodical estimates. ._ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTI~CT RBOUZREI~NT8 PAGE SECTION 0083.0 - MODZFZCATZON8 TO GENBI~I,T. CONDITIONS 00810-6 It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a _ definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided. that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner; Provided further, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due: a. To any preference, priority or allocation order duly issued by the Government; b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another contractor in the performance of a Contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather: and c. To any delays of subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article; Provided further, that the Contractor shall within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRU~K MAIN PROJECT 454/455 CITY OF COPPELLv TEX~B DZVZBZON 0 - BZDDZNG ~ CONTRACT ]I. EOUIREN~NTS P~,GE SECTION 0083.0 - MODZFZCZ~TZONil TO GENERAL CONDZTZONEI 00810-7 F. Paragraph S.04 - Partial PaFmonts, is deleted in its _ entirety and the following substituted therefore: "On or before the tenth of the month, the Contractor shall prepare and submit to the Engineer for approval a -- statement showing as completely as practicable the total value of the work done by the Contractor up to the last day of the previous month. "The Owner shall then pay the Contractor after receiving the Engineer's recommendation for payment. The amount ._ paid shall be the total amount less five (5) percent of the amount if total project estimated cost exceeds $400,000 or ten (10) percent of the amount if the estimated project cost is less than $400,000, which -- percent retained shall be held until final payment, and further less all previous payments and all further sums that may be retained by the Owner under the terms of this agreement. "It is understood, however, that in case the whole work be near to completion and some unexpected and unusual - delay occurs due to no fault or neglect on the part of the Contractor, the Owner may---upon written recommendation of the Engineer--- pay a reasonable and equitable portion of the retained percentage to the Contractor, or the Contractor at the Owner's option, may be relieved of the obligation to fully complete the work __ and, thereupon, the Contractor shall receive payment of the balance due him under the Contract subject only to the conditions stated under ~Final Payment'." PART 2 - PRODUCTS -- NOT USED PART 3 - EXECUTION NOT USED END OF SECTION _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIGION 0 - BIDDING )WD COliTi~CT oROUIDmiIle~IT8 PAGE SECTION 00830 - SPECZFIC P~G3'ECT ~.F, OUI~ 00830-1 PART 1 - GENERAL - 1.1 OPERATION ANDMAINTENANCE MANUAL:(Not required this Project) A. The Contractor shall prepare and assemble for submittal .... to the Owner's Engineer, six (6) copies of data for inclusion in an operation and maintenance manual. The data shall be bound in 3-ring note books, and shall consist of the following items= 1. Maintenance and operation instructions including routine adjustments and lubrication for all - functional equipment provided in this contract. Special emphasis shall be placed on preventive maintenance and safety recommendations. 2. Annual man-hour estimates for the routine and preventive maintenance of the equipment as specified in Item i above. 3. Manufacturer's manuals and parts lists for all equipment specified in Item i above. 4. Shop drawings as approved by the Owner's Engineer. B. All Operation and Maintenance Manual data shall be submitted at one time and not later than the time at which the contract becomes 90% complete. "- 1.2 BYPASSING OF SEWAGE: A. During the construction of the proposed improvements, ._ the existing utilities shall be operated without interruption or bypassing the sewage to the same degree as provided prior to construction. Tie-ins to the __ existing system shall be made in such a manner as to avoid interruption of the existing flows or the continuous bypassing of sewage. Any by-pass or discharge of raw sewage in any amount shall be reported - to the City of Coppell Water Utilities Department immediately and the the Texas Water Commission within 24 hours. The contractor shall pay be responsible and pay for any cleanup operations required. B. In the event that during construction there is no feasible method of preventing bypass of sewage, the contractor shall receive the approval of the Texas Department of Water Resources and the U. S. Environmental Protection Agency prior to bypassing operations. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN -- PROJECT 454/455 CITY OF COPPELLv TEXAS DIVIBION 0 - BIDDING ~ COI~I~CT RBOUIRBMBI~B PAGB 8ECTION 00830 - 8PBCZPIC PRO~BC~ RBOUZRBM~N~B 00830-2 1.3 ORDER OF WORK: A. The Contractor shall schedule and conduct all his operations and perform his work in such a manner as to - not interfere with the operation of the existing sewer system. No work will be performed on existing facilities until new construction has been completed and determined to be operationally acceptable. B. Any alterations to flows into or through the sewer system will be accomplished only after coordination with both the Director of Public Works and the Engineer, and only with the consent of both. Any special piping or valves required for temporary rerouting or diversion of flows shall be provided by the Contractor and no additional payment will be made therefor. -- 1.4 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER: It is the intention of the Owner to notify the Successful Bidder in writing, within ninety (90) days after receiving bids, of his acceptance of the Proposal. The Contractor shall complete the execution of the required Bonds and --- Contract within fifteen (15) days of such notice. Upon completion of the execution of the Contract Documents, the Owner/Engineer will issue a "Notice to Proceed with Construction." 1.5 STATE AND CITY SALES TAX: A. The Contractor's attention is directed to Amendment No. 7 to Section 6a, Article 20.01, Chapter 20, Title 122A, Taxation-General of the Revised Civil Statutes _ of Texas. This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or not, can be purchased free of State and City sales tax when the project is being performed for an exempt agency. Included are equipment rentals and other items which are consumed by the contractor but are not incorporated into the project. -- B. This Contract is issued by an organization which qualifies for exception pursuant to the provisions of ___ Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax. C. The contractor performing this Contract may .... purchase, rent or lease all materials, supplies, and equipment used or consumed in the performance of this Contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling No. 95-0.07. Any such exemption certificate issued by .... GINN & CASE, INC. GRAPEVIN~ CP~EK 8~H TRUNK MAIN PROJECT 454/455 CITY OF C~PPBLL, TEX~ DIVISION 0 - BZDDIMG ~ C~OM'L*P%~"L' RBOU2~UlfullT8 8BCT~OM 00830 - BPuCIF?C ~ROJ'BCT RBOUZRRMI~IIT8 00830-3 the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling No. 95-0.09 as amended to be effective October 2, 1968. 1.6 EXISTING STRUCTURES: The Plans show the locations of all known surface and sub-surface structures believed to be involved in this proposed construction. However, the Owner or Engineer -- assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special -- work, provisions for which are not made in the Plans and Specifications, in which case the provisions in the General Conditions of Agreement for extra work shall apply. 1.7 PROTECTION AND RESTORATION OF PROPERTY: _._ The Contractor shall be responsible for the preservation from injury and damage, resulting directly or indirectly from the execution of the work under this Contract, of all public and private property adjacent to the work. He shall -- use every precaution to prevent the damage or destruction of buildings, poles, trees, shrubbery and lawns. Also, underground structures such as wires, cables, etc.; within .... or without the work area. He shall protect and carefully preserve all official survey monuments, properties and section markers or other similar markers until an authorized agent has witnessed or otherwise referenced their .... location and shall not remove them until directed. When or where direct or indirect damages or injury is done -- to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work or in consequences of the nonexecution of same on _ the part of the Contractor, such property shall be restored at the Contractor's expense to a condition similar or equal to that existing before such damage or injury was done, he shall make good such damage or injury in an acceptable manner. In case of failure on the part of the Contractor to restore such property, or make good such damage, or injury, the Engineer may upon twenty-four (24) hours written notice, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof shall be deducted from any moneys due the Contractor under the Contract. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 0 - BZDDING AND COI~I%ACT I~OUII~,i~N~8 PAG! SECTION 00830 - 8PICIFIC PRCkT~G~ I~OUII~I~lqTB 00830-4 1.8 REFERENCE SPECIFICATIONS: Reference to ASTM, or others as listed below, shall be considered as referring to the Specifications or Method of Test as set forth by those various organizations and shall be considered as part of these Specifications when designated as such. Abbreviations and meanings are as follows: A.S.A ............. American Standards Association A.S.T.M ........... American Society of Testing Materials A.A.S.H.T.O ....... American Association of State Highway & Transportation Officials A.C.I ............. American Concrete Institute A.W.S ............. American Welding Society A.W.W.A ........... American Water Works Association S.S.P.C ........... Steel Structures Painting Council, Federal Specifications Treasury Department Procurement Division, U.S. Government U.L ............... Underwriters Laboratories N.E.M.A ........... National Electrical Manufacturers Assoc. W.P.C.F ........... Water Pollution Control Federation T.S.D.H.P.T ....... Texas State Department of Highways and or THD Public Transportation C.D.G.S ........... City of Dallas General Specifications S.S.P.W.C.N.C.T...Standard Specifications for Public Works Construction North Central Texas N.C.T.C.O.G ....... North Central Texas Council of Governments 1.9 SUBSURFACE CONDITIONS: Contractor shall make his own investigation of subsurface conditions. No claims for extra compensation due to unusual soil conditions that are found to exist will be allowed. 1.10 SERVICE OF MANUFACTURER'S REPRESENTATIVE: (Where Applicable) The Contract price for the project shall include the cost of furnishing competent and experienced engineers or superintendents who shall represent the manufacturers and shall assist the Contractor, when required, to install, adjust and test the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the Owner, such engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct the Owner's representatives in the proper operation and maintenance of such equipment or system. 1.11 PLANS AND SPECIFICATIONS AVAILABILITY: The Engineer will provide the Contractor with three (3) copies of Plans and Specifications in addition to the GINN & CASE, INC. ~RAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ 8ECTIOM 00830 - SPECIFIC PRO~TBCT RBOUZRBHZNTS 00830-5 Contract Sets provided for use on the project. Additional copies nay be purchased by the Contractor for the _._ cost of printing. Reproducibles required for as-builts will be paid for by the Contractor. Engineer will provide the original Drawings for purpose of reproduction. -- 1.12 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES: The Contractor shall make his own investigations and be fully responsible for locating and taking care not to damage any gas, water, sewer, or telephone lines. The Contractor shall not begin any operations which may interfere with or impair the normal service being rendered by public utility operators. The Contractor will be held responsible for the protection of the property or service of public utilities within the limits of the Work. In case - that such physical properties conflict with the performance of the Contract, it shall be the Contractor's responsibility to anticipate such conflicts and to give advance notice thereof to the owners of the utility. The Contractor will be responsible for any damages done by him to any utility structure whether owned by a public or - private agency. Damage of whatever nature to the existing facilities shall be repaired immediately at the Contractor's own expense as directed by the Engineer. Contractor shall be responsible for the relocation of any water, sewer, gas, telephone or other utility which _ interferes with the performance of the Contract. No extra claims for compensation will be allowed for any utility relocation, unless approved in writing by Engineer, prior to relocation. 1.13 MANUFACTURER'S DIRECTIONS: Ail manufactured articles, materials and equipment shall be applied, installed, connected, erected and used as directed by the manufacturers, unless herein specified to the contrary. Contractor shall furnish copies of all printed directions with the material. 1.14 SANITARY FACILITIES: The Contractor shall provide at his own expense field toilets for the use of the employees and contractor forces. The facilities shall conform to the requirements of the Texas State Health Department and those of any other agencies having jurisdiction herewith. The field toilets shall be cleaned and scrubbed with a disinfectant at least once per day. _ GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVIBXON 0 - BXDDXNG I~ID CONTRACT uROUXRRMBNTS PAGE SECTION 00830 - 8PmCXFXC PROJmCT RBOUX~mlqBNT8 00830-7 endanger the work or prevent free access to all fire hydrants, water valves, gas valves manholes for the telephone, signal or electric conduits, sanitary or storm sewers in the vicinity. The City reserves the right to remedy any neglect on the part of the Contractor as regards the public convenience and safety which may come to its attention, after twenty-four hour's notice in writing to the Contractor, save in cases of emergency, when it shall have the right to remedy any neglect without notice~ and in either case, the cost of such work done be the City shall be deducted from moneys due or to become due the Contractor. The Contractor shall notify the City Street Department when any street is to be closed or obstructed, such notice shall be forty-eight hours in advance. The Contractor shall keep all streets in condition for unobstructed use by the City Fire Department. 1.21 PRIVILEGES OF CONTRACTOR IN STREETS, RIGHTS-OF-WAY AND EASEMENTS: For the performance of the contract, the Contractor will be permitted to occupy such portions of streets, easements or other public places, or other rights-of-way as provided for by the City ordinances, as shown on the plans or as permitted by the Engineer, or Owner. A reasonable amount of tools, materials and equipment for construction purposes may be stored in such space, but not more than is necessary to avoid delays in the construction. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be designated to be left free and unobstructed, nor inconvenience occupants of adjoining property. 1.22 RAILWAY CROSSING: Where the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to methods of doing work, or precautions for safety of property and the public. All negotiations with the railway company, except for right- of-way shall be made by the Contractor. The railway company shall be notified by the Contractor not less than five days previous to time of his intentions to begin the work. The Contractor will not be paid direct compensation for such railway crossing, but shall receive only the compensation as set out in the proposal. Contractor will be required to sign a Standard Construction Agreement and Contractor's Right of Entry form between their company and DART and the St. Louis and Southwestern Railway Company, and agreeing to provide and maintain insurance as .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING ~tND CONTI~CT REOUIREMENT8 PAGE SECTION 00830 - 8PECIFIC PRO~ECT REOUIRF,)L~NT8 00830-8 outlined in the agreement form. See APPENDIX B for Standard Construction Agreement and Contractor's Right of Entry Form. 1.23 PROTECTION AND RESTORATION OF PROPERTY: Where the work passes over or through private property, the City will provide such right-of-way, or easements as required. The Contractor shall notify the proper representatives of any public utility, corporation, any company, or individual, not less than forty-eight hours in advance of any work which might damage or interfere with the operation of their or his property along or adjacent to the work. The Contractor shall be responsible for all damage or injury to property of any character, (except such as may be due to the provisions of the Contract Documents,, or caused by agents or employees of the City), by reason of any negligent act or omission on the part of the Contractor, or agents, or at any time due to defective works or materials, or due to his failure to reasonably or properly prosecute the work, and said responsibility shall not be released until the work shall have been completed or accepted. When and where any such damage or injury is done to public or private property on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition similar or equal to that existing before such damage was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage or injury in a manner acceptable to the Owner, or the Engineer. In case of failure on the part of the Contractor to restore such property or make good such damage or injury, the Engineer may, upon forty-eight hours' written notice, under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any moneys due or to become due the Contractor under his contract. 1.24 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED: In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Owner/Engineer. The right is reserved to the Owner or public utilities to enter upon the limits of the contract for the purpose of making such changes or repairs of their property that may be necessary by performance of the contract. The City reserves the right of entering upon the limits of a contract for the purpose of repairing or relaying sewer or water lines and appurtenances, repairing structures, etc. and for making other repairs, changes, or extensions to any City property. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TBXAH DIVISION 0 - BIDDING ~ CONTI~CT REOUZRENRNTB PAGE S~CTION 00830 - SPECIFIC PROJECT ~ZOUIZta~S 00830-9 1.25 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewers have to be taken up or removed, the Contractor shall at his own cost and expense provide and maintain temporary outlets and connections for all public or private drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers~ and for this purpose he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such time as the permanent connections are built and in service. The - existing sewers and connections shall be kept in service and maintained under the contract, except where specified or ordered to be abandoned. Ail water or sewage shall be -- disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be. adequately protected. 1.26 USE OF FIRE HYDRANTS: No person shall open, turn off, interfere with, attach any ..... pipe or hose to or connect anything with any fire hydrant, stop valve, or stop cock, or tap any water main belonging to the City, unless duly authorized to do so by the Coppell .- Water Department. 1.27 EASEMENTS AND RIGHTS-OF-WAY: The easements and rights-of-way for the pipelines will be provided by the Owner. Contractor shall confine his construction operations within the limits indicated on the -- drawings, as provided for in Paragraph 1.21 of this section. Easements across private property are indicated on the _ drawings, where applicable. Contractor shall set stakes to mark the boundaries of construction easements across private property. The stakes shall be protected and maintained until completion of construction and final 61eanup. Contractor shall not enter for pipe delivery or occupy for any other purpose with men, tools, equipment, construction -- materials, or with materials excavated from the pipe trench, any private property outside the designated construction easement boundaries without written permission from the __ owner and tenant of the property. Whenever the easement is occupied by landscaping, movable structures, or other items belonging to the owner of the "- property, the contractor shall notify the owner and tenant GINN & CASE, INC. GRAPEVINE CREEK BEWBR TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVIBION 0 - BIDDING AND CONTRACT REOUIREMENT8 PAGE SECTION 00830 - 8PECIFZC PROJECT REOUZREMENT8 00830-10 sufficiently in advance of his operations so that the materials may be removed before excavation or trenching is started. Contractor shall be responsible for all damages to private property outside of the easement, and shall make satisfactory settlement for the damage directly with the property owner and tenant involved. Contractor shall repair, replace or restore all grounds, fields, terraces, _ etc. to their original or better condition, and to the satisfaction of the property owner and tenant involved. Contractor shall limit his operations to the easements and rights-of-way designated on the plans. Any damages, directly or indirectly done by the contractor, his men, his equipment or his construction operations, shall be repaired immediately to the satisfaction of Owner/Engineer at no additional compensation to Contractor. No trees shall be damaged or removed by contractor, unless approved by Owner/Engineer. In areas where width of work area is minimal, contractor shall provide equipment and construction procedures to adequately protect the adjoining areas. In areas where existing walls, concrete retaining walls, wood retaining walls, sandbag or cement bag retaining walls, or other similar type construction occurs, contractor shall meet with owner/tenant of said structure, along with Engineer, take an adequate amount of photographs, pictures, videos, measurements, or dimensions to provide an accurate depiction of conditions of structure prior to beginning " construction in the area. Provide two (2) copies of all documentation to Engineer. Contractor shall take all precautions to not damage any structures in area. Should -- any damage occur, by the contractors men, equipment, or construction operations, contractor shall immediately repair, replace or restore the damaged area to its condition prior to construction, and to the complete satisfaction of the owner/tenant of the property and Engineer. No additional compensation shall be made to contractor for work covering damages to structures. Cost of documentation not a separate pay item, but considered incidental to the project. In areas designated on plans as easements or rights-of-way, no trees shall be removed without approval of the Engineer/Owner. After full and complete staking of the components of the project, including the easements and right-of-way limits, all trees that the contractor requires to be removed shall be "flagged". Engineer and/or owner/tenant of the property will then be notified to secure approval of cutting and removal of trees. Payment for this item shall be included in Pay Item 2010-102, Clearing and Grubbing. Contractor shall limit the areas of his construction operations to the easements and right-of-way ._. shown on the plans. Additional easements required by the contractor, not indicated on the plans, shall be secured by him at this own expense. It is the intent of this section GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAH DZVZSZON 0 - BXDDZNG AMD CONTRACT REOUZP. F, MENT8 PAGE 8ECTZON 00830 - SPECZFZC PROJECT REOUZRRMBNTS 00830-XX that the minimum amount of trees be removed from the project area as required to satisfactorily complete the construction. It is not intended to allow contractor to remove all trees and obstructions located within the easements and rights-of-way. Access, for construction purposes, other than by easements or rights-of-way, shall be the responsibility of the contractor and an agreement with the owner/tenant of the ..... property, and subject to the approval of Engineer. 1.28 NOTICES TO OWNERS AND AUTHORITIES: Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. See Paragraph 1.23 in this Section for further information. When it is necessary to temporarily deny access by owners or tenants to their property, or when any utility service -- connection must be interrupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices will conform to any applicable local ordinances and, whether delivered orally or in writing, will include appropriate information concerning the interruption and instructions on how to limit their inconvenience. Utilities and other concerned agencies shall be contacted at least 48 hours prior to cutting or closing streets or _. other traffic areas or excavating near underground utilities of pole lines. .... PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. - END OF SECTION _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DTVXSXON 0 - BZDDXNG AMD CX)NTRACT ulEOUXI~,J~NTB PAGE BECTXON 00850 - X]IDUX TO D3tAWXNGB 00850-1 GRAPEVINE CREEK SEWER TRUNK MAIN - BRANCH ! Sheet Ho. Description -- COVER SHEET 1. VICINITY MAP - DENTON TAP TO MOORE ROAD 2. VICINITY MAP - MOORE ROAD TO MACARTHUR BLVD. _ 3. AERIAL PHOTOGRAPH (FOR INFORMATION ONLY) 4. PLAN - STA. 128+10 TO STA. 124+50 5. PLAN - STA. 124+50 TO STA. 119+00 6. PLAN - STA. 119+00 TO STA. 113+00 7. PLAN - STA. 113+00 TO STA. 107+50 8. PLAN - STA. 107+50 TO STA. 101+20 9. PLAN - STA. 101+20 TO STA. 96+50 - 10. PLAN - STA. 96+50 TO STA. 92+00 11. PLAN - STA. 92+00 TO STA. 88+00 12. PROFILE - STA. 92+00 TO STA. 88+00 13. PLAN & PROFILE - STA. 88+00 TO 82+00 14. PLAN & PROFILE - STA. 82+00 TO 76+50 15. PLAN & PROFILE - STA. 76+50 TO 71+00 16. PLAN & PROFILE - STA. 71+00 TO 65+50 - 17. PLAN & PROFILE - STA. 65+50 TO 60+00 18. PLAN & PROFILE - STA. 60+00 TO 54+50 19. PLAN & PROFILE - STA. 54+50 TO 48+50 -- 20. PLAN & PROFILE - STA. 48+50 TO 42+50 21. PLAN & PROFILE - STA. 42+50 TO 36+50 22. PLAN & PROFILE - STA. 36+50 TO 30+50 23. PLAN & PROFILE - STA. 30+50 TO 24+50 24. PLAN & PROFILE - STA. 24+50 TO 18+50 25. PLAN & PROFILE - STA. 18+50 TO 12+50 26. PLAN & PROFILE - STA. 12+50 TO 6+20 -- 27. PLAN & PROFILE - STA. 6+20 TO 0+00 28. SD1 - STREET CROWNS AND JOINTS 29. SD2 - TURN LANES AND JOINTS 30. SD3 - BARRICADES AND DRIVEWAY RETURN 31. SD7 - SIDEWALKS, RAMPS, BRICK PAVERS 32. SD18 - SERVICES CONNECTIONS 33. SD20 - EMBEDMENT DETAILS 34. SD21 - MANHOLES AND CONNECTIONS 35. SD22 - LATERALS AND CLEANOUTS 36. SD23 - AERIAL CROSSING - 37. ALTERNATE NO. 5 DETAILS GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING AND CONTRACT RBOUIREMENT8 PAGE SECTION 00850 - INDEX TO DRAWINGB 00850-2 GRAPEVINE CREEK 8EWER TRUNK MAIN - BRANCH II Sheet No. Description COVER SHEET 1. VICINITY MAP - LAYOUT PLAN 2. PLAN & PROFILE - STA. 46+25 TO END - 3. PLAN & PROFILE - STA. 46+25 TO 40+25 4. PLAN & PROFILE - STA. 40+25 TO 33+85 5. PLAN & PROFILE - STA. 33+85 TO 27+45 6. PLAN & PROFILE - STA. 27+45 TO 21+05 7. PLAN & PROFILE - STA. 21+05 TO 16+50 8. PLAN & PROFILE - STA. 16+50 TO 11+00 9. PLAN & PROFILE - STA. 11+00 TO 6+30 10. SD20 - EMBEDMENT DETAILS 11. SD21 - MANHOLES AND CONNECTIONS 12. SD22 - LATERALS AND CLEANOUTS 13. SD23 - AERIAL CROSSING PART 2 - PRODUCTS NOT USED PART $ - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEX~B DZVZBXON 0 - BXDDZNG ~ CONTP~CT REOUXREMENTS PAGE BECTZON 00g00 - ]tDDEMDA~MD MODXFXCATXONB 00900-X PZ~tT X-GENERAL 1.1 GENERAL: A. If required, the proposed Contract Documents for this Work, including the drawings and specifications - prepared by Ginn & Case, Inc. - Consulting Engineers, for the construction of the Work as shown, shall be modified, amended or changed; and specific information __ will be provided in this section. B. Addenda, if issued, will be either mailed, picked up by bidders, or delivered to all bidders receiving a - complete set of Bidding Documents. C. No Addenda will be issued later than four (4) days - prior to the date for receipt of bids, except an Addendum, postponing the date, or withdrawing the request for bids. PART Z - PRODUCTS - NOT USED P~LRT 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. ~I~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS __ DIVISION 1 GleNER~L RE~UIRE.t~:i~ITB _._ GINN & CASE, INC. GI~PEVINR CREEK BEWRR TRUNK PAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVIHION I - GENlep~T. oROUIU~I(ENTS PAGE SECTION 01010 - SUMMARY OF WORK 01010-1 P~RT 1-GENERAL ._ 1.1 DESCRIPTION AND LOCATION OF WORK: A. Work covered by the Contract Documents includes the furnishing of all labor, materials, tools, -- equipment, taxes, services, transportation and other items necessary to perform and complete all of the work for the construction as indicated on the drawings -- and as herein written. B. The work consists of furnishing all labor, materials, _._ equipment and tools related to construct the following: (not limited to only this list) 1. All site clearing and grubbing, including waste - material disposal, as required. 2. Excavation, placement and compaction of bedding, .- fill materials, and backfill materials. 3. Furnish and install all piping, manholes, and fittings as required. 1.2 WORK SPECIFIED ELSEWHERE: - A. General Conditions of Agreement, Supplementary Conditions, Modifications to General Conditions, and Specific Project Requirements. 1.3 START OF WORK: A. Work shall be started immediately upon issuance of a - notice to proceed order. Prior to this, all contracts and beginning documents will have been executed and insurance in force. 1.4 COMPLETENESS OF WORK: _ A. The drawings and specifications describe the various items of work, character of materials and quality of workmanship and finish. Any appurtenances, parts, finish of work essential to the entire completion of "- the work, though not specifically shown or specified, shall be provided by the Contractor and included in the Contract Sum Amount. B. Time of Completion: The completion of this work is to be on or before the time indicated in the Owner and Contractor Agreement. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GEI~I~L REOUIREHENT8 PAGE SECTION 0LOL0 - 8UI~O~Y OF WORK 0LOL0-2 1.5 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY: A. Prior to any excavation, it shall be the Contractor's responsibility to determine the locations of all existing water, gas, petroleum, sewer, electric, telephone, telegraph, television and other underground utilities and structures. Obtain location drawings and other assistance from the various local Utility Departments and other applicable agencies, and make other investigations as required to accomplish this. B. After commencing work, use every precaution to avoid interference with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated on the drawings, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. It shall be the Contractor's responsibility to determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 1.6 CONTRACTOR'S DUTIES: A. Except as specifically noted, provide and pay for: Labor, materials, equipment. Tools, construction equipment, and machinery. Water, heat, and utilities required for construction. Other facilities and services necessary for proper execution and completion of work. B. Pay legally required sales, consumer, use, payroll, privilege and other taxes. C. Secure and pay for, as necessary for proper execution and completion of work, and as applicable at time of receipt of bids: Permits Fees Licenses D. Give required notices. E. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of work. GINN & CASE, INC. G~APEVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVISION I - GENEP. JJ.I, ~.~OUIRF, ME~B P~GE SECTION 01010 - BUMI~Y OF WORK 010'10-3 F. Promptly submit written notice to Engineer of observed _ variance of contract documents from legal requirements. It is not the contractor's responsibility to make certain that drawings and specifications comply with codes and regulations. Appropriate modifications to -- ' contract documents will adjust necessary changes. Assume responsibility for work known to be contrary to such requirements without notice. G. Enforce strict discipline and good order among employees. Do not employ on work, unfit persons or .._ persons not skilled in assigned task. 1.7 COORDINATION: "- A. The prime general contractor is responsible for the coordination of the total project. Ail other prime contractors and all sub-contractors will cooperate with the prime general contractor so as to facilitate the general progress of the work. Each trade shall afford all other trades every reasonable opportunity for the installation of their work. 1.8 CONTRACTS: --- A. Construct work under a single prime general contract. 1.9 MATERIALS AND WORKMANSHIP: A. All material under this contract shall be new and as specified, suitable for the purpose and subject to approval by the Engineer. The workmanship shall be first-class and subject to the approval of the Engineer as equal to best standard practice. B. Contractor shall furnish labor which in no way will conflict with other labor working on the site. The Contractor shall at all times enforce strict _ discipline and good order among his men and shall not employ any unfit persons or anyone not skilled in the work assigned to him. The work shall be protected from action of the weather and damage from -' workmen. Surfaces shall be clean and free from defects. C. The Contractor shall remove at his own expense any _- work or material condemned by the Engineer as defective and not in accordance with the contract documents. Failure to do so shall be deemed as violation of contract and shall be subject to the procedure established for such case. Any omission or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to .... be an acceptance of any such defective work or material. .__ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVZSION I - GENERAL REOUZRF, MENT8 PAGE SECTION 01010 - 8U~IARY OF WORK 01010-4 1.10 INSPECTION OF WORK: A. Ail the work of the contract shall be subject to the inspection of the Engineer and his authorized representatives, and the Contractor shall afford every facility for the inspection of materials and workmanship. Such access shall include such portions of the place of manufacture or fabrication as may be necessary to complete inspection. The Contractor shall notify the Engineer in writing, in ample time, to permit inspection at the place of manufacture should the Engineer so desire. Materials shall be delivered on the job properly marked for identification and whether previously inspected or not shall be subject to reinspection and final acceptance or rejection at the site of the work. B. If the specifications, Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if inspection is by another authority than the Engineer, of the date fixed for such inspection. C. Re-examination of the questioned work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of the re-examination and replacement. If such work is found not in accordance with the Contract Documents, the Contractor shall pay such cost unless he shall show the defect in the work was caused by another Contractor and, in that event, the party responsible shall pay such costs. 1.11 SUSPENSION OF WORK - DELAY: A. On order of the Engineer, the work may be suspended for any substantial cause, such as, but not limited to, unfavorable weather conditions, failure, refusal or neglect on the part of the contractor and his employees to comply with the terms and conditions of the Contract documents. The use of, or attempted use of materials or methods not in accordance therewith, interference of the work with other work of a public or private nature necessary to be done prior to the work herein contemplated or for any cause of like nature, and the work so suspended shall not be resumed except with the consent of the Engineer. B. During the time of such suspension of the work, if it is to be a considerable time, the Contractor shall GINN & CASE, INC. QRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVIBION 3. - GENERAL RBOUIUtJ(ENTfI PAGE 8ECTION 03.03.0 - BUMMARY OF WORK 03.03.0-5 have all material neatly piled or removed from the .... line of work, and all equipment shall be located so as to least interfere with public convenience and traffic. Should the Contractor refuse or neglect to take proper care of such materials and equipment, the .... Engineer shall cause the same to be properly cared for and an amount equal to the cost of so doing shall be deducted from any monies which may be or may become due -- to the Contractor. C. The Contractor may file proper claims for loss or .... damage on account of delays incurred by the Owner. If any delay is caused by any act of the Owner, or results from causes hereinbefore mentioned, the Contractor will be granted an extension of time for '- the completion of the work, sufficient to offset such delay if a claim is made by the Contractor in writing to the Engineer within seven days from the __ date upon which such delay is started. No extension of time shall be granted for time lost during suspension of the work due to the Contractor's failure to comply with the conditions or terms of the contract. 1.12 CHANGES IN THE WORK: -- A. No extra work or change shall be made without a written order from the Owner, in which event the Contractor shall proceed with such extra work or _ change, and no claim for an addition to the Contract Sum shall be valid unless so ordered. B. However, the Engineer shall have the authority, by instructions, to make minor changes in the work, not involving extra cost and not inconsistent with the purposes of the project. If the Contractor claims that · -- any such instructions to make minor change do involve extra cost under the contract, he shall notify the Engineer in writing, within a reasonable time after receiving the said instruction and, in any event, before proceeding with the work as changed thereby or be barred from making any claim against the Owner for such extra costs. C. Compensation for the work covered by an approved change order shall be determined by an agreed lump sum. 1.13 LATENT CONDITIONS: A. If, in the performance of the Contract, latent - conditions at the site are found to be materially different from those indicated by the specifications or unknown conditions not usually inherent in work --- of the character specified, the attention of the .. GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVISION 1 - GENERAL REOUIRENENT8 PAGE SECTION 01010 - B~Y OF WORK 0:1.010-6 Owner and Engineer shall be called immediately to such conditions before they are disturbed. Upon such notice, or upon his own observations of such conditions, the Engineer and Owner shall promptly make such changes in the specifications as he finds necessary to conform to the different conditions, and any increase or decrease in the cost of the work resulting from such changes shall be adjusted as provided under Article 6, General Conditions, EXTRA WORK AND CLAIMS, as amended in the Special Conditions. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: A. Measurement and Payment for "Locating Existing Utilities" as described in paragraph 1.5 of this section, prior to beginning any construction shall be at the lump sum price for "Locating Existing Utilities", which price shall be full compensation for furnishing all labor, equipment, tools, supplies, and incidentals necessary to fully complete the work as described. B. The total payment for this item will not exceed 50 percent of the original contract amount prior to the final estimate. The portion of the contract amount for this item in excess of 50 percent of the total contract amount will be paid on the final estimate. C. Refer to Section 02010 - Special Provisions to Item 100 for additional information. END OF SECTION GINN & CASE, INC. GRAPEVIN~ CP~EK SENER TR~NKMAIN PROJECT 454/455 CITY OF ~OPPELL, TEXAS DZVIBION I - Gtta~RAL unOUZUeN, ENTG PAGE SECTION 01014 - ~O~.~ B~qU~eNCE 01014-1 PART I - GZNERAL 1.1 GENERAL: A. Construct work so as to provide the least interruption of use of the existing operations. B. At all times throughout construction, existing water, sewer, gas, electric, and other utilities shall remain in use. No discontinuation of service for any extended period of time will be allowed. C. Contractor shall submit a written construction schedule -' stating how construction will be phased. This schedule must be submitted and reviewed by the engineer prior to beginning construction. D. See Section 01310 - Construction Schedule. PART 2 - PRODUCTB 2.1 STORAGE: -- A. Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience to the public, and in a manner ... satisfactory to the Engineer. B. Materials subject to damage by weather or contamination shall be adequately stored and protected. Rubber -- gaskets shall be protected from direct sunlight, oils or contamination. - PART 3- EXECUTION 3.1 SEQUENCE: A. The construction of all sewers shall begin at the lower end, unless otherwise directed by the Engineer. Where construction involves a main sewer having tributary lines, these lines shall not be started until the main sewer line has been built to their junction point. - B. Appurtenances shall be constructed as soon as the sewer of which they are a part is constructed to their location. C. The construction of appurtenances in advance of the construction of the sewer main will not be permitted. '-- 3.2 CONNECTIONS: A. The connections of conduits or appurtenances to _ structures or other conduits shall be made in GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION L - GBNEI~L REOUZRENENTB PAGE SECTION 0LOL4 - WORK 8EOUENCE 01014-2 accordance with the plans and as specified or directed by the Engineer. This work shall be done in such a manner as not to damage any of the structures involved. No connecting conduit shall project beyond the inside surface of other conduits or appurtenances, except in case of pipe laid through a manhole. 3.3 GRADES: A. The grade line shown on the profile is the elevation of the invert or flow line of the conduit. B. The Contractor shall notify the Engineer 48 hours prior to the beginning of construction to allow the Engineer sufficient time to review the alignment. C. The Contractor is responsible for establishing the _. lines and grades of the mains. The lines and grades shall be set, by the Contractor, as the work progresses, in such a manner as to cause the least possible inconvenience in the prosecution of the work. The Contractor shall stockpile excavation and other materials as to cause no inconvenience in the use of the lines and grades set. The Contractor shall, at his own expense, establish all working or construction lines and grades as required based upon the plans, and shall be solely responsible for the accuracy thereof. D. The Contractor shall safeguard all points, stakes, grade marks, bench marks, and monuments established on the project; shall bear the cost of re-establishing same if disturbed, and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain and protect such established points, stakes, and marks. 3.4 PROTECTION: A. When construction is stopped temporarily and at the end of the day's work, tight fitting stoppers or bulkheads shall be securely placed in or across the ends of all pipes 24 inches and less in diameter; such closures need not be watertight, but are to prevent trash, debris, etc. from entering the pipes. For all pipes 27 inches and larger in diameter, and for all other structures, the Contractor shall make adequate provisions to prevent the entrance of trash, debris, etc. into the main. " B. The Contractor shall be entirely responsible for the protection of all pavement, structures, trees, etc. adjacent to the construction areas. GINN & CASE, INC. GI~APEVII~ CP~EEK SBMER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TE~9 DIVISION 1 - GRNmR.~T. ~uOUIRRMBh'~8 PAGE BBCTION 01014 - WORK BmOUBNCE 01014-3 3.5 EQUIPMENT: A. All machinery and equipment shall be maintained in good condition to insure the completion of the work with out excessive delays for repairs and replacement. Equipment used for disposal of surplus materials beyond the limits of work shall be such as will avoid spilling or wasting of materials along the line of haul. When directed by the Engineer, the Contractor shall - immediately clean up all materials spilled or wasted along the line of haul. _ 3.6 CLEAN UP: A. As construction progresses, complete clean-up operations,as directed by the Engineer, shall follow -- the laying of the pipe sufficiently close to avoid inconvenience to the residents of the area and the traveling public. Upon completion of the project, all -- equipment, construction materials, and any remaining surplus materials, trash, broken concrete, lumber, etc. shall be removed from the construction site. The ._ entire construction site shall be graded and cleaned to present a neat and clean appearance prior to acceptance of the project by the City. 3.7 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - OtewmRAT. uuOUTUleMENT8 PAGE fIECTION 01015 - CONTRACTOR USE OF Pl~tqISmB 01015-1 -- and for storage to the limits of areas allowed by owner. - B. Confine operations at site to areas permitted by: 1. Law 2. Ordinances 3. Permit 4. Contract Documents 5. Owner C. Do not unreasonably encumber site with materials or equipment. Coordinate use of premises with Owner/ Engineer and property owners. D. Assume full responsibility for protection and safekeeping of products stored on premises. E. Move any stored products which interfere with operations of Owner or other contractors. F. Obtain and pay for, use of additional storage of work areas needed for operations. PART2 - PRODUCTS NOT USED PART 3 - EXECUTION -- NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION I - GEN~P~L uwOUZ~.EI~NT8 PAGE SECTION 01041 - PP. OJ~CT COORDINATION 01041-1 P/~RT I - GENEI~L 1.1 DESCRIPTION: A. Scope: To set forth procedures, conditions and responsibility for coordination of the total project. B. Project Coordinator: The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants all satisfactory to the .... Engineer. The superintendent shall not be changed, except with the consent of the Engineer, unless the superintendent proves to be unsatisfactory to the · -- Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence, and all direction given to him shall be _. binding as if given to the Contractor. Important directions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. 1.2 DUTIES OF PROJECT COORDINATOR: - A. General: 1. Coordination: Coordinate the work of all subcontractors and material suppliers. 2. Supervision: Supervise the activities of every phase of work taking place on the project. 3. Mechanical/Electrical: Take special care to coordinate and supervise the work of the plumbing, ..... heating and cooling and electrical subcontractors. 4. Communication: Establish lines of authority and communication at the job site. 5. Location: The project coordinator must be present on the job most of the time. 6. Permits: Assist in obtaining building and special permits required for construction. B. Interpretation of Contract Documents: 1. Consultation: Consult with Engineer to obtain - interpretations. 2. Assistance: Assist in resolution of any question. 3. Transmission: Transmit written interpretations to concerned parties. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN - PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GENERAL REOUIREMENTS PAGE SECTION 01041 - PROJECT COORDINATION 01041-2 C. Cessation of Work: Stop all work not in accordance with the requirements of the contract documents. D. Division One: Coordinate and assist in the preparation of all requirements of Division One and specifically as follows: 1. Cutting and Patching: Supervise and control all cutting and patching of other trades' work. 2. Project Meetings: Schedule and preside at all .... project meetings. 3. Construction Schedules: Prepare and submit all construction schedules. Supervise work to monitor compliance with schedules. 4. Shop Drawings Product Data and Samples: Administer the processing of all submittals required by the Project Manual. 5. Schedule of Values: Assist in preparation and be knowledgeable of each entry in the Schedule of Values. 6. Testing: Coordinate all required testing. 7. Temporary Facilities and Controls: Allocate, maintain and monitor all temporary facilities. 8. Substitutions and Product Options: Administer the processing of all substitutions. 9. Project Closeout: Conduct final inspections and assist in collection and preparation of closeout documents. 10. Cleaning: Direct and execute a continuing cleaning program throughout construction, requiring each trade to dispose their debris. 11. Project Record Documents: Maintain up-to-date project record documents. 12. Enforce all safety requirements. E. Changes: Recommend and assist in the preparation of requests to the Engineer for any changes in the contract. F. Application for Payment: Assist in the preparation and be knowledgeable of each entry in the Application and Certificate for Payment. GINN & CASE, INC. GRAPBVIN~ CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL I~mOUIUnMENTS PAGE SECTION 01041 - PROJECT COORDINATION 0104Z-3 1.3 SUBCONTRACTOR'S DUTIES: A. The subcontractor is responsible to coordinate and supervise his employees in the work accomplished under his part of the contract. B. Schedules: Conduct work to assure compliance with construction schedules. C. Suppliers: Transmit all instructions to his material suppliers. D. Cooperation: Cooperate with the project coordinator and other subcontractors. -- E. All prime contractors and all subcontractors shall coordinate all work, one with the other, so as to facilitate the general progress of the work. Each _ trade shall afford all other trades every reasonable opportunity for the installation of their work. F. If any part of the Contractor's work depends on proper execution, or results upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work, that - renders it unsuitable for such proper execution. And, the result of his failure to inspect and report shall constitute an acceptance of his work, except as to the _ defects which may develop in the other contractor's work after the execution of his work. G. To insure the proper execution of his subsequent work, -- the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between executed work and the drawings. H. Justifiable delays, such as strikes, acts of God, etc., caused by conditions beyond the control of any Prime Contractor, which in turn delays other prime contractors, shall not be considered as constituting a cause for claiming damages therefore from either the Prime Contractor or the Owner. PART 2 - PRODUCTS __ NOT USED PART 3 - EXECUTION -- NOT USED END OF SECTION __ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S SECTION 0~045 - CUTTZNG ~I~ID P&TCRZNG 0~045-~ P~%RT ~ - ~ENER~L 1.1 RELATED REQUIREMENTS SPECIFIED ELSEWHERE: A. Division 0 - Bidding and Contract Requirements. -- B. Division 2 - Sitework. 1.2 DESCRIPTION: A. Execute cutting including excavating, fitting and patching required to complete Work or to: 1. Make several parts fit properly. -- 2. Uncover portions of Work to provide for installation of ill-timed Work. _ 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide penetrations of non-structural surfaces for installation of piping and conduit. B. In addition to contract requirements, upon written instructions of Engineer: -- 1. Uncover work to provide for Engineer observation of covered work. _ 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of completed work. 1.3 SUBMITTALS: - A. Submit written notice to Engineer in advance of executing cutting which affects: _ 1. Work of Owner or any separate contractor. 2. Structural integrity of Work. 3. Integrity of weather-exposed or moisture-resistant elements. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01045 - CUTTING AND PATCHING 01045-2 4. Efficiency, operation or maintenance of operational equipment. 5. Visual qualities of sight-exposed elements. B. Request shall include: _. 1. Identification of Project, description of affected work, necessity for cutting, effect on other Work, effect on structural integrity of Project, description of proposed work. Designate: a. Scope of cutting and patching. -..- b. Trades to execute work. c. Products proposed to be used. d. Extent of refinishing. 2. Alternatives to cutting and patching. 3. Written permission of separate contractor whose work will be affected. C. Should conditions of Work, or schedule, necessitate change of materials or methods, submit written recommendation to Engineer, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions as specified in Section 01630, if provided. D. Submit written notice to Engineer designating time work will be uncovered to provide for observation. PART 2 - PRODUCTS 2.1 MATERIALS: A. For replacement of work removed, comply with Specifications for each specific product involved. GINN & CASE, INC. GRAPBVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS SECTION 0~045 - CUTTING/L liD ~TCHZN~ 0~045-3 Pi%RT 3 - EXECUTION _ 3.1 INSPECTION: A. Inspect existing conditions of Work, including elements subject to movement or damage during cutting -- and patching and during excavation and backfilling. B. After uncovering work, inspect conditions affecting -- installation of new products, or performance of work. C. Do not proceed until unsatisfactory conditions have been corrected. 3.2 PREPARATION: -- A. Provide temporary shoring, bracing and support to maintain structural integrity of affected portion of Work. B. Provide protection for other portions of Work. C. Provide protection from elements for portion of Work - which may be exposed by cutting and patching, and maintain excavations free of water. -- 3.3 PERFORMANCE: A. Execute fitting and adjustment of products to provide _ finished installation to comply with specified products, functions, tolerances and finishes. B. Execute cutting and demolition by methods which will -- prevent damage to other work and will provide proper surfaces to receive installation of repairs and new work. C. Execute excavating and backfilling by methods which .will prevent damage to other work and will prevent settlement. D. Restore work which has been cut or removed; install new products to provide completed Work in accord with -- requirements of Contract Documents. END OF 8ECTION _. GINN & CASE, INC. GRAPEVINE CREEK HENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZVZBZON · - Q~NleW~?. ~wOUT"~MENTB PAGE BECTZON 05050 - FZ~?.n w~GZNRERZNG 0~050-~ PART 1.1 GENE1L~L: A. Contractor shall provide and pay for field engineering services required for the project and include in his .. bid the necessary allowance to cover same, including: 1. Survey work required in execution of the project. 2. Civil, structural, or other professional engineering services specified, or required to execute Contractor's construction methods. B. The Engineer will identify existing control points indicated on the drawings, as required. 1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER: A. Qualified engineer or registered land surveyor, registered in State of Texas, acceptable to Contractor and Engineer. -- 1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: A. The Contractor will carefully maintain all bench marks, _ monuments, and other reference points. If destroyed or disturbed, the reference points will be replaced, by the Contractor, to their original positions. In any case in which a reference point is disturbed, the Contractor -- shall notify the Engineer. 1.4 PROJECT SURVEY REQUIREMENTS: A. The Contractor shall accurately stake out all components of the project and will be held entirely responsible for __ any errors in these lines and levels. B. The Contractor shall verify all grades, lines and levels and shall report any inconsistencies to - the Engineer before commencing work. C. Establish line and levels, locate and layout by _ instrumentation: 1. Sewer line improvements: - a. Stakes for grading, excavation, fill and sewer line placement. -- b. Utility slopes and invert elevations. 2. All appurtenances required by this contract. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN '- PROJECT 454/455 CITY OF COPPELL, TEXAS SECTZON 0L050 - FZBLD ENGZNEERZNG 0L050-2 3. Construction easement boundaries, staked and flagged a minimum of one stake per each one hundred feet or less of line on each side of centerline of proposed pipeline. _. 1.5 RECORDS: A. Contractor shall maintain a complete accurate log .... of all control and survey work as it progresses, copies of which shall be provided to the Engineer if requested. 1.6 SUBMITTALS: A. If requested by Engineer, Contractor shall submit: 1. Name and address of surveyor and/or professional engineer. 2. Documentation to verify accuracy of field engineering work. 3. Certificate signed by registered engineer or surveyor certifying that elevations and locations of improvement are in conformance, or non-conformance with Contract Documents. PART 2 - PRODUCTS .... NOT USED PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION -- GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISIOM 1 - G~MRRAL uuOUTWWM~NTS PAGE SECTION 01070 - ABB~mVT&TIONS ~ REFERENCE STANDARDS 0L070-1 PART 1 - G~MERAL 1.1 ORGANIZATION AND SOCIETY ABBREVIATIONS: A. Publications of organizations and societies are referred in Contract Documents by following abbreviated ...... designations: American Concrete Institute ACI American Institute of Steel Construction AISC American Iron and Steel Institute AISI American National Standards Institute ANSI American Society for Testing and Materials ASTM .... American Society of Civil Engineers ASCE American Welding Society AWS Concrete Reinforcing Steel Institute CRSI _ Factory Mutual FM Federal Specifications FS Portland Cement Association PCA Precast Concrete Association PCI -- Steel Deck Institute SDI Steel Joist Institute SJI Steel Structures Painting Council SSPC - Underwriters Laboratories UL Uniform Building Code UBC 1.2 REFERENCE STANDARDS - GENERAL: A. Publications of organizations and societies listed in individual Specification Sections shall be considered -- integral part of Contract Documents to extent referenced. .... B. Publications are referred to in text by basic designation only with organizations and societies referenced by abbreviations. C. When standard is referred to in individual Specification Section but is not listed in this Section by title and date, it shall be considered to be latest "- revision at date of Project Manual issuance. D. Following listings include full title and applicable revision date. 1.3 REFERENCE STANDARDS: A. American Concrete Institute (ACI): 211.1-81 (R 1985), Standard Practice for Selecting -- Proportions for Normal and Heavyweight Concrete. 211.3-75 (R 1980), Recommended Practice for Selecting ..... Proportions for No-Slump Concrete. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN "- PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01070 - ABBREVIATIONS AND REFERENCE STANDARDS 01070-2 301-84 (R 1985), Specification for Structural Concrete for Buildings. 304R-85, Guide for Measuring, Mixing, Transporting, and Placing Concrete. 305R-77, Hot Weather Concreting. 306R-78, Cold Weather Concreting. 308-81 (R 1986), Standard Practice for Curing Concrete. 309-72 (R 1978), Standard Practice for Consolidation of Concrete. -'- 315-80, Details and Detailing of Reinforced Concrete. 315R-80, Manual of Engineering and Placing Drawings for Concrete Reinforcement (Synopsis Only). 318-83, Building Code Requirements for Reinforced Concrete. 347-78, Recommended Practice for Concrete Formwork. B. American Institute of Steel Construction (AISC): Code of Standard Practice for Steel Buildings and Bridges (with Commentary), September 1, 1976. Manual of Steel Construction, Eighth Edition. Specification for Structural Joints Using ASTM A325 or A490 Bolts, April 26, 1978. C. American Society for Testing of Materials (ASTM): A 36-77a, Specification for Structural Steel. A 47-77, Specification for Malleable Iron Castings. PART Z - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECT/ON GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVZSZON L - OBNER~T. unOUZREHENT8 PA~E SECTZON 0LL00 - ltLTRRM2tTRS ~ 2t~.,TBRHItTZVBS 0IL00-~ P2q~RT X - GENERAL 1.1 GENERAL: A. This Section identifies each Alternate by number, and describes the basic changes to be incorporated into the - Work, only when that Alternate is made a part of the Work by specific provisions in the Owner-Contractor Agreement. B. Related requirements in Other Parts of the Project Manual: "- 1. Method of quotation of the cost of each Alternate, and the basis of the owner's acceptance of Alternates: Bidding Documents. 2. Incorporation of Alternates into the Work: Owner- Contractor Agreement. -- C. Referenced sections of specifications stipulate pertinent requirements for products and methods to achieve the work stipulated under each Alternate. D. Coordinate pertinent related work and modify surrounding work as required to properly integrate the work under each Alternate, and to provide the complete construction required by Contract Documents. 1.2 DESCRIPTION OF ALTERNATES: A. ALTERNATE NUMBER 1: Construct sanitary sewer line with all appurtenances, including all labor, materials, and .... equipment necessary as shown in the plans and as described in the specifications, Section 02610, using REINFORCED CONCRETE SEWER PIPE, in lieu of the PVC pipe shown as the base bid item. B. ALTERNATE NUMBER 2: Construct sanitary sewer line with all appurtenances, including all labor, materials, and -- equipment necessary as shown in the plans and as described in the specifications, Section 02624, using CENTRIFUGALLY CAST FIBERGLASS-REINFORCED POLYESTER .- PIPE, in lieu of the PVC pipe shown as the base bid item. C. ALTERNATE NUMBER 3: In lieu of boring and jacking the pipe from Sta. 122+30 to Sta. 124+50, install approximately 220 LF of 30" FRP pipe by Microtunneling methods. GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN '- PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION L - GENERAL REOUIREMENT8 PAGE SECTION 01L00 - ALTERNATES AND ALTERNATIVE8 0~00-2 D. ALTERNATE NUMBER 4: In lieu of open excavation between manhole at Sta. 41+25 and manhole at Sta. 37+44, ALTERNATE NO. 4 proposes to install approximately 371 L.F. of 30" pipe by MICROTUNNELLING methods, beginning - at Sta. 41+25 and continuing to Sta. 37+44. E. ALTERNATE NUMBER 5: In lieu of open excavation between manhole at Sta. 34+00 and manhole at Sta. 37+54, ALTERNATE NO. 5 proposes to relocate manhole at 37+54 approximately 10'south, and to install approximately 344 L.F. of 30" pipe by MICROTUNNELLING methods, beginning at Sra. 34+00 and continuing to Sta. 37+44. Additionally, ALTERNATE NO. 5 will construct a manhole over the existing 8" sanitary sewer line located between lots 7 & 8 and connecting to manhole at Sta. 37+44 by means of an 8" PVC sewer line. See specifications for specific requirements for the construction of cased tunnels to be installed by microtunneling methods. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXBXON X - GEN1E~T. ~OUXR~EI~B PAGE SECTION 0%X50 - IIIE~,k~UI~,~ENT ~ PA~I(z~r~ 0XX50-X 1.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work acceptably completed under the terms of the contract, or as directed by the - Engineer in writing, will be made by the Engineer, based on measurements made by the Engineer. These measurements will be taken according to the U.S. Standard measurements used in _ common practice and will be the actual length, area, solid contents, numbers and weight. 1.2 UNIT PRICE: Where in the proposal form a "Unit Price" is set forth, the "Unit Price" shall include the furnishing by the Contractor -- of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for the construction in every detail and the completion in a first- __ class, workmanlike manner of all the work to be done under these specifications and on the plans. The "Unit Price" shall also include all permanent protection of overhead, surface and underground structures, cleaning up, finish, "- overhead expense, bonds, insurance, patent fees, royalties, risk due to the elements, delay, profit, injuries, damages, claims and all other items not specifically mentioned that - may be required to construct fully each item of the work, complete in place. All work not specifically set forth as a separate pay item -- in the Bid Proposal and Bid Form shall be considered as a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid. 1.3 SCOPE OF PAYMENT: _ The Contractor shall receive and accept the compensation as herein provided, in full or partial payment, for furnishing all labor, tools, material, equipment and incidentals; for performing all work contemplated and embraced under the - contract; for all loss or damage arising out of the nature of the work, or from the action of the elements; for any unforeseen defects or obstruction which may arise or be - encountered during the prosecution of the work and before its final acceptance by the Engineer; for all risks of whatever description connected with the prosecution of the work; for all expense incurred by or in consequence of suspensions or discontinuance of such prosecution of the work as herein specified; for any infringement of patents, trademarks or copyrights, and for completing the work in an - acceptable manner according to the plans and specifications. The payment of any current or monthly estimate prior to final acceptance of the work by the City shall in no way - prejudice or affect the obligation of the Contractor to GINN & CASE, INC. GRAPEVINE CRBBK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION ~ - GENERAL REOUIREHENT8 PAGE SECTION 0~50 - NEASUREMENTAND PAYHB~ 0~50-2 repair, correct, renew, or replace, at his own expense, any defects or imperfections in the construction or in the strength or quality of the materials used in or about the construction of the work under contract and its appurtenances nor any damage due or attributed to such defects, which defect, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work. The Engineer shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the City for failure to correct the same, as provided herein. 1.4 ESTIMATED QUANTITIES: All estimated quantities stipulated in the Bid Proposal Form or other Contract Documents are approximate and are to be used only as a basis for estimating the probable cost of the work and for the purpose of comparing the bids submitted for the work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any differences between the amount of work actually performed or materials actually furnished and the estimated amounts therefor. 1.5 EXCAVATION AND TRENCHING: Except where otherwise specified, the unit price bid for each item of work which involves excavation and trenching shall include all costs for such work. No direct payment shall be made for excavation or trenching. Ail excavation and trenching shall be unclassified as to materials which may be encountered; and in addition, trenches shall be unclassified as to depth. All excavation work required for structures, manholes or otherwise, shall be considered to be a subsidiary obligation of the Contractor and the cost of such excavation shall be included in the unit prices bid for the structures, manholes, etc. 1.6 SANITARY SEWER MAINS: Sewers will be measured for payment on a horizontal plane after installation, through all line manholes, to the centers of new manholes and through the walls of structures and existing manholes at the points of connection therewith. Sewer pipe in bored or jacked crossings will be measured and paid for separately and shall be included in the unit prices for same. GINN & CASE, INC. GRAPEVIHB CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVZBION ! - G~]~II~J~IJ, Jt~OUZI~~B PAGE BECTZO~ 0LLS0 - ~U!~l:~l~ ~ P&~q~ 01L50-3 -- The unit price bid for pipe of each designated kind, size and depth shall cover all installation and shall include all excavation, trenching, trench safety, bedding, backfilling, _ pipe fittings, jointing materials, pipe laying, bell holes and all appurtenances for a complete installation. 1.7 MANHOLES: The unit price to cover the construction of a standard manhole, to the depth as indicated on the Bid Proposal -- Forms, measured from the elevation of the invert of the sewer at the center of .the manhole to the top of the manhole cover. This unit price shall include the excavation, trench _. safety, sheeting, shoring, bracing, manhole foundation, manhole invert, walls, top section manhole frame and cover, as shown on the plans and as otherwise specified herein in these documents. Payment for drop manholes shall be as specified for standard manholes, except that the unit prices shall also .... cover the cost of construction of the drop assembly, complete with drop pipe, fittings, concrete encasement and all other appurtenant work. 1.8 CONNECTIONS TO EXISTING MANHOLES: Connections to existing manholes shall be paid for -- separately at the lump sum prices bid. The prices bid shall be full compensation for necessary cutting, shaping, plugging, reshaping of existing invert, diversion of flow, _ completing the connection as required and all appurtenant work as needed to complete the item. 1.9 BORING, JACKING OR TUNNELING: Where boring, jacking, or tunneling is required, each installation shall be measured for payment horizontally .... along the longitudinal centerline, from end to end of the enclosing conduit, of the enclosing conduit installed therein. The unit price bid for each installation shall _ include costs for excavation, boring or jacking pits, skids, jointing materials, shoring, bracing, backfill, end closures and all other work for and in connection with the installation. The cost of the pipe installed in the boring, or jacked, shall be paid for elsewhere as a separate pay item. - 1.10 MISCELLANEOUS CONCRETE: Concrete for encasement or blocking of pipe and fittings, not included as parts of manholes and other structures, will be measured for payment at the per linear foot measurement of concrete placed within the limits as indicated on the drawings as either Type 1 or Type 2 concrete encasement. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN .__ PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01150 - MEASUREMENT AND PAYMENT 01150-4 Unless otherwise authorized by the Engineer, all additional concrete for encasement or blocking required outside the specified pay limits will be considered a subsidiary obligation of the Contractor and no direct payment shall be ..... made therefor. All concrete which is required in connection with manholes or structures, and other pay items shall be included in the lump sum or unit price bid for that pay item. The unit price bid for miscellaneous concrete shall include concrete, reinforcing steel, forms, finishing, curing, and all other work or materials required to complete the concrete work. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVZBZON I - G:f, il~]tJT. --~OUT~RM~B PAGE BECTION 01152 - APP?.T~.,AT?ONB I~'OR PA~X:BNT 01152-1 1.1 GENERAL: A. Contractor to submit Applications for Payment to Engineer in accordance with the schedule established by - Modifications to General Conditions, Section 00810, paragraph 1.1, F, Partial Payments. 1.2 FORMAT AND DATA REQUIRED: A. Submit eight itemized applications typed on Application and Certificate for Payment, as approved by Engineer. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT: -- A. Application Form: 1. Engineer shall supply the initial application form to the Contractor. 2. Fill in required information, including that for Change Orders executed prior to the date of -'- submittal of applications. 3. Fill in summary of dollar values to agree with the .__ respective totals indicated on the continuation sheets. 4. Execute certification on each copy with the - signature of a responsible officer of the Contract firm. Each copy shall bear an original signature. -- B. Continuation Sheets: 1. Fill in total list of all scheduled component _ items of work, with item number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each -- scheduled line item when work has been performed or products stored. -- 3. List each Change Order Number, and description, as for an original component item of work. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION L - GENERAL REOUIREMENTS PAGE SECTION 01152 - APPLICATION8 FOR PAYMENT 01L52-2 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: A. When the Owner or the Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project ._. 2. Application number and date 3. Detailed list of enclosures B. Submit one copy of data cover letter for each copy of application. 1.5 SUBMITTAL PROCEDURE: A. Submit Applications for Payment to Engineer at times stated in Section 00810. B. Number: Eight (8) copies of each Application. C. Sign each copy and have each copy properly notarized. D. When Engineer finds the Application properly completed and correct, he will transmit three (3) copies of the certificate for payment to the Owner and one (1) copy to the Contractor. P~RT Z - PRODUCTS -- Not Used PART $ - EXECUTION Not Used END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEXAS DIVIBION I - GBNERAT. uuOUIREMENTB PAGE BBCTION 01200 - PRBCONBTRUCTION CONFERENCE 01200-1 PART I - GENERAL 1.1 GENERAL: A. Individuals representing the Contractor, at the meeting, shall have the authority to commit the -- Contractor to matters agreed upon in the meeting. B. Present additional agenda items for discussion in writing to Owner/Engineer, minimum 48 hours prior to beginning of meeting. C. Minutes of the meeting shall be compiled and - distributed to Engineer and Owner by the Contractor. Distribution of information to subcontractors shall be the responsibility of the Contractor. PART 2 - PRODUCT~ Not Used -- PART 3 - EXECUTION 3.1 SCHEDULE AND LOCATION: A. Meeting shall be held at a place acceptable to all attendees. -- B. Contractor shall schedule meeting upon execution of Owner/Contractor Agreement. Provide attendance by authorized representatives of the Contractor, and by - major subcontractors. Invite owners, governing municipal agencies, building inspection department, fire department and public works department. 3.2 MINIMUM AGENDA: A. Organizational arrangement of Contractor's personnel -' and forces. B. Channels and procedures for communications. C. Construction schedules. _ D. Shop drawing processing. E. Standard Forms used during project. .... F. Quality assurance and performance of work. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVTSION I - GEI~BI~L REQUIREMENTS PAGE 8ECTTON 01200 - PRECONBTRUCTION CONFERENCE 01200-2 G. Procedures for personnel safety and first aid, security, temporary facilities, etc. H. Schedule of monthly progress update. I. Responsibilities of individual parties: 1. Engineers 2. Owners 3. Governing Bodies 4. Contractor J. Notice to Proceed K. Completion time for Contract L. Liquidated damages M. Delivery of materials and storage on site. N. Project Inspection 1. Functions of Engineer 2. Responsibilities of Owner .... 3. Safety and sanitary regulations O. Other items as required by the Contractor. 3.3 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVI~ CREEK 8ENRR TRUNK MAIN PROJECT 454/455 CITY OF COPPRLL, TEXAS DIVISION I - GENBI~L REOUIREMENT8 PAGE BECTION 01202 - PROGRESS MEETINGS 01202-1 PART 1- GENEI~L _ 1.1 DESCRIPTION: A. Contractor shall schedule and administer periodic progress meetings, and specially called meetings - throughout the progress of the work. 1. Prepare agenda for meetings. 2. Distribute written notice of each meeting four days in advance of meeting date. 3. Make physical arrangements for meetings. 4. Preside at meetings. 5. Record the minutes; include all significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within four (4) days after each meeting. a. To all participants in the meeting. b. To all parties affected by decisions made at -- the meeting. c. Furnish three copies of minutes to Engineer. B. Representatives of contractors, subcontractors and suppliers attending the meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Engineer may attend meetings to ascertain that work is expedited consistent with Contract documents and the construction schedules. _ D. Related requirements specified in other sections: 1. Summary of Work: Section 01010 2. Construction Schedules: Section 01310 3. Shop Drawings, Product Data and Samples: Section -.. 01340 4. Project Record Documents: Section 01720. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01202 - PROGRESS MEETINGS 01202-2 1.2 PROGRESS MEETINGS: A. Hold called meetings as required by progress of the work. B. Location of the meetings: The project field office of the Contractor, or some place designated acceptable to all concerned. C. Attendance: 1. Engineer, and his professional consultants as needed. 2. Subcontractors as pertinent to the agenda. 3. General Contractor 4. Owner D. Minimum Agenda: 1. Review approved minutes of the previous meeting. 2. Review work progress since last meeting. 3. Note field observations, problems and decisions. 4. Identify problems which impede planned progress. 5. Review off-site fabrication problems .... 6. Revise construction schedule as indicated. 7. Plan progress during the next work period. 8. Review proposed changes. 9. Complete other current business. PART 2 - PRODUCTS _. NOT USED PB/~T 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DTVIBZON I - GENER~T. ~OUIRENENT8 PAGE BECTTON 01300 - BUBMTTT]tLB 01300-1 P/qRT 1-~ENERAL 1.1 PRIOR TO BEGINNING WORK: Submit the following items with the signed agreement form as -- a prerequisite to starting the work. The number of copies required of each submittal is six (6). The location of information concerning each submittal is referenced. A. Performance Bond. Bidding Documents, Contract Forms, General and Supplementary Conditions. B. Payment Bond. Bidding Documents, Contract Forms, General and Supplementary Conditions. -- C. Certificate of Insurance. General and Supplementary Conditions. __. D. List of Subcontractors. General and Supplementary Conditions, Bidding Documents. E. Schedule of Values. General Conditions and as - specified in the section on Schedule of Values, Section 01370. -- F. Construction Schedule. General Conditions and as specified in the section on Construction Schedule, Section 01310. 1.2 DURING CONSTRUCTION: During the progress of the work, make the following '- submittals in a timely manner to prevent any delay in the work. --- A. Work Schedules. Submit progress schedules monthly as an evidence that the project will be completed by the date of contract completion. Two copies are required. Submit with monthly pay application. '-' B. Shod DrawinGs. Product Data and Samples. Submit in accordance with the section on Shop Drawings, Product Data and Samples included in Division i - General Requirements, Section 01340. C. Mill Certificates. Submit mill certificates on the following items as required by the specifications -- sections. 1. Reinforcing Steel: Division 3 - Concrete. - 2. Bulk Cement: Division 3 - Concrete. .__ GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GENERAL REOUTREMENT8 PAGE SECTION 01300 - SUBMITTAL8 01300-2 D. Application for Payment. Submit applications for partial payment as specified in the General and -. Supplementary Conditions and within the time specified in the agreement. E. Change Order Proposal. A proposal for change order may be submitted to the Engineer whenever a need arises. The request must be in writing and must include sufficient information to assess the need for a change in the work, the contract time, or the contract sum. 1.3 PROJECT CLOSE-OUT: With a written notice of completion, submit the following items in the proper form as a condition of final acceptance of the work. A. Project Record Documents. Submit in accordance with the section on Project Record Documents included in Division 1 - General Requirements, Section 01720. B. Operation and Maintenance Data. As specified in _ various sections of the specifications. C. Spare Parts and Maintenance Materials. As specified in the various specification sections. D. Other items as required by other sections of these documents. -- P/~RT 2 - PRODUCT8 NOT USED P~RT 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVZBZON I - GEHERAL RBou'rREMRNT8 PAGE BECTZON 01310 - OONSTRUCTZON 8CHEDULEB 01310-1 PART I - GENERAL 1.1 GENERAL: A. Within 15 days after award of the Contract, the - Contractor shall prepare and submit to the Engineer an estimated construction progress schedule for the Work, with dates on which he will start the salient features - of the work and the contemplated dates for completing the same. B. Submit revised progress schedules with each application for payment. Submit two (2) copies. Failure to submit these will be cause for payment to be delayed. .... 1.2 RELATED REQUIREMENTS SPECIFIED IN OTHER SECTIONS: A. Summary of the Work: Section 01010. B. Shop Drawings, Product Data and Samples: Section 01340. 1.3 FORM OF SCHEDULES: A. Prepare schedules in the form of a horizontal bar .... chart. 1. Provide separate horizontal bar for each separate _ item or operation. 2. Horizontal time scale: Identify by week, month, year, etc. 3. Minimum sheet size: 8 1/2" x 11". · - B. Format of listings: The chronological order of the start of each item of work. C. Identification of Listings: By major specification section numbers. 1.4 CONTENTS OF SCHEDULE: A. Construction Progress Schedule: _ 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning, and completion -- of, each major element of construction. 3. Show projected percentage of completion for each - item, as of the first day of each month. __ GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENEI~L REOUIREMENTB PAGE SECTION 01310 - CONSTRUCTION BCHEDULEB 01310-2 B. Submittals Schedule for Shop Drawings, Product Data and Samples. Show: ..... 1. The dates for Contractor's submittals. 2. The dates approved submittals will be required from the Engineer. C. Prepare and submit subschedules for each separate stage or work specified in Section 01010. D. Provide subschedules to define critical portions of prime schedules. 1.5 PROGRESS REVISIONS: A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections in progress and completion. 4. Other identifiable changes. -- C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays and the impact on schedule. 2. Corrective action recommended and its effect. -' 3. The effect of changes on schedules or other prime contractors. 1.6 SUBMISSIONS: A. Submit initial schedules within 15 days after award of -' contract. 1. Engineer will review schedules and return review -- copy within 10 days after receipt. 2. If required, resubmit within 7 days after return of review copy. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS .... D'rVZSTON I - GENERAL REOUZREMENTB PAGE 8ECTZON 01310 - CONBTRUCTION BCHEDULE8 01310-3 _ B. Submit revised progress schedules with each application for payment. C. Submit two copies which will be retained by the - Engineer. -- 1.7 DISTRIBUTION: A. Distribute copies of reviewed documents to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. _ B. Instruct recipients to report promptly to Contractor, in writing, any problems anticipated by the projections shown in the schedules. -- P~RT Z - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay -- item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZ~ZBZOH ~ -- GRNRP'?. PROGRRBS PAGE SECTION 01320 - PROGRB88 REPORTS 01320-1 PART 1 - GENERAL 1.1 GENERAL: A. Contractor to submit weekly progress reports to Engineer for the duration of the project. B. Reports shall be submitted in a form acceptable to the Engineer and shall include: 1. Date of report (for week beginning to ending). 2. Project name and location. 3. Contract time remaining. -- 4. Approximate percent complete. 5. Work completed this period. 6. Work in progress this period. 7. Weather conditions throughout week. 8. Additional comments. -- C. Submit original and one (1) copy to Engineer. D. Reports may be submitted on weekly basis by contractor, _ but compilation of weekly reports may be held and submitted along with Application for Payment. E. Weekly reports shall be kept current with Application -- for Payment. In no case shall contractor be greater than five weeks behind in submission of weekly reports. Failure to keep current with Application for Payment .... will be cause for delays in processing the applications. PART 2 - PRODUCTS NOT USED -- PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for '-- which it applies. END OF SECTION _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVZSZON 1 - GBNEJ~L 9eOUIRRMEIIT8 PAGE 8ECTION 01340 - SHOP DRAWINGS, PRODUCT DATA B3qID SAMPLE8 01340-1 PART 1-GENERAL .- 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as -- specified in other sections of the specifications. B. Related requirements specified in other sections. 1. Construction Schedules: Section 01310. 2. Record Documents: Section 01720. 3. Sections requiring submittals. -- C. Designate in the construction, or in a separate coordinated schedule, the dates for submission and the dates that reviewed shop drawings, product data and -- samples will be needed. D. Shop drawings, product data and samples are not considered a part of contract documents. 1.2 SHOP DRAWINGS: -- A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified __ in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog .... sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent - information as required to obtain Engineer's review and comment regarding the items involved. _ C. No work requiring shop drawings will be executed until review and appropriate comment(s) regarding such drawings has been obtained. - D. Preparation by a qualified detailer is required. E. Where necessary for clarity, identify details by -- reference to sheet and detail numbers, schedule or room numbers as shown on the contract drawings. 1.3 PRODUCT DATA: A. Preparation: -- 1. Clearly mark each copy to identify pertinent _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION i - GENEI~L REOUIREMENT8 SECTION 01340 - BHOP DR~WINGB, PRODUCT DAT~ ~%ND S~fPLEB 01340-2 products or models. 2.Show performance characteristics and capacities. 3.Show dimensions and clearances required. 4.Show wiring diagrams and controls ..... B. Manufacturer's standard schematic drawings and diagrams: 1.Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: A. Provide samples as indicated in other parts of these specifications. B. Submit office samples of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or materials with integrally related parts and attachment devices. 2. Full range of color samples. C. Erect field samples and mock-ups at the project site in an acceptable location. Construct each sample complete, including work of all trades required in finished work. D.Include in transmittal letter all information required for submission. E. Prepare the number of samples specified. -' 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and Verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications. GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVZSZON 1 - GENERAL REOUIRBMENTS PAGE SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLEB 01340-3 C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to _ cause no delay in the work or in the work. B. Number of submittals required: -- 1. For shop drawings and product data: Submit the number of copies which the contractor requires, plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: _ a. Contractor b. Supplier c. Manufacturer d. Subcontractor e. Engineer ._ 4. Identification of the product. 5. Field dimensions, clearly identified as such. - 6. Relation to adjacent structure or critical features of the work or materials. -- 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on resubmittals. GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION I - GENE1M~,L I~OUIREHENT8 PAGE SECTION 01340 - SHOP DI~3~WINGB, PRODUCT DATA /~D S~PLEB 01340-4 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural submittals. 14. A blank space on each shop drawing, approximately 4" x 4", for the Engineer's Stamp. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the Contractor of any responsibility and work required by the Contract. 2. Reviewed shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until no further corrections or changes are noted per the Engineer's review. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUZREMENTB PAGE SECTION 01340 - SHOP DRAWZNGB, PRODUCT D~T~ /%ND B~%MPLES 01340-5 B. Affix stamp and initials or signature, and indicate requirements for resubmittal; or indicate -- reviewed with no other comments indicated on submittal. C. Return submittals to Contractor for distribution, or for resubmission. 1.9 ITEMS REQUIRING SHOP DRAWING SUBMITTALS: .... A. The items listed below are items which require shop drawings submitted as outlined above. Items not listed shall not be submitted unless specifically required in _ writing by the Engineer. In the event additional items are required for submission, no additional compensation for this task will be allowed and the below list shall be considered ammended to include the additional item - and all submittal requirements shall be in full effect for the item as if it originally appeared on the list. -- Manholes Frames, Grates & Covers Pipe Culverts Sewer Piping Headwalls, Wingwalls Ail Valves; Gate, etc. Pipe Couplings Other Items as Specified 1.10 DISTRIBUTION AFTER REVIEW: _ A. Distribute copies of shop drawings and product data which carry the Engineer's stamp to, as applicable: 1. Contractor's file. 2. Job site file. - 3. Record document file. 4. Subcontractors. 5. Supplier. 6. Fabricator. B. Distribute samples as directed. After review, samples may be used in construction. PART 2 - PRODUCTS NOT USED GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND S~MPLES 01340-6 PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT: Ail acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZVZBZON 1 - GR~BP, AL KBOUZR~IJ~N'I'B PAGE 8ECTXON 01370 - BCHleDUT.~ OF VALUEB 01370-1 P~RT 1-~ENEI~L 1.1 GENERAL: A. Submit a schedule of values at least 15 days prior to '- submitting the first application for payment. Upon request, support values given with data that will substantiate the amounts. Use schedule of values only -- as basis for application for payment. B. Submit quantities of designated materials. List _ quantities of materials specified in unit prices. PART 2 - PRODUCTS '-- 2.1 FORM OF SUBMITTAL: A. Submit typewritten schedule of values on 8-1/2" x 11", -.- plain bond, white paper. Use the proposal form of this project manual as a format for listing costs of work by units. PART 3 - EXECUTION 3.1 PREPARING SCHEDULE OF VALUES: A. Itemize separate line item cost for each item of work as outlined in the Bid Form. B. Break down installed costs into: 1. Total installed cost, with overhead and profit. C. Make sum of total costs for all items listed in the schedule equal to the total contract sum. 3.2 PREPARING SCHEDULE OF UNIT MATERIAL VALUES: .._ A. Make a submittal form parallel to the schedule of values, with line items identified the same as line items in the schedule of values. -- B. Include in unit prices only: 1. Cost of material. 2. Delivery and unloading at site. 3. Sales taxes. 4. Installed costs. - 5. Overhead and profit. ._ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTS PAGE SECTION 01370 - SCHEDULE OF VALUES 01370-2 C. Make sure that the unit price multiplied by the quantity given equals the material cost of that item in the schedule of values. 3.3 REVIEW AND RESUBMITTAL: A. After review by the Engineer, revise and resubmit the schedule of values or material values, if required. Resubmit revised schedules in the same manner as the original schedules. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SENBR TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DTVTBTOM 3. -- GIENEI~,T. I~IEOUX3~'I~MIE]I~8 P~,GE fJECTXON 0X4X0 - TRBTXN~3 T.~n~ORATORY 8BItVXCBB 0X4X0-X 1.1 PAYMENT: A. The Owner will employ and pay for services of an - independent testing laboratory to perform specified testing except for testing required for equipment. _ B. When initial tests requested by the Owner indicate non- compliance with the Contract Documents, all subsequent retesting occasioned by the non-compliance shall be scheduled by the Contractor and performed by the same - testing laboratory at the sole expense of the Contractor. The cost of the initial test indicating non-compliance will also be at the sole expense of the -- Contractor under these circumstances. C. Inspection or testing performed exclusively for the Contractor's convenience shall be borne by the Contractor. D. The Contractor shall furnish concrete batch designs, '- properties of materials and conformation cylinders made from batch design at his expense. _ E. Employment of a testing laboratory by the Owner in no way relieves the Contractor of his obligation to perform the work according to the Contract Documents. 1.2 RELATED WORK: A. General Conditions of the Contract for Construction. -- Inspections and testing required by laws, ordinances, rules and regulations or orders of public authorities are the responsibility of the Contractor. B. Specification Sections. Contained in the various specification sections are requirements for certification of products, testing, adjusting and - balancing of equipment, and other tests and standards. 1.3 WORK INCLUDED: A. Testing is required for the following item(s) of work: 1. Soils compaction control. 2. Concrete. -- B. See paragraph 3.5 this Section for additional requirements. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GENEI~L REOUIREMENT~ PAGE SECTION 01410 - TESTIN~ L,%BOP~TORY SERVICES 01410-2 P~RT 2 - PRODUCTS Not Used - P~RT 3 - EXECUTION 3.1 QUALIFICATIONS: A. Standards. 1. Meet "Recommended Requirements for Independent " latest edition, Laboratory Qualification, published by American Council of Independent Laboratories. 2. Meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction." 3. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of National Bureau of Standards during most recent tour of inspection; with memorandum of remedies of any deficiencies reported by inspection. B. Testing Equipment. 1. Calibrated at maximum 12-month intervals by devices of accuracy traceable to either the National Bureau of Standards or accepted values of natural physical constants 2. Submit copy of certificate of calibration, made by accredited calibration agency. 3.2 DUTIES: A. Cooperate with the Owner and Contractor; provide qualified personnel promptly on notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards; ASTM, other recognized authorities, and as specified. 2. Ascertain compliance with requirements of the contract documents .... GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION i - GENERAL REOUI~NTS PAGE SECTION 01410 - ?ESTING L,~BOI~TORY SERVICES 01410-3 C. Promptly notify the Owner and Contractor of irregularities or deficiencies of work which are _ observed during performance of services. D. Prepare and distribute reports of inspections and tests within 3 days of test completion or weekly on continuous work as follows: 1. Engineer: three copies. 2. Contractor: two copies. 3. Owner: one copy. E. Include the following information for each test as well as additional data specified in the applicable section. 1. Date of test. ..... 2. Location of test. 3. Specified standards. 4. Test results. 5. Remarks. 3.3 LIMITS OF AUTHORITY: The laboratory is not authorized to: A. Release, revoke, alter, or enlarge on requirement of - the contract documents. B. Approve or accept any portion of the work. C. Perform any duties of the Contractor. 3.4 CONTRACTOR'S RESPONSIBILITIES: A. Cooperate with laboratory personnel; provide access to the work or to manufacturer's operations. B. Provide to laboratory, preliminary representative samples of materials to be tested, in required - quantities. C. Furnish copies of mill test reports. - D. Furnish labor and equipment: 1. To provide access to the work to be tested. .._ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION L - GENEI~L REOUIRENENT~ P~GE SECTION 0L4L0 - TESTING LABOI~TORY ~ERVICE~ 0~4~0-4 2. To obtain and handle samples at the site. 3. To facilitate inspections and tests. 4. For laboratory's exclusive use for storage and curing of test samples. E. Notify the laboratory at least 48 hours in advance of operations to allow for his assignment of personnel and scheduling of tests. F. Arrange with the laboratory and pay for additional samples and tests required for the Contractor's convenience. G. In the event of a test failure, the Owner shall notify the Contractor in writing of the "failed test" and __. identify the area which is not acceptable. It is the responsibility of the Contractor to order and pay for retesting. All retest reports and invoices should be sent directly to the Contractor with copies to Owner. 3.5 SPECIFIC TESTS, INSPECTIONS AND METHODS REQUIRED PERFORMED -. BY TESTING LAB: (AS APPLICABLE THIS PROJECT) A. Select Fill: Perform plasticity index tests on proposed select fill material prior to use to determine .... compliance with specified requirements. 1. Atterberg Limit Series: Per job requirements. -- 2. Standard Procter Density: Per job requirements. B. Sub-grade Density Testing: 1. Establish moisture density relationship, ASTM D698, for each soil type. - 2. Perform field in-place density tests, ASTM D2922, as follows; -.- a. Paving subgrade: One test for each 5000 square feet or fraction thereof, per lift. _.. 3. Trench Backfill: a. Make random tests of subsequent lifts of -" backfill to assure compliance with plans and specifications. Frequency shall be adequate to guarantee proper compaction; in no case .... less than one test per lift per 150 linear feet of backfill. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXSXON X - GBI~ERAL ~mOUXUUWlENTB PAGE SECTXON 0X4X0 - TBSTXNG T.t~u~RATORY SBRVXCES 0X4X0-5 b. Establish level of compaction effort by frequent testing of initial lifts~ in no case less than one test per lift per 75 linear feet of backfill. C. Reinforcing Steel: 1. If reinforcing steel is purchased direct from a United States mill, manufacturer's approved test - sheets will suffice. If steel is from dealer's stock, perform tension and bending tests on three separate samples for each size of bar in every 5 tons of each type of steel as specified in the appropriate ASTM Specification. Contractor shall furnish all material for testing and pay for all such tests. Steel supplier shall furnish mill - certificate reports. 2. Perform visual inspection prior to placement for _ size, type, and quality of materials. 3. Observe and report on placement of reinforcement, including size, vertical location, horizontal - spacing, correctness of bends, splices, clearance between bars and forms, firmness of installation, and security of supports and ties, immediately -- prior to concreting. D. Inspection and Testing of Concrete: 1. Concrete Mix Designs: a. Trial mixtures having proportions and - consistencies suitable for the work shall be made based on ACI 211.1, using at least three different water-cement ratios which will .... produce a range of strengths encompassing those required for this project. .... b. Trial mixes shall be designed to produce a slump within 1/2" of the maximum permitted, and for air-entrained concrete, within .5 percent of maximum allowable air content. c. For each water-cement ratio, at least three compression test cylinders for each test age _. shall be made and cured in accordance with ASTM C192. Cylinders shall be tested at 7 and 28 days in accordance with ASTM C39, unless otherwise directed by the Engineer. d. From the results of the 28 day tests a curve shall be plotted showing the relationship - between the water-cement ratio and compressive GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GENEI~L REOUIREMENT8 PAGE SECTION 01410 - TEBTIN~ Y.~.BOI~TORY SERVICES 01410-6 strength. From this curve, the water-cement ratio to be used in the concrete shall be selected to produce the average strength required. -' e. The cement content and mixture proportions to be used shall be such that this water-cement _ ratio is not exceeded when slump is the maximum permitted. Control in the field shall be based upon maintenance of proper cement content, slump, and air content. f. Mix designs furnished by the concrete supplier and accompanied by test data showing an --. acceptable strength history, will be considered as an acceptable alternative to the procedure described in paragraphs 'a through __ d' above. 1. Temperature of concrete in test data shall be within 5 degrees F of maximum temperature specified or expected for this project. 2. Strengths indicated in test data shall be in accordance with ACI 318. 2. Inspection: a. Inspect and control concrete mixing and loading of transit-mix trucks at plant at start of each day's mixing. Prevailing conditions shall be compared to criteria indicated on appropriate design mix (temperature, moisture, condition of aggregates, etc.). Report significant deviances immediately; make corresponding adjustments to mix before materials are discharged. b. Control addition of water to concrete at job site and length of time concrete is allowed to remain in truck during placement. c. Certify each delivery ticket indicating class of concrete delivered, amount of water added and time at which cement and aggregate was discharged into truck, and time at which concrete was discharged from truck. d. Temperature: Determine temperature of _ concrete sample of each strength test. GINN & CASE, INC. ~I~APEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZVZBZON 1 - GE~I~L It, EOUZRF, I~NTB PAGE BECTZON 01.41.0 - TEBTING ~I~TORY BERVZCEB 02.41.0-7 3. Test Cylinders: a. During progress of work, make test cylinders in accordance with ASTM C172. Make 3 test cylinders for each 100 cubic yards or fraction thereof placed for any one day, for each different class of concrete. --- b. Mold and cure cylinders in accordance with ASTM C31; test cylinders in accordance with ASTM C39 (1 at 7 days and 2 at 28 days). ..... Engineer may waive test requirements for placements of 25 cubic yards or less. 4. Slump Tests: Make slump assurance tests at '-' beginning of each day's placement and for each set of test cylinders in accordance with ASTM C143. 5. Air Content: Determine total air content of air entrained normal weight concrete for each strength test in accordance with ASTM C231. E. Inspection and Testing of Structural Steel: 1. Inspect structural steel during fabrication -- and after erection for conformance with Contract Documents and approved shop drawings. _ 2. Fabricator and Erector shall provide the Testing Laboratory with names of welders to be employed on work, together with certification that each of these welders has passed qualification tests '- within the last year using procedures covered in the American Welding Society Standard. -- 3. Inspect erected structural framework for conformance with requirements specified, including: a. Location and adequacy of bracing. b. Location and set of anchor bolts and other -- inserts. c. Required alignment, plumbness, camber, etc. 4. Inspection of high strength bolted construction: In accordance with Section 6, AISC Specification for Structural Joints, and as follows: a. Visually inspect all high strength bolted connections. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVI'SION 1 - GENEI~L REOU'rREI~ENTS PAGE SECTION 01410 - TEST?NG L~BOI~TORY SERVICES 01410-8 b. Check at least two bolts of every third connection between beams and girders with calibrated torque wrench for proper torque. -- c. Check at least two bolts of every connection between girders and columns as above, but not less than 10% of bolts. 5. Inspection of Field Welds: In accordance with Section 6 of AWS Building Code and as follows: a. Visually inspect welds in accordance with Article 605. b. Test full penetration welds by ultrasonic method in accordance with ASTM E164. 6. Special Inspections: If after the commencement of the work, the Engineer determines that any part of the work requires special inspection, testing or approval, he will instruct the Contractor to order such special inspection, testing or approval. If such special inspection or testing reveals a failure of the work to comply with the requirements of the Contract Documents, or with respect to the performance of the work, with laws, ordinances, rules, regulations or the orders of any public authority having jurisdiction; the Contractor shall bear all costs thereof, including Engineer additional services made necessary by such failure. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXSXON I - GENERJt?. I~OUXREMENTB PAGE IIECTXON 01420 - REBXDENT PItO~ECT REPRBBENT~,TIVE BERV. 01420-I PART I - GENERAL 1.1 SCOPE: This section summarizes the duties, responsibilities and -- limitations of authority of the Resident Project Representative (RPR) in connection with his observation and review of the work. 1.2 AUTHORITY: A. Services of the RPR are set forth in the General - Conditions of the Contract for Construction. In particular, the definition of the Engineer's duties provide authority for observation and review of the -- work. B. The RPR's authority to require special inspection or testing in connection with rejected work is also provided in the General Conditions. Furthermore, the provisions that, upon request by the Contractor, the RPR review and accept or reject any material furnished --- is also granted in the General Conditions. C. The provision for removing work for inspection by the .__ inspector is set forth in the General Conditions in the paragraph concerning uncovering of work. 1.2 DEFINITIONS: A. Resident Pro4ect Representative (RPR). A representative of the Engineer or Owner will be assigned authority to --. observe and review the work. B. Working DaY. RPR's are not required to work on _ Saturdays, Sundays, or legal holidays. If the Contractor plans work on a Saturday or legal holiday, prior arrangements should be made for an RPR not later than 2:00 p.m. on the working day before the Saturday - or legal holiday. C. Unobserved or Unreviewed Work. Any work performed on a -- Saturday, Sunday, or legal holiday without benefit of any observation or review by the RPR may require removal and replacement if so directed by the RPR. Removal and replacement will be completed at no additional cost. 1.3 FULL-TIME PROJECT REPRESENTATIVE: A. Assist the Contractor's superintendent in understanding the intent of the contract documents. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION I - GENEI~L REOUIREMENT8 PAGE SECTION 01420 - RESIDENT PROJECT REPRESENTATIVE SERV. 01420-2 B. Conduct on-site observations and spot checks of the work in progress as a basis for determining conformance of work, materials and equipment with the contract documents. C. Consider and evaluate suggestions or recommendations which may be submitted by the Contractor to the Engineer and report them with recommendations to the Engineer for final decision. D. Be alert to the construction schedule and to conditions which may cause delay in completion, and report same to the Engineer. E. Maintain liaison with the Contractor and all subcontractors on the project only through the Contractor's superintendent. F. Attend conferences held at the project site as directed by the Engineer. Report to the Engineer the results of such meetings. G. Advise the Engineer in advance of the schedules of tests and observe that tests at the project site which are required by the contract documents are actually conducted; observe, record and report to the Engineer all details relative to the test procedures. H. If inspectors representing local, state or federal agencies having jurisdiction over the project visit the site, accompany such inspectors during their trips through the project; record and report to the Engineer's office the results of these inspections. I. Receive samples which are required to be furnished at the site; record date received and from whom, and notify the Engineer of their readiness for examination; record Engineer's approval or rejection; and maintain custody of approved samples. J. Review applications for payment submitted by the Contractor and forward them with recommendations to the Engineer for disposition. K. After substantial completion, check each incomplete or defective item as it is corrected. L. If a situation arises during construction which requires that work be rejected, report such situation immediately to the Engineer ..... GINN & CASE, INC. GI~APEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TENA8 DIVISION I - GENIeRAL RBOUIRRMEHT8 PAGE SECTION 01420 - ~BIDENT PROJECT REPRESENTATIVE BERV. 01420-3 M. The project representative shall not: _ 1. Authorize deviations from the contract documents. 2. Personally conduct any tests. 3. Enter into the area of responsibility of the Contractor's superintendent. 4. Expedite the work for the Contractor. ._ 5. Advise on, or issue directions relative to any aspect of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the work. 6. Authorize or suggest that the Owner occupy the project, in whole or in part, prior to substantial -- completion. PART2 - PRODUCTS NOT USED PART$ - EXECUTION NOT USED END OF SECTION .. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOU'I'RE~ENT8 PAGE 8ECT'I'ON 01500 - TF~PORARY FACZLITXE8 AND CONTROL8 01500-1 PART ~ - eENERAL 1.1 GENERAL: A. The facilities and controls specified in this section -- are considered minimum for the project. The Contractor may provide additional facilities and controls which he considers necessary for the proper execution of the --- work and to meet his responsibilities for protection of persons and property. 1.2 QUALITY ASSURANCE: A. Regulation: -- 1. Comply with governing regulations for the installation and use of temporary construction facilities, and operation of security and protection facilities, including health and safety regulations. 2. Comply with pollution, environmental protection, -- and conservation regulations for the use of water and energy, and for the control of dust, air pollution, noise, trash and similar nuisances. B. Contractor shall assign responsibilities for installation and maintenance of temporary facilities __ security and protection, and compliance with regulations. 1.3 JOB CONDITIONS: A. Scheduled Uses: Provide temporary construction facilities at the time first needed to avoid delays in -- the performance of the work. Maintain, expand, and modify as needed through the progress of work. B. Conditions of Use: Operate, maintain, control, and protect temporary construction facilities in a manner which will prevent over-loading, freezing, pollution, contamination of water source, flooding, unsanitary conditions, hazardous exposures, fire, disease, erosion of site, damage or deterioration of completed work, public nuisances, trash and similar deleterious effects. .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVZSZON ~ - GENEI~L REOUIREMENT8 PAGE SECTION 0~500 - TEHPOI~.RY FACILITIES J~D CONTROL8 05500-2 PART 2 - PRODUCTB 2.1 MATERIALS OF TEMPORARY FACILITIES: A. Either new or used materials and equipment, which are in substantially undamaged condition and without significant deterioration. .-.- B. Use materials and equipment which are recognized in the construction industry by compliance with appropriate standards, as being suitable for the intended use in each case, and capable of being maintained properly through the course of anticipated use of the project site. -'- PART 3 - EXECUTION - 3.1 TEMPORARY CONSTRUCTION FACILITIES: A. Access : 1. Construct and maintain in good condition all temporary roads and other points of access to the -- project site. 2. Deliver construction materials only from locations ._. approved by the Engineer and Owner. 3. Protect curbs with timber bridging. At the completion of work, restore all damaged curbs to '- their original condition. B. Temporary Drainage Control: From commencement to completion of construction, maintain the site, excavations, and the construction free of accumulated ._ water. Slope ground to drain surface water away from building and provide pumping and bailing equipment to keep excavations dry. 3.2 TEMPORARY GENERAL SERVICE FACILITIES: A. Temporary Field Offices: Minimum 100 sq. ft. for use .. of the Owner and Engineer's field representative, equipped with a desk, plan table, two chairs, and a direct line telephone. (Not Applicable this Project). B. Provide temporary field office at the site on an approved location. The building shall be weatherproof with a lockable door, properly heated and air conditioned with adequate illumination. (Not Applicable this Project). GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVXBXON I - GBNERA. L uuQUXRRMENTB PAGE ~ECTXON 01500 - T~qPOit,ldty FACXLXTXE$ ~MI) CONTROLS 01500-3 C. Temporary Sanitary Facilities: Toilets, drinking water, and wash facilities for the use of all _ construction personnel. Portable facilities, properly maintained, may be used as approved by the County Health Department. - D. Temporary Telephone Service: For use by construction personnel and the Engineer's representative. The Contractor shall pay for all local calls and charges. .- (Not Appliomble this Projeot). E. Temporary Water Supply: 1. Provide all water necessary for construction purposes. Make temporary connection to existing main to provide temporary water. 2. The Contractor shall make the necessary arrangements with the City Water Department and _ include all expenses in the Contract Amount, or make arrangements to pay for them separately. 3.3 SECURITY AND PROTECTION: A. Barriers and Fences: 1. Comply with recognized standards and applicable city ordinances for the erection of substantial ._ and structurally adequate barricades and fences required during construction. 2. Provide barricades wherever needed to insure -' prevention of accidents and losses. Paint with appropriate colors and warning signs to inform personnel and general public of the hazard -- present. B. Temporary Fire Protection: 1. During the construction period and until the time certain protection needs may be fulfilled by permanent facilities, install and maintain whatever types and forms of fire protection temporary facilities may be needed to adequately protect against fire losses which are reasonably _ predictable and controllable. 2. Comply with the applicable City Ordinances for fire protection. 3. Locate extinguishers where most convenient and effective. .__ GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION L - GENEI~L REOUIRENENT~ P~GE SECTION 0LS00 - TE~POI~,RY F~CILITIB~ ~ND CONTROL~ 0~500-4 4. Store combustible materials in fire-safe locations and containers. 3.4 TERMINATION AND REMOVAL: A. At the time the need has ended for each temporary --- facility, or at substantial completion of the project, promptly remove the facility. B. Any work that is damaged or otherwise affected by temporary facilities shall be restored to its original condition by the Contractor. 3.5 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF BECTION GINN & CASE, INC. GRAPEVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXt8 DIVIfJION 1 - GENmRAL PmOUT,RWqBNT8 PAGE SECTION 0:1600 - MATERIAL 2tND BOUIPMENT 03.600-3. P~RT 3.-GENEI~L 1.1 GENERAL: A. Material and Equipment Incorporated into the Work. 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. 3. Manufactured and Fabricated Products. -- a. Design, fabricate and assemble in accord with the best engineering and shop practices. _. b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. .... c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions -- shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is _ specified. B. Related Requirements Specified in Other Sections. - 1. Summary of Work: Section 01010. 2. Shop Drawings, Product Data and Samples: Section -- 01340. 1.2 REUSE OF EXISTING MATERIAL: A. Except as specifically indicated or specified, materials and equipment removed from the existing facilities shall not be used in the completed work. B. For material and equipment specifically indicated or specified to be reused in the work: GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION · - ~ENEI~L REOUIREMENT$ P~E SECTION 0~600 - M~,TER~L ~ EOUIPMENT 0~600-~ 1. Use special care in removal, handling, storage and reinstallation, to assure proper function in the completed work. 2. Arrange for transportation, storage and handling of products which require off-site storage, restoration or renovation. Pay all costs for such work. 1.3 MANUFACTURER'S INSTRUCTIONS: A. When contract documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by contract documents. 1.4 TRANSPORTATION ANDHANDLING: A. Arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible 2. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL RBOUIREMENTB PAGE SECTION 01600 - MATERIAL AND EOUIPMENT 01600-3 1.5 STORAGE AND PROTECTION: .... A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements - in weathertight enclosures. 2. Maintain temperature and humidity within the -- ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration - with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. - C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under -- specified conditions, and free from damage or deterioration. D. Protection After Installation. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. PART 2 - PRODUCTS -- NOT USED PART 3 - EXECUTION NOT USED END OF SECTION .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZVZBZON I - GENERAL REOUZRF, MENTB PAGE BECTZON 01630 - BUBBTZTUTIONB AND PRODUCT OPTIONB 01630-1 P~RT 1-GENERAL 1.1 GENERAL: A. Products List. Within 30 days after contract date, submit to Engineer a complete list of major products "- proposed to be used, with the name of the manufacturer and the installing subcontractor. _ B. Contractor's Options. 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products -- or manufacturers named, which complies with the specifications. _ 3. For products specified by naming one or more products or manufacturers and "or equal,'* Contractor must submit a request as for substitutions for any product or manufacturer not .... specifically named. 4. For products specified by naming only one product -- and manufacturer, there is no option. C. Substitutions. 1. For a period of 30 days after contract date, Engineer will consider written requests from Contractor for substitution of products. 2. Submit a separate request for each product, supported with complete data, with drawings and _ samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. _ d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service, and source of replacement materials. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENT8 PAGE SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTION8 01630-2 3. Engineer shall be the judge of the acceptability of the proposed substitution. D. Contractor's Representation. A request for a substitution constitutes a representation that Contractor: 1. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for the substitution as for the product specified. 3. Will coordinate the installation of an accepted substitution into the work, and make sure other changes as may be required to make the work complete in all respects. 4. waives all claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer will review requests for substitutions with reasonable promptness, and notify Contractor, in writing, of the decision to accept or reject the requested substitution. F. Substitutions will not be considered if: 1. They are indicated or implied on Shop Drawings or Product Data submittal without formal request submitted in accordance with this section. 2. Acceptance will require substantial revision of the Contract Documents. G. If substitution is not approved or accepted, Contractor shall furnish specifie4 product. PI~RT 2 - PRODUCTS NOT USED PI~RT 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CP~EK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXSXON X - GENEI~L REOUZRE~ENTB PXGE BECTXON 0XT00 - CONTI~CT CLOBEOUT 0XT00-X PART 1-GENERAL 1.1 GENERAL: A. Contractor shall comply with requirements stated in Conditions of the Contract and specifications for - administrative procedures for closing out the work. B. Related requirements specified in other sections: 1. Record Documents: Section 01720 2. Warranties: Section 01750 3. Operation and Maintenance Data: Section 01730. --- 1.2 SUBSTANTIAL COMPLETION: A. When Contractor considers the work is substantially .__ complete, he shall submit to the Engineer: 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. _4 B. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion and shall furnish the Contractor a complete list of items of work to be completed or corrected. The list so developed shall, in no way, release the Contractor, or subcontractors from furnishing and installing or correcting items or work -- required by the Contract Documents. C. Should Engineer determine that the work is not _ substantially complete: 1. Engineer will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the work, and send a second written notice of - substantial completion to the Engineer. 3. Engineer will reinspect the work. D. When Engineer concurs that the work is substantially complete, he will: -- 1. Prepare a tentative Certificate of Substantial Completioh accompanied by Contractor's tentative list of items to be completed or corrected, as -- verified and amended by the Engineer. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1 - GENEP.~L REOUIREMENT$ PAGE SECTION 0Z700 - CONTI~CT CLOSEOUT 01700-2 2. Submit the tentative Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them. 3. After due consideration of any objections to the tentative certificate that have been made by the Owner as provided in the General Conditions, the Engineer will execute and deliver to the Owner and Contractor a definite Certificate of Substantial Completion with a revised list of items to be completed or corrected. -- 1.3 FINAL INSPECTION: A. When Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. " 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the Owner's representatives and are operational. 5. Work is completed and ready for final inspection. B. Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that the work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Engineer that the work is complete. 3. When the Engineer finds that the work is acceptable under the Contract Documents, he shall -- request the Contractor to make closeout submittals. GINN & CASE, INC. GRAPEVIN~ CREEK SEN~R TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION ~ - GENERAL RBOUIREHENT8 PAGE HECTION 0L700 - COHTRACT CLOSEOUT 0L700-3 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: -- A. Upon final acceptance by the Owner, and completion of all work, the Contractor shall submit to the Owner, through the Engineer, the following data: 1. Certificate stating that all accounts for labor, equipment and material are paid in full; or in the case of outstanding accounts because of this work, - the Contractor shall furnish a release of claims by the individual or concerned party. This certificate shall be notarized and signed by the __ Contractor. 2. The Contractor's Bonding Company shall furnish a release to the Owner, that it is with their consent that final payment be made to the Contractor. -- 3. The Contractor shall furnish a TWO YEAR (2), 100% Maintenance Bond as provided in Section 00640 of these documents. 4. The Contractor shall submit accurate and detailed "As-Built Drawings" covering all changes to the work. Submit two (2) copies. 5. The Contractor shall submit all guarantees, warranties, brochures, and operating instructions - as required by the different divisions of the specifications. 6. The Contractor shall submit a request for final payment, which shall include an audit of the account of the contract and said audit shall fully cover amounts paid by the Owner to the Contractor, - and amounts due Contractor because of this work, all of which shall be fully covered by the contract documents and approved change orders. 7. Certificate of Occupancy, if applicable. 8. Certificates of inspection, if applicable. 9. Operation and Maintenance Data, Instructions to Owner's Personnel. To requirements of respective -- sections in specifications. _ 10. Spare Parts and Maintenance Materials. As specified in respective sections of specifications. -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENERAL REOUIREMENTB PaGE SECTION 01700 - CONTRACT CLOSEOUT 01700-4 1.5 FINAL ADJUSTMENT OF ACCOUNTS: A. Submit a final statement of accounting to Engineer. (Final pay application) B. Statement shall reflect all adjustments to contract sum. .... 1. Original contract sum. 2. Additions and deductions resulting from: a. Previous change orders. b. Unit prices. c. Deductions for uncorrected work. d. Deductions for liquidated damages. e. Other adjustments. 3. Total contract sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 1.6 FINAL PAYMENT: Final payment shall be made upon submission of the documents -- called for above, and as covered under the general conditions and any modification thereto. PART Z - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION L - GENEPJtL REOUIItFJ~NTB PAGE BECTION 0L720 - PRO0'BCT P~CORD DI~W~NGB 0~720-~ P~RT ~ - 1.1 GENERAL: A. Prepare and maintain record documents for the project to accurately reflect the construction as built. -- Documents must be submitted at work completion as a condition of final acceptance. ._ B. Related Requirements Specified Elsewhere: 1. Shop Drawings, Product Data & Samples: Section 01340 1.2 MAINTENANCE OF RECORD DOCUMENTS: -- A. Maintain at the job site, one copy of: 1. Contract drawings. 2. Specifications. 3. Addenda. 4. Reviewed shop drawings. -- 5. Change orders and field orders. 6. Other contract modifications. 7. Field test records. 8. Correspondence. B. Store documents in approved location, apart from documents used for construction. C. Provide files and racks for storage of documents. D. Maintain documents in clean, dry legible condition. E. Do not use record documents for construction purposes. -- F. Make documents available at all times for inspection by Engineer and Owner. PART 2 - PRODUCTS 2.1 MARKING DEVICES: A. Mark all changes with red pencil. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLL, TEX~S DIVI8ION ~ - GENERAL REOUIREMENT$ PA~E SECTION 0~720 - PROJECT RECORD DRAWINGB 0~720-2 PART ~ - EXECUTION 3.1 RECORDING: A. Keep record documents current. Do not conceal any work until required information has been recorded. B. Label each document "PROJECT RECORD" in neat, large, printed letters. Legibly mark contract drawings to record actual construction: 1. Depths of various elements of foundations in relation to benchmark elevation. 2. Horizontal and vertical location of underground and underslab utilities and appurtenances referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances referenced to permanent surface improvements. 4. Field changes of dimension and detail. 5. Changes made by change order or field order. 6. Details not on original contract drawings. C. Legibly mark specifications and addenda to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other matters not originally specified. D.Legibly annotate the shop drawings to record changes made after review. E. Final Drawings: 1. Upon completion of Work, furnish Owner with one (1) complete set of marked-up reproducibles with "PROJECT RECORD DOCUMENTS" clearly printed in lower right hand corner of each sheet. 2. Engineer when requested, will furnish set of reproducibles of mylars for mark-up. (Cost of reproducibles to Contractor) 3. Accurately and neatly transfer changes and deviations from construction progress set to final set. GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION I - GENERAL REOUI~J~NTB P~,GE 8ECTION 01720 - PROJECT RECORD DRAWINGB 01720-3 4. Prepare record Drawings where specified and as - required. Provide reproducibles plus two (2) sets of blue line prints. ._ F. Final Specifications: 1. Upon completion of Work, furnish Owner with one (1) copy to Engineer with complete set marked-up --' with "PROJECT RECORD DOCUMENTS" clearly printed on cover. 2. Engineer, at cost of reproduction to Contractor, will furnish Specifications for mark-up. 3. With black ink, accurately and neatly transfer annotations from construction progress set to final set. G. Samples: Record on transmittal, if not indicated, manufacturer, trade name, catalog number, color, and supplier. H. Endorsement: Sign each final record drawing and cover of final record Specifications. Note thereon that record documents are complete and accurate. 3.2 SUBMITTALS: -- A. Collect and protect items submitted by manufacturer, supplier or subcontractor which accompany materials and equipment, such as bonds and warranties, special tools, __ extra maintenance parts and materials, and printed information regarding operation, lubrication, parts and maintenance. Submit to Owner upon completion of job, in bound tabbed volume. B. Upon completion of job, bind one copy of approved shop drawings and catalog of equipment actually installed in - job, and post construction submittals, into tabbed, trade related volumes, and deliver to the Engineer for transmittal to the Owner. C. Preparation of Reproducibles: In preparation for Certification of Substantial Completion of the work, review completed mark-up of record drawings with -- Engineer. When authorized, proceed with preparation of a full set of corrected reproducibles for contract record drawings. Incorporate changes and additional _ information previously marked-up on print sets, by erasing and redrawing where applicable; refer instances of uncertainty to Engineer for determination. Identify and date each updated drawing. -' GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION I - GENEI~L REOUIREMENTB PAGE SECTION 02.720 - PROJECT RECORD DRAWINGS 01720-4 D. Accompany submittal with transmittal letter, in duplicate, containing: ._. 1. Date. 2. Project title and number. - .... 3. Contractor's name and address. 4. Title and number of each record document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor, or his authorized representative. E. At Contract close-out, deliver one set of reproducibles and two sets (blue line prints) of record documents (as-built) to Engineer for the Owner. Cost of reproducibles and blue lines will be borne by the Contractor. 3.3 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3. - GENERAL REOUIREMENTS P/~GE BECTTON 03.750 - WARRAHTXB8 AND BONDS 03.750-3. PART 3. - GENERAL 1.1 GENERAL: A. Contractor shall quarantee materials and workmanship for a period of two year, 100% Maintenance Bond, from date of completion and final acceptance by the Owner except where additional guarantees or warranties are - required under the technical sections of the specifications. Final acceptance by the Owner means the date that the City Council offically accepts and __ approves the project and makes final payment; or six months from the date of the written notice of substantial completion, whichever comes first. -- B. Before final payment is made, the General Contractor shall deliver to the Engineer all material and equipment guarantees or warranties in writing from sub- --- contractors and suppliers. C. The General Contractor shall also deliver to the ._ Engineer before final payment three complete bound sets of manufacturer's instructions, service and parts manuals on each piece of equipment furnished under this contract. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION NOT USED '- END OF SECTION - GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEX~S -- DIVISION ~ ~TEWORK - GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS 2 - B?TleWORK PAGE 02000 - BTM~,'DARD SPECIFICATION8 02000-3. 3.-GENEI~L GENERAL: A. All specifications and special provisions applicable to this project are identified as follows: STANDARD SPECIFICATIONS: The 1982 Edition of the Texas State Department of Highways and Public Transportation Standard Specifications for Construction of Highways, Streets and Bridges as adopted by the State Department of Highways and Public Transportation, September 1, 1982, Part II, Construction Details. B. The following items are specifically hereby included, IF APPLICABLE TO THE PROJECT: ITEM NO. DESCRIPTION 100 Preparing Right-of-Way 104 Removing Old Concrete 248 Flexible Base 360 Concrete Pavement (Water Cement Ratio) 400 Structural Excavation 401 Excavation and Backfill for Sewers 420 Concrete Structures 421 Concrete for Structures 427 Surface Finishes for Concrete 440 Reinforcing Steel 470 Manholes and Inlets 471 Frames, Grates, Rings & Covers 472 Relaying Culvert Pipe 475 Headwalls, Wingwalls, Inlets and Manholes 479 Adjusting Manholes & Inlets 481 PVC Pipe 530 Concrete Curb, Curb and Gutter, Sidewalks 582 Water Mains and Drains C. In addition to the above Standard Specifications, the August 28, 1986 Edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction, Part II, Materials, and Part III, Construction Methods, where not in conflict with the Highway Department Standards, shall be applicable to this project. If a conflict should occur, the Highway Department Specifications shall govern, unless stated otherwise. OF SECTION CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8XT~WORK PaGE BECTION 02010 - BPECIAL PROVZBIONB 02010-1 PART I - GENERAL -.- 1.1 GENERAL: A. The following Special Provisions shall govern and take precedence over the aforementioned Standard - Specifications enumerated herein whenever they are in conflict. - B. Mention herein or indication on the drawings of items, materials, operations or methods, requires that the Contractor provide and/or ._ install each item mentioned or indicated of quality or subject to qualification noted; perform according to conditions stated each operation prescribed; and provide all necessary labor, '-- equipment, supplies and incidentals. C. Requirements of the General Conditions, Special Conditions and Addenda, if issued, shall apply as if herein written. _ D. Separation of these specifications into items and sections is for convenience only and is not intended to establish limits of work. ITEM NO. DESCRIPTION _ 100 Preparing Right of Way 102 Clearing and Grubbing 104 Removing Old Concrete 160 Furnishing and Placing Topsoil 360 Concrete Pavement (Water Cement Ratio) 400 Structural Excavation 401 Excavation and Backfill for Sewers - 420 Concrete Structures 421 Concrete for Structures 440 Reinforcing Steel 470 Manholes and Inlets 471 Frames, Grates, Rings and Covers 475 Headwalls, Wingwalls, Inlets & Manholes 481 PVC Pipe '" 502 Barricades, Signs and Traffic Handling 530 Concrete Curb, Curb and Gutter, Sidewalks 582 Water Mains and Drains GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02010 - SPECIAL PROVISIONS 02010-2 1.2 The following Special Provisions are provided for clarification or reference where required and shall govern if applicable to the project, or a specific portion of the project. SPECIAL PROVISION TO ITEM 100 - PREPARING RIGHT-OF-WAY -- (REFERENCE: NCTCOG SPECIFICATIONS, ITF~ 3.1) Article 100.3 MEASUREMENT. Delete the second paragraph and replace with the following: Measurement for payment will be made between the limits of construction. Measurement will be parallel and adjacent to the centerline of the right-of-way, or easements along the centerline of the improvement. The limits of construction will be the width of the established right-of-way, or easements, throughout the entire project, along with any additional areas as indicated on drawings. Article 100.4 PAYMENT. Delete the third paragraph and replace with the following: The total payment for this item will not exceed 50 percent of the original contract remaining amount for this item prior to the final estimate. The portion of the contract amount for this item in excess of 50 percent of the total contract amount for this item will be paid on the final estimate. Payment for locating existing utilities shall be paid for, as indicated, under Section 01010 of these specifications. No payment will be made for this item until the Contractor has verified the locations of all underground utilities which affect the work included in the scope of this Contract, and has submitted to the Engineer drawings detailing all conflicts between existing utilities and the work included in the scope of this Contract. SPECIAL PROVISION TO ITEM 102 - CLEARING AND GRUBBING (REFERENCE: NCTCOG 8PECIFICATIONB, ITEM 3.2 CLEARING AND GRUBBING) Article 102.3 MEASUREMENT. Delete the first, second, third, fourth, fifth, and sixth paragraphs, and replace with the following: Clearing and grubbing shall be measured by lump-sum. Measurement shall be made only on areas disturbed by construction operations and/or classified on plans as clearing and grubbing, or as required by the project to fully complete same. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION ~ - SITEWORK P&~E BECTION 0~0~0 - BPECZ~ PIqOVZBZONS 020~0-3 Article 102.4 PAYMENT. Delete in its entirety and replace with the following: All work performed and measured as provided under "Measure- ment'' will be paid for at the lump-sum price for "Clearing .._ and Grubbing", which price shall be full compensation for furnishing all labor, equipment, tools, supplies, disposal, hauling off the project and incidentals necessary to complete the work. The total payment for this item will not exceed 50 percent of the original contract amount prior to the final estimate. .-. The portion of the contract amount for this item in excess of 50 percent of the total contract amount will be paid on the final estimate. - SPECI&L PROVISION TO ITEH 104 - RBMOVIN~ OLD CONCRETE/OLD ~SPH~LT (REFERENCE~ NCTCOG SPECIFICATIONS. ITEM 8.8 SAWING) ._ Article 104.1 DESCRIPTION. Delete in its entirety and replace with the following: Removing old concrete or old asphalt shall consist of all -- sawed break-out grooves for full depth of existing concrete, or asphalt, breaking up, removing and satisfactorily storing or disposing of old concrete or - asphalt street, pavements, curb and gutter where shown on plans. Ail other old concrete or old asphalt within the limits of the public rights-of-way such as foundations, reinforced concrete pipe, curbs, driveways, or curb and gutter, not specifically provided for here or elsewhere by the plans and/or specifications shall be considered subsidiary to the work associated with the demolition and - removal. Article 104.2 CONSTRUCTION METHODS. Add the following to the .__ second paragraph of this article: The existing concrete and asphaltic pavement shall be cut to the full depth encountered for the entire length as .... required. The concrete or asphalt pavement removed shall be removed as indicated and according to the notes or details associated with the particular area or section of pavement. Article 104.3 MEASUREMENT. Delete and replace with the following: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for -'- which it applies. -- GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02010 - SPECIAL PROVISIONS 02010-4 SPECIAL PROVISION TO ITEM 130 - BORROW Article 130.4 MEABUREMBNT and 130.5 PAYMENT. Delete both articles in their entirety and replace with the following: There will be no separate measurement or payment for borrow obtained from within the limits of the project, or borrow "delivered". Material from excavation may be used as embankment or backfill material, if approved by the Engineer. All acceptable work performed as required by this section -" shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. SPECIAL PROVISION TO ITEM 160 - FURNISHING AND PLACING TOPSOIL (REFERENCE: NCTCOG SPECIFICATIONS, ITEM 3.S. TOPSOIL) Article 160.1 DESCRIPTION. Delete in its entirety and replace with the following: This item shall consist of stripping and removing the top 6" of topsoil from within the right-of-way limits, temporarily stockpiling the material, then placing it to a minimum 6" uniform thickness, on areas disturbed during construction. Article 160.2 MATERIAL. Delete in its entirety and replace with the following: The topsoil shall be free of objectionable materials and be able to support the growth of block sodding or landscaping as hereinafter specified. Article 160.4 CONSTRUCTION M~THODS. (1) RIGHT-OF-WAY SOURCES. Add the following: Adequate drainage of surface run-off must be maintained throughout the duration of the project regardless of how the material is stockpiled, and is considered subsidiary to the item to which the work applies. Article 160.5 MEA8UREMENT AND 106.6 PAYMENT. Delete in its entirety and replace with the following: Ail acceptable work performed as required by this section shall not be measured and paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. GINN & CASE, INC. GRAPE~IN~ CREEK 8EI~BR TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTTON 02010 - SPECIAL PROVISIONS 02010-5 SPECIAL PROVXSXONTO XTBH 360 - CONCRETE PAVEMENT ..... (Water Cement Ratio) (REFERENCE: NCTCOG SPBCIFXCATXONS, XTEM 5.8) ~rticle 360.2 M~TERIALS, Subarticle (1) Cement, is supplemented '- by the following: When the cement is to be used in concrete with aggregates that may be deleteriously reactive, the alkali content (Na0 + 0.658K20) of the cement shall not exceed 0.60%. Article 360.2 MATERIALS. Subarticle (2) Admixtures, is supplemented by the following: Mix designs with fly ash admixtures will not be accepted. ~rticle 360.4 PROPORTIONING CONCRETE, Subarticle (1) Proportions is supplemented by the following: Where curbs are to be placed separately they shall conform to the applicable requirements of the Items for "Concrete Curb" or "Machine Laid Curb" and in addition 1/2" diameter by 8" dowels on 12" centers and a 1/2" diameter horizontal bar tied to the dowels shall be provided. An approved epoxy resin shall be applied to the pavement to receive curb after the pavement surface has been thoroughly cleaned with high- pressure water or other approved method. Curbs shall be grooved at transverse joints by use of hand tools. The placing of the curb, concrete mix design and equipment to be used shall be reviewed by the engineer prior to commencing curb work. -' ~rticle 360.4 PROPORTIONING CONCRETE, Subarticle (2) Concrete is hereby deleted in its entirety and replaced by the following: .... CONCRETE STRENGTH. The concrete mix will be designed with the intention of producing a concrete having a specified minimum average compressive strength in pounds per square ___ inch at the age in days and having the corresponding minimum average flexural strength (modulus of rupture) in pounds per square inch at the days indicated below. The flexural test beams will be tested with a standard testing machine in which the load is applied at the center of the beam span in accordance with ASTM Designated C 293. For the specified strength the concrete mix shall comply with the following maximum allowable water content and minimum cement content requirements. GINN & CASE, INC. GP~PEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TENAS DIVISION 2 - SITEWORK PAGE SECTION 02010 - SPECIAL PROVISIONS 02010-6 Compressive Flexural Water-Cement Sacks of Strength (Days) Strength (Days) Ratio Cement (Type) (psi) (psi) (max.gal./sack) (min./c.y.) 3000 (2) Class F 700 (7) 5.50 7.0 (I,II) 3600 (28) Class C 600 (7) 6.00 6.0 (I,II) 3000 (28) Class A 500 (7) 6.50 5.0 (I,II) The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. Article 360.4 PROPORTIONING CONCRETE, Subarticle (5) Mix Design, is hereby deleted in its entirety and replaced by the following: MIX DESIGN. It is the intent of this specification to develop and use the most economical mix designs possible which will fulfill all requirements of this specification when using acceptable materials as furnished by the Contractor. Contractor shall submitt mix designs for the various areas of concrete pavement as noted on the plans. Prior to the beginning of concrete placements, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, mix design tests shall be performed using the cement and aggregates proposed for use The Contractor will be required to furnish the Engineer with all concrete batch designs necessary to produce the required strength as specified in the contract and specifications. All designs must be submitted by the Contractor and approved by the Engineer before the placing of concrete will be permitted. At any time when any change in source or charac- teristics of any of the ingredients except mineral filler is expected, results of the mix design tests required above shall be submitted to the Engineer in order that he may determine whether a change in the approved mix design is required. Concrete mixes will be designed and made in sufficient number to represent a wide range of water-cement ratios; these mixes shall comply with the requirements therein prescribed for workability. The water-cement ratio is defined as the total U.S. gallons of water (weight 8.33 pounds) including the moisture content of all aggregates per sack of cement (weight 94 pounds net). From the concrete of each mix design test beams will be made, cured and tested to determine the flexural strength of the concrete at stated number of days. From these preliminary tests, the water-cement ratio required to produce concrete of the specified strength will be selected. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXBXON 2 - BX~EWOI~ ~AGE 8EC~XON 020X0 - B?ECX~T. ~I:tOVXSXONB 020X0-7 Prior to placing of any concrete, the Contractor, will be required to furnish and operate the specified mixer approved .... for use on the project and shall produce batches of the size to be used in the concreting operations. From these batches, pilot beams will be made and tested in order to determine if the designs submitted comply with the strength requirements. .... No additional compensation will be paid for equipment, materials, and labor for making these preliminary test specimens. Such tests may be waived upon submission of approved independent laboratory design or previous satisfactory tests obtained from materials of the same sources. After the mix proportions and water-cement ratio required to produce concrete of the specified strength have been determined and after the Engineer has approved the mix design, placing of concrete may be started. Concurrence on the part of the Engineer in any proposed mixing or placing methods or approval of any proposed mix design shall not relieve the Contractor of the responsibility of furnishing concrete in place conforming to the requirements of these specifications. Changes in the water-cement ratio and the mix design shall be made when the strength of the concrete departs from the - specified minimum strength as indicated by the strength values obtained from tests of specimens made from concrete being placed. Article 360.4 PROPORTIONING CONCRETE, Subarticle (6) Test Specimens, is hereby deleted in its entirety and replaced by the following: TEST SPECIMENS AND OUALITY CONTROL. During the progress of the work the Engineer will cast test cylinders and beams for --- testing to maintain a check on the compressive and flexural strengths of the concrete actually being placed. Concrete failing to meet the specifications for materials, _ proportions, construction methods, strength or dimensions may be required to be removed and replaced with concrete meeting the specified requirements. -- Not less than 3 test cylinders for a compressive strength value and/or 2 test beams for a flexural strength value will be taken from the concrete for each 450 square yards or less ..... of concrete pavement placed each day. A compressive or flexural strength value shall be the average of the strengths of the three cylinders or two beams as the case may be. - Additional cylinders or beams may be made by the Engineers as required by concrete placing conditions, or for adequately determining the strength of the concrete where the early use -- of the base or pavement is dependent upon the concrete .._ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - SITEWOI~ P~GB SECTION 020~0 - ~PECIAL PROVI~ION~ 020L0-8 strength tests. No extra compensation will be paid the Contractor for materials and labor involved in fulfilling these requirements. Beam boxes shall be furnished by the Contractor. Beam boxes shall be as specified or as directed by the Engineer. Furnishing of beam boxes will not be paid for as a separate contract pay item, and the costs thereof shall be included in such pay items as are provided in the proposal and contract. Beam boxes shall be maintained by the Contractor without cost to the Owner. The test beams shall be tested at the age of 2 or 7 days in order to determine the flexural strength. Should the average 2 or 7 day flexural strength value, as determined by the average of the last 10 flexural strength values obtained from test of beams made from concrete of the same water-cement ratio, fail to meet the strength requirement, the Contractor shall modify the mix design to obtain additional strength in order to fulfill the requirements of our compressive strength at 2 or 28 days. Should any set of test cylinders representing a given area where an individual test beam has failed to meet strength requirements, that area shall be considered to be composed of concrete having deficient strength. The Engineer, at his option, may reject as non-representative any individual flexural strength value in each group of ten where strengths more than 10 percent above or below the average for the group are indicated, and compute the average flexural strength on the basis of the remaining values. ~rticle 360.$ SUBGRADE AND FORMS, Subarticle (2) Placing and Removing Forms. Delete the third paragraph in its entirety and replace with the following: Forms shall be leveled using material approved by the Engineer. Article 360.6 CONCRETE MIXING AND PLACING, Subarticle (1) Mixing Methods is voided and replaced by the following: The concrete shall be mixed in a mixer conforming to the requirements of Subarticle 360.3 (4) of this item. Ready-mix concrete, conforming to the requirements of the Item, "Ready Mix Plants", shall be used for mixing concrete for pavement on this project. Article 360.8 SPREADING AND FINISHING. Add the following paragraph. The Contractor shall take extra precaution to insure that the surface skidding or slipping resistance of the new concrete is similar to that of the surrounding pavement. This will GINN & CASE, INC. GRAPEVINB CREEK SEIFER TR~NKNAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWORK PAGE SECTION 02010 - SPECIAL PROVISION8 02010-9 quard against the possible iht[at[on of skidding action of a vehicle. Failure to do so may require removal and replacement of the new conrete pavement. Artiole 360.12 MEASUREMENT. Delete the second paragraph in its entirety. Article 360.13 PAYMENT. Delete the second and third paragraphs and replace with the following: Payment will be made on concrete which has been completed and accepted as described in Article 360.12, as herein amended. Payment will be made only on that concrete which reaches the compressive strength specified within the stated days, or if any concrete is found to have strength values of less than the specified minimum strength then the adjustment as determined in other Sections of these specifications shall apply. SPECIAL PROVISION TO ITEM 420 - CONCRETE STRUCTURES (REFERENCE~ NCTCOG SPECIFICATIONS, ITEM 7.6) Article 420.3 GENERAL REQUIREMENTS. Delete the first paragraph and replace with the following: The Contractor shall be responsible for the adequacy of all construction equipment and methods used on the project and compliance of such with these Specifications and all Local, State and Federal building codes and safety standards. Forms, falsework, and bracing shall be designed by the Contractor for all loads and pressures and prescribed by these Specifications, local building codes, ACI 347, or as anticipated for the job conditions, whichever is most severe. Article 420.8 FALSEWORK. Revise the first paragraph to read: .... It shall be the responsibility of the Contractor to insure that all falsework is designed and constructed to safely carry the maximum anticipated loads and to provide the necessary rigidity. Article 420.9 FORMS. Revise as follows: .... Subarticle (1) General. Third paragraph: It shall be the responsibility of the Contractor to insure _ that studs, joists, wales or other devices used for form supports are of sufficient section and rigidity to withstand undue bulging or settling of the forms. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWORX PAGE SECTION 02010 - SPECIAL PROVISION8 02010-10 Subarticle (1) General. Delete the sentence in the fourth paragraph that reads: 'Forming plans shall be submitted for approval subject to the requirements of Article 420.3.' Article 420.22 REMOVAL OF FORMH AND FALHEWORK. Add the .- following paragraphs: No backfill is to be replaced behind or on top of any structure prior to the structure attaining its specified 28- day compressive strength. When tests are performed to determine flexural strengths of the concrete as the basis for removal of forms or shoring, or support of forms or elements on previously placed portions of the structure, it shall be done at the expense of the Contractor. Specimens shall be field cured, under the same conditions as the actual structure, in accordance with ASTM C-31. Flexural tests shall be performed in accordance with ASTM C-78. The average strength, based on a minimum of two tests on two beam specimens, will be the basis for evaluation. In lieu of flexural tests, the Contractor may use the required 28 day strength as the basis for formwork or shoring removal. The concrete shall obtain its 28 day strength, prior to removal of forms or falsework or support of forms or elements on previously placed portions of the structure. When 28 day compressive strengths are used as the basis for formwork or shoring removal, the Contractor may either; At his own expense, have an independent laboratory make samples in accordance with ASTM C-31 and conduct compressive strength tests in accordance with ASTM C-39. The samples shall be field cured in accordance with ASTM C-31. A minimum of two cylinders will be made for each element to be evaluated or 100 C.Y. maximum. The average strength of the two will be the basis for evaluation of the 28 day strength. Utilize the compressive strength tests conducted by the Owner, as specified herein, on laboratory cured samples. When formwork removal is based on the concrete reaching its specified 28-day strength, the concrete shall be presumed to have reached this strength in accordance with the following: When test cylinders, field cured under the most unfavorable conditions prevailing for any portion of the concrete represented, have reached the required strength. Except for - the field curing and age at test, the Cylinders shall be molded and tested as specified in ASTM C-31. GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXAS - DIVIBION 2 - BIT'WORK PAGE 8ECTION 02010 - BPBCIAL PROVIBIONB 02010-11 BPBCI&L PROVIBION TO ITEH 421 - CONCRETE FOR STRUCTUREB CREFERENCE~ NCTCOG SPECIFICATIONS, ITEM 7.4) Artiole 421.2 MATERIAL~, (2) Cuent. The first paragraph of this Subarticle is hereby revised to read as follows: (2) Mixing Water. Water for use in concrete and for curing shall be potable and be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as Cl nor more than 1000 parts per million of sulfates as SO4. Mixing water used on the site will be subject to sampling and testing by the Owner to assure compliance with this specification. Delete the second paragraph that requires submittal of water samples for testing. Article 421.7 CLASSIFICATIONS AND MIX DESIGN. Revise the first paragraph to read: It shall be the responsibility of the Contractor to furnish the mix designs, for the class(es) of concrete specified, to conform with the requirements contained herein and in accordance with SDHPT Bulletin C-ll and Supplement thereto. The Contractor shall perform at his own expense the work required to substantiate the design including the testing of --- strength specimens. Complete concrete design data shall be submitted to the Engineer for approval. Delete the third paragraph that gives the Contractor the option of accepting a mix design furnished by the Engineer. Article 421.9 QUALITY OF CONCRETE. Delete paragraphs three, - seven and eight. Add the following paragraphs: EVALUATION OF CONCRETE STRENGTH PLACED IN STRUCTURES Evaluation of Test Results. The strength level of the placed concrete for a particular element will be considered _ satisfactory when the averages of all consecutive strength test results equal or exceed the specified strength and no individual strength test result falls below the specified strength by more than 500 psi. When the strength level is not satisfactory in accordance with the above, Core Tests may be required at the direction .... of the Engineer. Costs of core sampling and testing will be borne by the Contractor. Core samples will be at least 2 inches in diameter and will be tested in accordance with ASTM C-42. A minimum of three core samples will be taken from the -- deficient member at locations determined by the Engineer. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTION 02010 - SPECIAL PROVISIONS 02010-12 Non-destructive testing (impact hammers, sonoscopes, etc.) will be used to determine relative strengths of various areas of the deficient element as an aid in locating cores; these non-destructive tests will not be used as a basis of -'- acceptance or rejection. Core samples containing reinforcing will be unacceptable for testing; additional cores will be required. Plug core holes solid with high strength, non- metallic, non-shrink grout. Concrete in the area represented by a core test will be considered adequate if the average strength of the cores is equal to at least 85 percent of, and if no single core is less than 75 percent of, the specified 28 day strength. SPECIAL PROVISION TO ITEM 440 - REINFORCING STEEL Article 440.8 MEASUREMENT and 440.9 PAYMENT. Delete entirely and insert the following: Reinforcing steel shall not be measured separately for payment but shall be considered subsidiary to the item to which the work applies. SPECIAL PROVISION TO ITEM 464 - REINFORCED CONCRETE PIPE CULVERTS CREFERENCE~ NCTCOG SPECIFICATIONS, ITEM 2.12) Article 464.3 CONSTRUCTION METHODS, (1) Excavation and (5) Backfilling. Delete in their entirety and replace with the following: Excavation and backfilling shall be in accordance with the requirements of the Special Provisions to Item 401, "Excavation and Backfill for Sewers." Article 464.5 PAYMENT. Revise the last paragraph with the following: Structural excavation and backfill will not be measured for separate payment, but will be considered included in the unit price bid for each respective size pipe. There will be no extra compensation for excavating rock or other incompressible materials. SPECIAL PROVISION TO ITEM 475 - HEADWALLS, WINGWALLS, INLETS & MANHOLES Article 475.1 DESCRIPTION. Delete the paragraph in its entirely and insert the following: This item shall govern for the materials used and for constructing, furnishing and placing GINN & CASE, INC. GRAPEVINE CRBBK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWORK PAGE SECTION 02010 - SPECIAL PROVISIONS 02010-13 headwalls and wingwalls in accordance with the details shown on the plans. Headwalls and wingwalls shall be cast-in-place and hereinafter described as concrete units. Article 475.11 MEASUREMENT. Delete the first three paragraphs entirely and replace with the following: Headwalls and wingwalls of the type and size shown on the plans will be measured for each headwall/wingwall. Excavation and backfill will not be measured for separate payment but will be considered subsidiary to the unit price bid for each headwall/wingwall. Measurement will only be considered when the headwall/wingwall is complete-in-place per the plans and specifications. ~rticle 475.12 PAYMENT. Delete in its entirety and replace with the following: Payment for complete headwalls/wingwalls of the types shown .. on the plans, complete-in-place and in accordance with these specifications and measured as prescribed above, will be made at the unit price bid for each headwall/wingwall of the type specified. Payment as provided above shall be full compensation for furnishing, transporting and placing all concrete, - reinforcing steel, brick, mortar and castings for shaping of bed, jointing to the new or existing structures~ bedding, cofferdams, dewatering, pumps, excavation, backfill, ... sprinkling, compaction, all other materials, tools, equipment, labor and incidentals necessary to perform the applicable work. PROVISION TO ITEM 502 - BARRICADES, SIGNS AND TRAFFIC HANDLING (REFERENCE: NCTCOG 8PECZFICATIONS, ITEM 8.1) Article $02.3 MEASUREMENT and 502.4 PAYMENT. Delete both articles and replace with the following: The work and materials as prescribed by this item will not be paid for as a separate item, but shall be considered as subsidary to the particular projects and items of work. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED -- END OF SECTION GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS SECTION 02050 - DEMOLITION 02050-1 P~%RT 1-GENBI~L ._. 1.1 DESCRIPTION: A. The removal and satisfactory disposal of all existing structures, either above, on the surface, or below the .... ground, which are to be abandoned or rebuilt and which interfere in any way with the new construction, shall be in accordance with the plans and these - specifications. 1.2 METHODS OF REMOVAL AND DISPOSAL: A. Materials or parts of structures which are to be broken up, dismantled, or removed and which are to be salvaged, shall be removed in an approved manner and -- shall be loaded, hauled, and unloaded at the City site designated by the Owner, or as directed by the Engineer. Materials which are not designated to be salvaged shall become the property of the Contractor and shall be disposed of by him at his own cost and expense. - B. Structures which are to be abandoned shall be broken off or removed to a depth of not less than one foot below the grade of the existing ground or the adjoining -- new work. C. After the removal of structures, all excavations not to __ be occupied by new work, and all holes created, shall be backfilled with approved materials, thoroughly compacted in place. -- D. Ail damage done to adjacent property or structures shall be repaired immediately by the Contractor at his own cost and expense to the satisfaction of the - Engineer and Owner, and any unsightly places created shall be cleaned up and the site left in a neat, clean and orderly condition. 1.3 REMOVAL AND REPLACEMENT OF FENCE: A. The Contractor shall remove, as necessary, any fencing -- on the right-of-way, or easements, and shall rebuild same after the pipe line work is completed. The fences shall be rebuilt of the same character of materials as - that which was removed. All posts, wires and other material shall be sound, straight, equal to or better than the materials removed. Fences shall be built to line, posts well set in concrete, and if applicable, .... wires fastened with new staples and well stretched. Gates shall be replaced in a substantial manner, and all corner, gate and end posts will braced. _ GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORIC PAGE 8ECTION 02050 - DEMOLITION 02050-2 B. Where fences are removed, the Contractor shall be responsible for the protection of livestock, etc. 1.4 POLES, SIGNS, GUY WIRES, ETC.: A. All utility poles, and guy wires, private sign posts, signs and guy wires and similar private obstructions which are indicated on the plans or existing on the ground shall be removed, if required, and replaced by the Contractor at no additional cost to the City. B. The Contractor shall be responsible for all damage to street sign posts and signs within the limits of his operations that remain in place or are removed and replaced. In the event street sign posts and signs are damaged or destroyed by the Contractor's operations, they shall be replaced by the City at the Contractor's expense. 1.5 OTHER UTILITIES: A. All water mains, water services, sanitary sewers, sanitary sewer laterals, storm sewers, power conduits, gas mains, gas service laterals, and other appurtenances encountered during construction shall be supported or replaced as required, to the satisfaction of the Engineer. B. Where the exact depth is not shown on the plans, or the utility is not shown, excavation shall be made prior to reaching the obstruction in order to determine adjustments in grade if needed to prevent interference. C. No extra compensation will be paid due to delays caused by removal of public or private utility pipe lines or structures, or for hand excavation required in or around such structures or pipe lines. D. The Contractor will be held liable for any negligent or willful damage to any other utility and shall be expected to pay for the cost of all necessary repairs and any damages resulting to public or private property. GINN & CASE, INC. GRAPEVINE CREEX BEIFBR TRUNX MAIN PROJECT 454/455 CITY OF COPPELL, TEXAB DZVZBZON 2 - SZT~aNORE P~GE SECTION 02050 - DEMOLITION 02050-3 1.6 MEASUREMENT AND PAYMENT: - A. When the items herein specified are classified separately in the proposal as a separate pay item, measurement for payment will be made as hereinafter described. When the items herein specified are not classified separately in the proposal as a separate pay item, such items will be considered as incidental work to the items which they apply, and the cost thereof --- shall be included in such contract pay items as are provided in the proposal. ._ 1. The abandonment of existing manholes will be measured for payment by each. 2. The removal and replacement of pavement, drives, -' curbs, gutters, sidewalks, structures, etc. shall not be measured or paid for as a separate pay item, but shall be considered subsidiary to the .... item for which it applies. 3. The removal and replacement of fences will not be ..... measured or paid for separately, but shall be considered subsidiary to the work for which it applies. PART2 - PRODUCTS NOT USED PART3 - EXECUTION NOT USED END OF SECTION _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK I~IN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8ITEWORK PAGE BECTTON 02100 - BITE PREPARATI'ON 02100-1 PART I - GENERAL 1.1 CONDITIONS OF THE CONTRACT AND DIVISION i - GENERAL REQUIREMENTS: -- Are hereby made a part of this section 1.2 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services required for clearing and ._ grubbing, removal and disposal of items as specified herein and on the plans. 1.3 RELATED WORK SPECIFIED ELSEWHERE:- A. Earthwork: Refer to Section 02200. PART 2 - PRODUCTS 2.1 No products are required to execute this work, except as the .... contractor may deem necessary. -- PART 3 - EXECUTION 3.1 CLEARING AND GRUBBING: Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from areas of construction specified within the site. A. In general, clearing and grubbing shall be performed in advance of pipe laying operations and shall be performed over the entire length of the pipe laying operations. B. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall be cleared and removed. C. Buried material such as logs, stumps, roots of downed --- trees that are greater than one and one-half (1-1/2") inches in diameter, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth .... of twenty-four (24") inches below proposed finished grades. D. Ground covers of weeds, grass, and other herbaceous -- vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or rootmatted soil for removal. .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - 8ITEWORK PAGE SECTION 02100 - SITE PREPARATION 02100-2 3.2 TREES AND SHRUBS TO BE PRESERVED AND PROTECTED: Unless otherwise specified on the plans, trees shall not be cleared (removed). A. The Contractor will protect trees from construction damage such as trunk impacts and scrapes, limb breakage, compaction of soil within the drip line, and other injurious construction activities. 1. If necessary, the Owner may direct the Contractor, at the Contractor's expense, to erect protective stockades along the drip lines of trees that the Owner considers vulnerable to damage. Such stockades shall be of eight (8') foot long x six (6") inch diameter posts vertically buried three (3') feet deep at six (6') foot intervals along the drip line. B. Where grading or clearing and grubbing operations are to occur between trees that are to be preserved and protected, the Contractor will prune the lower branches of those trees as necessary to prevent their breakage and to permit access by construction machinery. Branches will be cut off to the trunk or major limb in a workmanlike manner. The engineer may direct that the Contractor remove additional branches in such a manner that the tree presents a balanced appearance. Scars will be treated with a heavy coat of an approved tree sealant. 3.3 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operation will be backfilled and tamped to normal compaction and and will be graded to prevent ponding of water and to promote drainage. In areas that are to be immediately excavated, the Engineer may permit holes, etc., to remain open. 3.4 DISPOSAL OF WASTE MATERIALS: Unless otherwise stated, materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations. Unless otherwise specified, any merchantable items become the property of the Contractor. GINN & CASE, INC. GRAPEVIN~ CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE BECTION 02100 - SITE PREP/~ATION 02100-3 3.5 MEASUREMENT AND PAYEMNT: -.. A. Clearing and grubbing shall be measured and paid for as lump-sum item as described in Section 02010. B. Backfilling and disposal of waste materials will not be measured and paid for as separate pay items, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITENORK PaGE SECTION 02200 - EARTHWORK 02200-1 P~RT 1-GENERAL 1.1 CONDITIONS OF THE CONTRACT AND DIVISION i - GENERAL REQUIREMENTS: Are hereby made a part of this section. 1.2 SCOPE: -- Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, _ and cross sections as specified herein and on the plans. 1.3 RELATED WORK SPECIFIED ELSEWHERE: -- A. Site Preparation: Refer to Section 02100. B. Site Grading: Refer to Section 02210. 1.4 TEST REPORTS: The Owner will bear the cost of initial testing '- requirements. 1.5 GEOTECHNICAL INVESTIGATION: Refer to report in Appendix for further information. PART 2 - PRODUCTS 2.1 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. -- Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.2 UNCLASSIFIED FILL: Unclassified fill shall consist of all fill within the -- limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment", or "select - 2.3 TOPSOIL: Topsoil shall consist of an average depth of six (6") inches __ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - SITBWORK PAGE SECTION 02200 - EARTHNORK 02200-2 of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02100, "Site Preparation." Topsoil may be greater or less than the upper six (6") inches in depth. However, it must be removable without contamination by the subsoil or substratum or other objectionable matter that would render it as "unsuitable material" as described herein. 2.4 SELECT MATERIALS: Select materials shall be imported from offsite sources, unless they are available from areas on the site, designated as unclassified fill. Ail Backfill, designated as select fill should consist of material having a PI of 4 to 12. All select fill should be placed in 8" lifts at plus to minus 3 percentage points of optimum moisture and compacted to a minimum of 95% Standard Proctor density. 2.5 UNSUITABLE MATERIALS: Topsoil, select material, or unclassified fill will be declared as "unsuitable" by the Engineer if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material: Moisture. Decayed or undecayed vegetation. Hardpan clay, heavy clay, or clay balls. Rubbish. Construction rubble. Sand or gravel. Rocks, cobbles, or boulders. Cementious matter. Foreign matter of any kind. Unsuitable materials will be disposed of as "waste" as specified in Section 02100. A. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. PART 3 - EXECUTION 3.1 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL; TEXAS - DIVIBION 2 - $ITEWORK PAGE SECTION 02200 - EARTHWORK 02200-3 3.2 TOPSOIL: The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment _ construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. A. Removal: Topsoil shall be stripped to an average depth of six (6") inches in areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by .... the substratum and it is of good quality, in the opinion of the Engineer. B. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner .... or Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. C. Timing: Topsoil will not be replaced (deposited) until construction activities are complete that would - otherwise create undesirable conditions in the topsoil such as overcompaction or contamination. - D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than six (6") inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. E. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be - accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. F. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for grass planting. - GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02200 - E/~TH~ORK 02200-4 3.3 UNCLASSIFIED EXCAVATION: All excavated areas shall be maintained in such condition as to assure proper drainage at all time, and ditches shall be constructed and maintained to avoid damage to the areas under construction. A. Surplus Material: Surplus excavation is that quantity of fill material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. All surplus material will be removed from the site, unless otherwise directed by the Engineer. 3.4 EARTH EMBANKMENT: Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. A. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall be continuously maintained to its finished section and grade until the project is accepted. B. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Engineer, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. C. Scarification: The surface of all areas and slopes over which fill are to be placed, shall be scarified to a depth of four (4") to six (6") inches to provide a bond between the surface and the embankment to be constructed thereon. Scarification shall be GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B DXWZBXON 2 -- BX~ORK BBCTION 02200 - ~RTHWORK 02200-5 accomplished by plowing, discing, or other approved means. The material that has been loosened shall be __ recompacted with the new embankment. D. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill - is to be placed against hillsides or existing embankment with slopes greater than four to one (4:1) Engineer may direct Contractor to key fill material to existing slopes by benching. A minimum of two (2') feet normal to the slope shall be removed and recompacted to insure that new work is constructed on a firm foundation free of loose or disturbed material. E. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to - exceed eight (8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the _ length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. F. Watering: At the time of compaction, the moisture content of fill material shall be such that the - specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be _ compacted until it is dry enough to obtain the specified compaction. G. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Engineer. Hand directed compaction - equipment shall be used in areas inaccessible to vehicular compactors. H. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of - the proper subgrade elevation prior to depositing topsoil. - 3.5 DENSITY CONTROL: A. Earth Embankment in General: Earth embankment shall be compacted to ninety-five (95%) percent of Standard AASHTO Density with plus or minus three (3%) percent of optimum moisture content. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIIlION 2 - IiITEWORK PAGE SECTION 02200 - E]tRTHWORK 02200-6 3.6 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all -' embankments. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in - excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches of the embankment be scarified, wetted, and recompacted. 3.7 TESTING: Spot field tests of embankment densities shall be required by the Contractor by the Owner or Engineer at the place and time of their choosing. Any area not meeting density control requirements shall be immediately reworked, reconstructed, and retested, at the expense of the Contractor, until satisfactory results are obtained. Initial testing will be paid for by the Owner. Anticipated tests to be performed on fill material are: 1. Atterberg Limit Series 2. Moisture-Density Curves 3. Standard Proctor Density 3.8 MEASUREMENT AND PAYMENT: Excavation, backfill, sheeting, shoring and bracing, density control and testing will not be measured for payment as separate pay items, but shall be considered as incidental to the work for which they apply, and the cost thereof shall be included in the contract pay items as provided for in the proposal. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TBRAB DIVIBION 2 - BITENORK PAGE BBCTION 02210 - BITE GRADING 02210-1 P~RT 1-GENEI~L ... 1.1 DESCRIPTION: A. The work to be performed under this section of the specifications consists of furnishing all labor and equipment necessary to grade the site for construction and to grade the site to the finish contours shown on the plans, or back to what the original grade was prior to beginning construction. B. Related Work: Section 02100 - Site Preparation 1.2 QUALITY ASSURANCE: A. The Engineer shall be the sole and final judge of - suitability of all materials and workmanship. B. Materials in question, pending test results, shall not be used in the work. The Contractor shall remove all materials that fail to meet the requirements of the specifications, whether in stockpiles or in place. .... C. Fills, embankments, backfills, or subgrades which do not meet the specification requirements shall be removed or recompacted until the requirements are .... satisfied. D. Upon completion of this section, the site shall have a .... uniform appearance and graded evenly throughout. Grade the site to drain. Evidence of standing water on the site will be cause for rejection of the site grading and will require regrading to correct drainage .... problems. E. Backfilling and construction of fills and embankments · - during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen _ surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 1.3 PROTECTION: A. Protection of Existing Improvements 1. Protection shall be provided to prevent damage to existing improvements indicated to remain in place on the Owner's property and adjoining properties. 2. Damaged improvements shall be restored to their original condition, as acceptable to parties having jurisdiction. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVXSXON 2 - 8ITEWORK PAGE 8ECTXON 022X0 - 8XTE GRADING 022X0-2 3. Land areas outside the limits of permanent work performed under this contract shall be preserved in their present condition. The Contractor shall confine his construction activities to areas defined for work on the Drawings. B. Protection of Existing Utilities 1. The Contractor shall verify all existing utility locations either shown or not shown on the Drawings. 2. The Contractor shall immediately notify the Engineer and applicable utility company of any damages to existing utilities. 3. Repairs to damaged utilities shall be made in accordance with the requirements of the Engineer and applicable utility company at no extra cost to the Owner. 4. The Contractor shall coordinate with the Engineer and the applicable utility company for shutoff of or connection to active utilities. Existing utility services shall not be interrupted except as authorized in writing by the Engineer. C. Protection of Work Site: Barricades or other type protectors shall be provided to prevent unauthorized personnel from entering work sites. 1.4 JOB CONDITIONS: A. Classification of Excavation: No classification shall be made to differentiate the various surface and subsurface conditions the Contractor may encounter during his performance under this contract. B. Dewatering: Excavation and embankment shall be performed in such manner that the area of the site and the area immediately surrounding the site will be continually and effectively drained by gravity or temporary pumps. Water shall not be permitted to accumulate in excavations or other areas of the site. The excavation shall be drained by methods which prevent the softening of subgrades and embankments. C. Blasting shall not be allowed. PART 2 - PRODUCTS -' Not Used GINN & CASE, INC. GRAPEVINE CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~H DZVZBZON 2 - BZT~ORK P~GE BBCTZON 02210 - BZTE GRADZNG 02210-3 PART 3 - BZBCUTION 3.1 EXCAVATION: A. Excavation, regardless of material encountered, shall ._ be performed to the lines and grades indicated on the Drawings, allowing for surfacing, base courses, and topsoil. -' B. Suitable excavated material shall be transported to and placed in fill areas within the limits of the work. Unsuitable material encountered within the limits of - the work shall be excavated below the grade shown and replaced with suitable material as directed by the Engineer. C. No material shall be deposited in a manner that may endanger a partly finished structure by direct pressure or by overloading banks contiguous to the operations or -- that may otherwise be detrimental to the completed work. _. 3.2 BACKFILL ADJACENT TO STRUCTURES: A. Backfill adjacent to structures shall be placed and compacted uniformly in such a manner as to prevent -- wedging action or eccentric loading upon or against the structures. .... B. Slopes bounding or within areas to be backfilled shall be stepped or serrated to prevent sliding of the fill. .... C. During backfilling operations and in formation of embankments, equipment that will overload the structure in passing over and compacting these fills shall not be used. 3.3 PREPARATION OF GROUND SURFACE FOR FILL: - A. Areas upon which fills are to be placed shall be cleared and grubbed before the fill is started. B. Sloped ground surfaces steeper than one (1) vertical to four (4) horizontal on which fill is to be placed shall be plowed, stepped, or benched, or broken up in such a manner that the fill material will bond with the '- existing surface. C. When surfaces on which fills are to be placed do not __ meet the specified density requirements, the ground surface shall be broken up to a depth of 8 inches, pulverized, and compacted to the specified density. - GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTION 022L0 - SITE GRADING 022L0-4 D. When surfaces on which fills are to be placed do not meet the specified moisture content requirements, the ground shall be wetted, aerated, or dried to the specific moisture content. E. When the subgrade is part fill and part excavation, the excavated portion shall be scarified to a depth of 8 -- inches and compacted as specified for the adjacent fill. 3.4 FILL: A. Fills and embankments shall be constructed at the locations and to the lines and grades indicated on the Drawings, allowing for surfacing, base courses, and topsoil. B. The material shall be placed in successive horizontal _ layers of 8" to 12" in loose depth for the full width of the cross section, and compacted. 3.5 COMPACTION: -'- A. Compaction shall be accomplished by sheep's-foot rollers, pneumatic-tired rollers, steel-wheeled rollers, or power-driven hand tampers well suited to the soil being compacted. Material shall be aerated or moistened to maintain the required moisture content. B. Each layer shall be thoroughly compacted to 95 percent of the maximum density at plus to minus 3% of optimum moisture content. - 3.6 FINISH GRADING: A. Excavated and filled sections, and adjacent transition areas, shall be uniformly smooth graded. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. B. The degree of finish shall be that ordinarily obtainable from blade-grader operations, except as - otherwise specified. 3.7 MEASUREMENT AND PAYMENT: Excavation, backfill, sheeting, shoring and bracing, compaction, density control, finish grading, and testing will not be measured for payment as separate pay items, but shall be considered as incidental to the work for which they apply, and the cost thereof shall be included in the contract pay items as provided for in the proposal. END OF SECTION GINN & CASE, INC. GI~PEVII~ CREEE SEWER TRUN~IN PROJECT 454/455 CITY OF COPPELL, TEX~ -' DIVISION 2 - BIT-WORK P&GE BECTZON 02220 - BTRUCTURAL ~XCXV~TZON. FZLL~I~ID BXCNF~LL 02220-1 1.1 DESCRIPTION: This section describes requirements for: - A. The excavation for all structures, backfilling around completed structures and the disposal of all excess excavated material. All operations required for the proper completion of the excavation work, including sheeting, shoring and bracing, dewatering of excavations and compaction of backfill are included. '- B. Trenching and backfilling for all pipes under, or a part of structures. - 1.2 RELATED WORK: A. Division 2 - Site Work B. Division 3 - Concrete. 1.3 REFERENCE STANDARDS: A. American Society for Testing and Materials (ANSI/ASTM). 1. ANSI/ASTM C 33 - Standard Specification for -- Concrete Aggregate. 2. ANSI/ASTM C 40 - Standard Test Method for Organic Impurities in Sands for Concrete. 3. ANSI/ASTM C 136 - Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate. 4. ANSI/ASTM C 150 - Standard Specification for Portland Cement. 5. ANSI/ASTM D 423 - Standard Test Method for Liquid Limit of Soil. 6. ANSI/ASTM D 424 - Standard Test Method for Plastic Limit and Plasticity Index of Soils. · -- 7. ANSI/ASTM D 698 - Standard Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5-1b. (2.49-Kg) Rammer and 12-in. (305 mm) Drop. 8. ANSI/ASTM D 1557 - Standard Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures using 10-lb. (4.54-Kg) Rammer and 18-in. (457 mm) Drop. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITE~ORK PAGE SECTION 02220 - STRUCTUI~J~L EXCAVATION° FILL ~ND BACKFILL 02220-2 9. ANSI/ASTM D 2049 - Standard Test Method for Relative Density of Cohesionless Soils. B. U.S. Department of Commerce/National Bureau of Standards. PS-17-Polyethylene Sheeting (Construction, Industrial and Agricultural Applications). 1.4 SUBMITTALS: Submit in accordance with the requirements of the General Conditions and Division I - General Requirements. A. Testing laboratory reports, as specified or required, to show compliance with specifications for material from off-site locations. The specified tests shall be performed by a certified independent testing laboratory. 1.5 PROTECTION OF FACILITIES: A. Before the start of excavation operations, adequately protect existing structures, utilities, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the Contractor. The Contractor will also be charged for damage to facilities scheduled for later removal or demolition if the damage sufficiently impairs proper operation to the extent that temporary replacement or repair is required. Prior to beginning of the project, a joint inspection will be made by the Engineer and Contractor to determine the condition of any existing structures or other permanent objects. B. Provide surface drainage during the period of construction to protect the work and to avoid ponding of water on adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1.6 BLASTING: A. Blasting will not be permitted. GINN & CASE, INC. GRAPEVINB CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - HITEWORK PAGE HECTION 02220 - HTRUCTURAL EXCAVATION, FILL ~ BACKFILL 02220-3 1.7 QUALITY ASSURANCE: - A. A testing laboratory, as specified in Division 1 - General Requirements, will perform compaction tests on the compacted material. The Contractor shall cooperate _ with the testing laboratory in performing these tests. The Contractor shall notify the Engineer at least 48 hours in advance of the time at which tests will be required. Any area failing to comply with the -' specifications shall be reworked as required to conform to the specifications. - B. Initial testing for work in this section will be random and at the discretion of the Engineer. Re-tests shall be required to be paid for by the Contractor. 1.8 OBSERVATION OF EXCAVATIONS: A. Notify the Engineer at least 48 hours prior to completion of any excavation so that the excavation may be observed. Do not place reinforcing steel or concrete in the excavation prior to observation unless approval has been given to proceed without such observation. B. Notify the Engineer at least 48 hours prior to '- backfilling of pipe trenches. Do not begin backfilling of pipe trenches until all pipe joints have been observed or consent has been given to backfill the - trenches without such observation. 1.9 DEWATERING: A. The Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, -' trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, .... or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. B. Ail excavations for concrete structures or trenches which extend down to or below ground water shall be dewatered by lowering and keeping the ground water --- level beneath such excavations 12 inches or more below the bottom of the excavation. -.- GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-4 C. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. D. The Contractor will be held responsible for the condition of any pipe or conduit which he may use for -- drainage purposes, and all such pipes or conduits shall be left clean and free of sediment. PART 2 - PRODUCTS 2.1 REGULAR NATIVE MATERIAL: -" A. Where no other material is specified or shown, use suitable soils from the excavation. Do not use peat or other organic matter, silt, muck, debris or similar materials. Suitable soils shall be defined as excavated materials that are capable of achieving the required level of compaction specified or shown for the location where it is used. 2.2 SELECT MATERIAL: ..... A. Where select material is shown or specified, use clayey sand or sandy clay, from an approved off-site source, free of roots, grass, trash or other organic material, having a plasticity index between 4 and 12, as determined by ASTM D 424. Prior to bringing any of the proposed material to the site, submit, for review by - the Engineer, an analysis of the proposed material including, but not necessarily limited to, Atterberg Limits (ASTM D 423 and ASTM D 424) for clays or Grain Size Analysis (ASTM D 422) for sands and gravels and a moisture-density relationship curve (ASTM D 698) by a certified independent testing laboratory employed and paid by the Contractor. B. Select Material - (Crushed Austin Chalk Limestone). This select backfill should consist of excavated crushed Austin Chalk Limestone broken sufficiently so that all fragments are less than 6 inches in diameter prior to place in the backfill area. C. Crushed Limestone. Crushed limestone shall be Chico limestone from the Bridgeport, Texas area. Granular fills shall be placed on suitably prepared subgrades and compacted. Granular fill material shall be crushed stone free from dust, clay, or trash, and shall be graded to ASTM C33 Size No. 3, aggregate. (Max. nominal size of i inch.) GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELLv TEXA~ DIVIHION 2 - BITUWORK PAGE SECTION 02220 - STRUCTURAL ~XCAFATIONo FILL AND BACKFILL 02220-5 Where crushed stone fills are to be covered with concrete, the top surface shall be graded to the -- required subgrade and covered with polyethylene film having a minimum thickness of 6 mils. .... D. Washed Gravel. Washed gravel shall consist of hard durable gravel graded from 3/4 inch to No. 4. The material shall be washed to remove any fines and shall not have any sharp edges so as to prevent damage to the protective coatings of the barrels. E. Concrete (For fill or thrust blocking). Conform to ASTM C-94. The compressive strength of the concrete shall be at least 2000 psi and shall contain at least four (4) sacks of cement per cubic yard. 2.3 SAND: A. Where sand is specified or shown, use reasonably clean - bank sand from an approved source. The sand must be free from large lumps of clay, rubbish, organic matter or other deleterious substance, and having a plasticity _ index of 12 or less. PART 3 - EXECUTION 3.1 PREPARATION: ..... A. Prepare the construction site and area of excavation according to Section 02100 - Site Preparation. 3.2 REPAIR OF CONCRETE PAVEMENT (IF APPLICABLE THIS PROJECT) A. Concrete pavement. '-- (1) Subgrade. Scarify to a depth of 6 inches below the indicated depth and recompact to 95 percent maximum density at plus to minus 2% of optimum moisture as .-- determined by ASTM D 698. The recompacted subgrade shall be proof-rolled with a pneumatic tired roller in order to detect any soft areas. Soft and wet areas not achieving compaction will require removal and replacement with select material of at least 12 inches compacted thickness. Depressions from stump removal shall be cleaned of all organic matter and filled with select material. (2) Fill. Upon completion of subgrade preparation, place select material in uniform layers of loose material, 6 to 8 inches in depth, dried or moistened as required to obtain at plus to minus 2% of optimum moisture content, and compact each layer - as specified. Fill shall be placed while subgrade - GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTION 02220 - STRUCTURAL EXCAVATION° FILL ~ BACKFILL 02220-6 is at its required optimum moisture content range as specified herein. B. Compaction. (1) The subgrade and fill material shall be compacted to a minimum of 95 percent of maximum density at plus to minus 2% of optimum moisture as determined by ASTM D 698. The methods used to secure the specified compaction and moisture content will be the Contractor's responsibility. Wet soils shall be worked by plowing, disking, or scarifying and air drying as required to reduce the moisture content to optimum levels. The Contractor may, at his option, add flue dust or other drying material acceptable to speed up the drying procedure at no change in the contract sum. (2) The compacting equipment and method of compaction shall be such that uniform density will be obtained over the entire area and depth of material being compacted. Ail fill materials deposited in place by scrapers, dump trucks, drag lines or similar equipment shall be thoroughly broken up before being spread into uniform layers. 3.3 EXCAVATION: A. Excavation work shall be unclassified and includes removal of all types of materials encountered without exception. Make excavations to lines and grades indicated on drawings. Complete excavations within the tolerances specified. B. Excavate in such a manner to conform to the dimensions and elevations indicated on the drawings for each structure. Extend excavation a sufficient distance from the walls to allow for placing and removal of forms, installation of piping, and for Engineer's observation of work. C. Excavation below Water Table. At all times maintain a dewatered surface in all excavations to prevent softening of the subgrades and to prevent excessive settlement of the foundations. Undercut and excavate all soft materials found at subgrade and replace with crushed stone, or concrete as directed by the Engineer at no additional cost to the Owner. D. Structures. (1) Wherever practicable, cut all excavations to neat lines with a tolerance of minus i inch or plus 3 inches, and place concrete to bear against sides. GINN & CASE, INC. GRAP~VIN~ CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIV'rSION 2 - 81'TEWORK PAGE SECTION 02220 - 8TRUCTURAL EXCAVATION, FILl, AND BACKFILl, 02220-7 (2) Excavate to the elevations shown on the drawings forming a level undisturbed surface free of mud or other soft material. Ail excavations will be observed. Undercut and excavate to deeper levels when suitable foundation soils are not encountered at the planned depth. Remove all pockets of soft or otherwise unstable material and replace with concrete or with suitable well-compacted material as directed by the Engineer, at no additional cost to the Owner. (3) Fill all unauthorized excessive excavation with concrete at no change in the contract sum. (4) Protect all open excavations from rainfall or excessive drying so as to maintain the foundation subgrade in a satisfactory, undisturbed condition. Keep excavations reasonably free of water at all times and completely free of water during placement of concrete. Soils below foundation, which become soft, loose or otherwise unsatisfactory for support of the foundation as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced with satisfactory material at the Contractor's expense. (5) Concrete shall be placed in foundation excavations the same day that excavation is completed to final ._ grade. Base of excavations left open for longer periods shall be protected by a seal slab of lean concrete or cement-stabilized sand furnished and placed at Contractor's expense. 3.4 SHEETING AND SHORING: A. Except where banks are cut back on a stable slope, excavation for structures shall be properly and ..... substantially sheeted, braced, and shored, as necessary, to prevent caving or sliding, to provide protection for workmen and the work, and to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure and shall be rigid, -- maintaining shape and position under all circumstances. B. In all cases, excavation shall conform to the requirements of the Occupational Safety and Health Act of 1970. -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-8 3.5 BACKFILL: A. General 1.Do not begin backfilling until authorization has been obtained from the Engineer. 2. Complete backfill to the surface of natural ground or to the lines and grades shown on drawings. Use regular native material except where special materials are shown or specified. Deposit backfill in uniform layers and compact each layer as specified. B. Structural Backfill 1. Place backfill as promptly as practicable after completion of each structure or portion of a structure. Do not, however, place backfill against concrete walls or similar structures until concrete has been cured at least 7 days. Where the top of walls are supported by slabs or intermediate walls, do not begin backfill operations until the slab or intermediate walls have been placed and the concrete has cured for a minimum of 7 days. Remove concrete forms before starting backfill and remove shoring and bracing as the work progresses. Take care to prevent any wedging action of backfill against the structure. Step cut or serrate the slopes bounding the excavation as required to prevent wedging. Compact backfill as specified below in sub-section 3.5-D C. Non-Structural Backfill 1. All other backfill placed outside this area (assuming that no structure or piping will be placed thereon) may be either regular or select material as specified on the plans deposited in layers not to exceed 8" in uncompacted thickness and mechanically compacted to at least 95 percent of maximum density at plus to minus 2% of optimum moisture content as determined by ASTM D698. Compaction of backfill by rolling will be permitted provided the desired compaction is obtained and damage to the structure is prevented. Compaction of backfill by inundation eith eater eill not be pe~itte~. The material shall contain no wood, grass, roots, broken concrete, stones, trash, or debris of any kind. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEXAS DIVTSION 2 - SITE~ORK PAGE SECTION 02220 - STRUCTUR~J. BXC~,V'ATION, FILL ~ B~.CKFILL 02220-9 No backfill shall be deposited or compacted in · - water. D. Compacting Backfill 1. Place material in uniform layers of prescribed maximum thickness and wet or dry the material to approximately optimum moisture content. Compact using mechanical means and methods able to consistently achieve the prescribed required density. 2. Regular and Select Material. Place in 8-inch maximum layers, loose measure. Compact to not less than 95 percent of maximum soil density at plus to minus 2% of optimum moisture content as determined by ASTM D 698. -- 3. Sand Material. Place in 6-inch maximum layers, loose measure. Compact to not less than 95 percent of maximum soil density at plus to minus ._ 2% of optimum moisture content as determined by ASTM D 2049. 3.6 MEASUREMENT AND PAYMENT: Excavation, backfill, sheeting, shoring and bracing, select materials, crushed limestone bedding, compaction and testing - will not be measured for payment as separate pay items, but shall be considered as incidental to the work for which they apply, and the cost thereof shall be included in the contract pay items as provided for in the proposal. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS '- D~IBION 2 - 8I?~IOHX PAGE 8ECTION 02221 - EXCAV'ATION, TRENCHING /tND BACKFILLING 02221-1 ~OR UTILITIEB PART I - GENERAL 1.1 SCOPE: Work in this section shall consist of furnishing all - equipment, materials and labor for excavation, trenching and backfilling for storm sewers, water distribution mains, sanitary sewers and other utility systems and appurtenances. 1.2 RELATED WORK: A. Division 2. Site Work. B. Division 15. Mechanical. PART 2 - PRODUCTB 2.1 EARTH BACKFILL: Earth backfill shall be free of lumps, stones, trash and spongy or otherwise objectionable material. Approved backfill material may be from the excavation or borrowed. Suitable soils shall be defined as excavated materials that are capable of achieving the required level of compaction specified or shown for the location for where it is used. 2.2 SELECT MATERIAL FOR BEDDING AND PARTIAL BACKFILL: A. SAND. Obtain bank sand from an approved source. Use sand that is free from clay lumps, organic and other - deleterious material, and having a plasticity index of 12 or less. B. CRUSHED LIMESTONE. Crushed limestone shall be Chico limestone from the Bridgeport, Texas area. Granular bedding material shall be crushed stone free from dust, clay, or trash, and shall be graded to ASTM C33 size No. 3, '- aggregate. (Max. nominal size of 1 inch). C. CONCRETE. For bedding, encasement, or thrust blocking. · - Conform to ASTM c-94. The compressive strength of the concrete shall be at least 2000 psi at 28 days, compressive; and shall contain at least four (4) sacks of cement per cubic yard. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIUIgION 2 - 8I~ZWORH PAGE BECTION 02221 - EXCAVATION, TRENCHING ~ BACKFILLING 02221-2 FOR UTILITIES P~T 3 - EXECUTION 3.1 EXCAVATION: A. Procedure. Excavate to indicated or specified depths. 1. Excavate by open cut with trenching machine or back hoe. Where machines other than ladder or wheel type trenching machines are used, do not use excavated material composed of large chunks or clods for backfill, but dispose of such material and provide other suitable material for backfill without additional expense. 2. During excavation, pile material suitable for backfilling in an orderly manner far enough from the bank of the trench to avoid overloading, slides or cave-ins. 3. Remove from site, or waste as indicated, all excavated materials not required or suitable for backfill. 4. Grade as necessary to prevent surface water from flowing into trenches or other excavations. B. Trench Excavation. 1. Cut banks of pipe trench as nearly vertical as practical. Remove stones as necessary to avoid point-bearing. Overexcavate wet or unstable soil from the trench bottom to permit construction of a more stable bed for pipe. 2. Dig the trench the proper width as shown. If the trench width below the top of pipe is wider than specified in this section or shown on the plans, then the Contractor shall install higher class of pipe and/or improved bedding as determined by the Engineer. No additional payment will be made. 3. Accurately grade the trench bottom to provide uniform bearing and support for each section of pipe on undisturbed soil at every point along its entire length, except where necessary to excavate for bell holes and for proper sealing of pipe joints. Dig bell holes and depressions for joints after the trench bottom has been graded. Make bell holes and depressions for joints no deeper, longer or wider than needed to make the joint properly. 4. Do not overexcavate. If any excavation is carried beyond the lines and grades required or GINN & CASE, INC. GRAPEVINE CREEK HENER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLL, TEXt8 DIVISION 2 - BITE~ORK PAGE BECTION 02221 - EXCAVATION. TRENCHING ~ BACKFILLING 02221-3 FOR UTILITIES authorized, the Contractor shall, at his own expense, fill such space with concrete or other --- suitable material as directed by the Engineer. No additional payment will be made. _ C. Pipe Bedding. Bedding. Accurately grade the bottom of the trench 6 inches below the bottom of the pipe and to the width shown. Place 6 inches of sand backfill. Install the pipe and place additional sand backfill. '- Compact around the pipe to a depth of not less than 12 inches over the top of the pipe. D. Water in Excavation. The Contractor shall, at all times, take such precautions as are necessary to keep the work free from ground or surface water. Pumps of adequate capacity or other approved method shall be provided to remove water from the excavation in such a manner that it will not interfere with the progress of the work of the proper placing of other work. 3.2 BACKFILLING: .... A. Do not backfill trenches until all required pressure tests are performed and utility systems as installed conform .to specified requirements of appropriate sections. Backfill trenches to ground surface with selected material. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and recompact as specified, or otherwise correct - the condition in an approved manner. B. In the pipe zone, place backfill evenly and carefully around and over pipe in layers no thicker than 6 inches. Compact with hand tampers to 95 percent maximum density as determined by ASTM D 698, until there is a cover of not less than i foot over pipe '- lines. Use selected backfill material of optimum moisture content. Take special care not to damage pipe wrapping or coating. C. Above the pipe zone, deposit backfill in 8 to 12 inch layers. Compact each layer to 95 percent maximum density as determined by ASTM D 698. 3.3 MEASUREMENT AND PAYMENT: Excavation, backfill, bedding materials, dewatering, compaction, density control and testing will not be measured for payment as separate pay items, but shall be considered as incidental to the work for which they apply, and the cost thereof shall be included in the contract pay items as provided for in the proposal. -- END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - 8ITEWORK PAGE BECTION 02300 - JACKING OR BORING 02300-L PART 1 - GENERAL _ 1.1 GENERAL: This specification shall govern for the provision of the required opening for the installation of conduits, by other than open cut, by the methods of jacking or dry boring, as shown on the plans and in conformity, with these specifications. PART 2 - PRODUCTS 2.1 MATERIALS: The encasement and carrier pipe shall be of the type and strength as indicated on the plans. All necessary materials shall conform to the applicable sections of these specifications. _ PART 3 - EXECUTION 3.1 CONSTRUCTION REQUIREMENTS: -' A. Where encasement or carrier pipe is required to be installed under railroad embankments or under highways, streets or other facilities by jacking or dry boring .- methods, construction shall be made in a manner that will not interfere with the operation of the railroad, highway, street, or other facility, and will not weaken ..... or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as required, until such time as the backfill has been completed and then shall be remove from the site. B. The drilling of pilot holes for the alignment of pipe prior to its installation by jacking or dry boring will be required to maintain grade. The drilling of pilot holes will be considered as incidental to the work for which it applies and the cost thereof shall be included in the contract pay items as provided in the proposal. --- C. The Contractor shall take the proper precautions to avoid excavating earth or rock or shattering rock beyond the limits of excavation needed to install the _ conduit. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced immediately by the Contractor at his own cost and expense. D. The removal of any obstruction that may be found to conflict with the placing of this pipe will not be ...... measured for payment or paid for as a separate pay GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8ITEWOI~ PAGE 8ECTION 02300 - JAC[ING OR BORING 02300-2 item. The removal of any such obstruction will be included in such contract pay items as provided in the proposal. E. The Contractor shall dispose of all surplus materials at his own cost and expense at sites acceptable to the Engineer. 3.2 CONSTRUCTION BY JACKING: A. If the grade of the pipe at the jacking end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. This excavation shall not be carried to a greater depth than is required for placing of the guide and jacking timbers, and no nearer the roadbed than the minimum distance shown on the plans. B. At the other end of the pipe, an approach trench shall be excavated accurately to grade. All open trenches, and pits shall be braced and shored in such a manner as will adequately prevent caving or sliding of the walls into the open trench or pit. C. Heavy duty jacks suitable for forcing the pipe through the embankment shall be provided. A suitable jacking head not less than 65 inches larger than the outside diameter of the pipe, usually of timber, and suitable bracing between jacks and jacking heads shall be provided so that pressure will be applied to the pipe uniformly around the ring of the pipe. The jacking head shall be of such weight and dimensions that it will not bend or deflect when full pressure is applied at the jack. The jacking head shall be provided with an opening for the removal of excavated material as the jacking proceeds. A suitable jacking frame or backstop shall be provided. The pipe to be jacked shall be set on guides which are straight and securely braced together in such manner to support the section of the pipe and to direct it in the proper line and grade. Ail timber and other materials used in the construction of the jacking assembly will be of such quality and dimensions that they will withstand all stresses to which they are subjected in such a manner as to insure even pressure on the pipe during jacking operations. The whole jacking shall be placed so as to line up with the direction and grade of the pipe. D. As the jacking proceeds, the embankment material shall be excavated slightly in advance of the pipe in such a manner to avoid making the excavation larger than the outside diameter of the pipe, with the excavated material being removed through the pipe. The GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS SBCTZON 02300 - J~CKING OR BORZNG 02300-3 excavation for the underside of the pipe, for at least one-third of the circumference of the pipe, shall _ conform to the contour and grade of the pipe. The excavation for the top half of the pipe shall conform closely to the outside diameter of the pipe and a clearance greater than 2 inches will not be permitted. All voids between the pipe and the earth will be filled with grout proportioned 1:7 minimum mix grout with 5% to 40% air entrainment. The grouting shall follow immediately upon completion of the jacking operation. E. All carrier pipe installed by jacking shall be supported as shown on the plans. F. The pipe shall be jacked from the iow or downstream end. Lateral or vertical variation in the final position of the pipe from the line and grade indicated on the plans will be permitted only to the extent of 1 inch per 10 feet, horizontally and 0.1 inch vertically, - provided that such variation shall be regular and only in one direction and that the final grade of the flow line shall be in the direction indicated on the plans. G. When jacking of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable to prevent the pipe from becoming firmly -- set in the embankment. H. Any pipe damaged in jacking operations shall be __ repaired or removed and replaced by the Contractor at no additional expense to the Owner. I. The pits or trenches excavated to facilitate jacking operations shall be filled immediately after the jacking of the pipe has been completed unless an encasement pipe only has been installed; in which case, the trenches and pits shall be left open until the carrier pipe has been laid through and manholes have been built if required. The trenches or pits shall then ..... be backfilled in accordance with these specifications. 3.3 CONSTRUCTION BY BORING: -- A. The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed, shaft will be at the established line and grade. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. B. Ail voids shall be grouted with a 1:7 minimum mix grout, with 5% to 40% air entrainment, and will be considered a part of the unit price of the boring - operation. .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE SECTION 02300 - JACKING OR BORING 02300-4 3.4 MEASUREMENT AND PAYMENT: A. Openings provided by jacking or boring will be measured - for payment in linear feet along the center line of the opening measured from face to face of the trench ends or pit walls between which the jacking or boring -- traverses and will not be classified for payment according to depth. The carrier pipe and casing pipe will be measured and paid for as provided elsewhere in these specifications. - B. Openings provided by jacking or boring will be paid for at the contract unit price per linear foot, complete in place, as provided in the proposal and contract. The contract unit price shall be total compensation for furnishing and placing all materials including concrete or grout backfill; for all sheeting, shoring, bracing, and drainage; for disposal of all surplus materials; and for all labor, tools, equipment and incidentals necessary to complete the work, all in accordance with - the plans and these specifications. The carrier and casing pipe will be paid for as provided elsewhere in these plans and specifications. Exfiltration tests - will not be paid for separately, but will be considered a part of the jacking or boring operation. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS -' B~C~ZON 023~0 - ~ZCZ~)T~ZNG 02350-~ 1.01 GENERAL: This specification shall govern for the specific requirements for the construction of cased tunnels to be installed by microtunneling methods. 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM). 1. ASTM A139 Grade B Electrical Fusion of Welded Steel Pipe. 2. ASTM D3262 Fiberglas Sewer Pipe. B. American Welding Society (AWS). 1. DI.1, D1.5 Structural Welding Code - Steel 2. D1.5 Bridge Welding Code. - C. American Petroleum Institute (API). 1. API Section 4, Articles 4-2, 4-3 and 4-4 on _ Steel Pipe. 1.03 STANDARDS AND TOLERANCES: - A. Dewatering shall not be permitted for microtunneling. B. Dewatering shall be permitted for construction of - access shafts, where necessary. C. Stockpiling of excavated material, from microtunneling operations, on site shall not be permitted. D. Once tunneling is allowed to proceed, casing installation shall continue on an uninterrupted basis '-- until the entire length of each microtunneling segment has been mined and grouted. E. Do not jack pipe until the concrete thrust block in starter and receiver shafts for pipe entrance and exit has attained the required strength. F. The pipe shall be jacked in place without damaging the pipe joints or completed pipe section. - G. Settlement of ground surface along centerline of microtunneling alignments during and after installation of pipe casings shall not exceed 0.5 ._ inches. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWOI~ PAGE SECTION 02310 - MICROTUNN'BLING 02310-2 H. No more than 2 inch lateral and 1 inch vertical deviation shall be permitted in the position of the completed jacked pipe. 1.04 SUBMITTALS: Submit the following in accordance with the requirements of the General Conditions and Division i - General Requirements, Section 01340 Shop Drawings, Product Data and Samples. A. A detailed description of the microtunneling procedure including construction techniques to provide access shafts required to install pipe casings in conformance with the Contract Documents. B. Structural analyses detailing the design of the vertical shafts. The design shall be performed and certified by a registered Professional Engineer with a least ten years experience to perform structural design in the State of Texas. Submittal data shall be complete with calculations and drawings indicating all structural members to be utilized. C. A groundwater stabilization scheme covering the excavations for starter and receiver shafts. The contractor shall verify his plan to stabilize anticipated unstable soil conditions. Such verification shall include all calculations and detail drawings for dewatering and grouting systems. D. Certification by the microtunneling and pipe jacking manufacturer of the energy, condition and operational characteristics of all equipment to be used for installing the specified pipes. E. Certified test reports for the selected pipe casing material. F. Details of bentonite injection operation used as lubricant during pipe jacking. G. A description of the grade and alignment control system. The system shall be equipped with a laser target. H. Details of cement grouting after pipe casing has been installed including injection pressure and method of controlling grout pressures. I. Calculations that clearly state the hydraulic pressure which is required to develop the maximum allowable jacking effort and description of controls to ensure that this hydraulic pressure will not be exceeded GINN & CASE, INC. GP~%PEVINE CP~EK SEWER TRDNKMAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVISION 2 - SITL'WOR~ P~E SECTION 02310 - ~ICROT~LZN~ 02310-3 during jacking operations. J. Calculations demonstrating that the pipe selected has been designed to support the maximum anticipated earth loads and superimposed live loads, if applicable, both static and dynamic, which may be imposed on the pipe. The Contractor shall determine the additional stresses imposed on the pipe during the jacking operations and upgrade the quality and strength of the pipe and pipe joints to the extent necessary to withstand the additional stresses imposed by the jacking operation. The details shall be submitted to the Engineer for approval. K. Complete information on Contractor's safety plan for personnel conducting the tunneling or jacking - operations. The plan shall include provisions for lighting, ventilation and electrical safe-guards. P~RT 2 - PRODUCTS A. Pipe casings shall be either Steel or Fiberglas pipe with a minimum inside diameter of 30 inches, conforming to the following: 1. Steel Pipe: Casing pipe shall be welded steel pipe, new and unused material, in conformance with ASTM A-139 Grade B for Electric Fusion of Welded - Steel Pipe with a minimum yield strength of 35,000 p.s.i. Minimum wall thickness shall be 0.5 inches. Ail steel casing pipe shall be seamless, square cut with even lengths and shall comply with Article 4.2, 4.3 and 4.4 of Section 4 of the American Petroleum Institute (API) specification for steel pipe. API 4.2 Roundness. The difference between the major and minor outside diameters shall not exceed .. 1% of the specified nominal outside diameter or 0.25 inch whichever is less. API 4.3 Circumference. The outside circumference shall be within plus or minus 1% of the nominal circumference or with plus or minus 0.50 inch, whichever is less. API 4.4 Straightness. The maximum allowable straightness deviation in any 10 foot length shall be 1/8 inch. For lengths over 10 feet, the maximum deviation of the entire length may be computed by the following formula, but not to exceed 3/8 inch in any 40 foot length. - 1/8 x total length, feet/10 = Max. deviation (in.). GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWORK PAGE SECTION 02310 - MICROTUNNELING 02310-4 2. Fiberglas Pipe: Fiberglas pipe for jacking shall meet the requirements of ASTM D3262 Fiberglas Sewer Pipe (Glass-Fiber-Reinforced-Thermosetting- Resin). The pipe shall meet the following criteria: Type 1, Liner 2, Grade 3. The method of manufacture shall be centrifugal casting resulting in a controlled outside diameter. Pipe shall be Hobas pipe as manufactured by Hobas U.S.A., Houston, TX. or approved equal. The corrosion liner shall consist of a minimum thickness of 0.04 inches of reinforced polyester resin. The outside pipe coating shall have a minimum thickness of 0.03 inches and shall consist of thermosetting polyester resin and sand. The structural wall shall consist of glass fiber reinforcement thermosetting polyester resin and sand proportioned and oriented such that when tested in accordance with ASTM D3262, the pipe will meet all physical test requirements including those for the required pipe stiffness. Minimum pipe wall thickness measured at the bottom of the spigot gasket groove, where the wall cross section has been reduced, is determined from the maximum allowable jacking load. The minimum factor of safety against maximum calculated jacking force is 2.5. Minimum wall thickness shall be 1.2 inches. B. Concrete shall be 3000 psi and conform to Division 3 - Concrete, Section 03300, of these documents. C. Grout shall be a 1:7 minimum mixture with 5% - 40% air entrainment. Alternate grout mixture shall be submitted to Engineer for approval. D. Bentonite shall be a Volcay product or approved equal, and conform with API 13A. Bentonite shall have the capability of mixing with water to form a stable and homogeneous suspension. PART 3 - EXECUTION 3.01 PREPARATION: A. Shafts: 1. Construction techniques required to provide access shafts for microtunneling shall be subject to review and approval of Engineer. Acceptable excavation methods include the use of interlocked steel sheetpiling or precast circular concrete segments lowered in place during excavation. GINN & CASE, INC. GI~PEVINE CREEX SEWER TRUNI~I~AIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - ~ITEWOI~ P~E BECTION 02310 - ~ICROTUNNEL~N~ 02310-5 2. Final dimensions of access shafts shall be selected by Contractor, and submitted to Engineer for approval. 3. The Contractor shall be required to properly support all excavations and to prevent all movement of the soil, pavement, utilities or structures outside of the excavation. -- 4. If at any time the method being used by the Contractor for supporting any material or structure adjacent to any excavation is not safe in the opinion of the Engineer, the Engineer may require and the Contractor shall provide additional bracing and support necessary to furnish the added degree of safety required by the -- Engineer. The Contractor shall provide such added bracing and support by such method approved by the Engineer as he may elect to use, but the taking of such precautions shall in no way relieve the Contractor of his sole final responsibility for the safety of lives, work and structures. The _. use of the additional bracing and support shall be without additional cost to the Owner. The failure of the Engineer to order the aforementioned additional bracing shall in no way relieve the Contractor of his sole and final responsibility. 5. Construct a thrust shaft to accommodate the -- installation of pipe casings, slurry shield and jacking device. Install thrust block as required and consolidate the ground, using grout, where the casings exit the shaft. 6. Construct a receiving shaft to accommodate the installation of pipe casings and the slurry shield. Consolldate the ground, using grout, where the casings enter the shaft. __ 7. Provide security fence around all shaft areas and provide and install shaft cover when the shaft area is not in use. 3.02 INSTALLATION: A. Microtunneling. 1. The tunnel boring machine shall be an unmanned mechanical type earth pressure counter-balanced bentonite slurry shield system similar to Herrenknecht AVN 36 as manufactured by Herrenknecht Inc. West Germany, or approved equal. The machine shall be laser guided and monitored -- continuously, with a closed circuit television .._ GINN & CASE, INC. G~APEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - BITEWOI~ PAGE 8ECTION 02310 - MICROTUNNELING 02310-6 system. The operator shall have a technical background, and experience record equivalent to at least three years on other microtunneling projects. The machine shall be capable of fully supporting the face both during excavation and during shut down and shall have the capability of positively measuring the earth pressure at the -- face. Excavation face pressure shall be maintained at all times between the measured active earth pressure and computed passive earth _ pressure. Fluid pressure used at the face to remove excavated material shall be maintained at or slightly in excess of normal hydrostatic pressure and shall be monitored continuously by Contractor. The machine shall be capable of handling and removing material of high water content from the heading 2. No work shall commence on the microtunneling phase until the design and construction procedure has been approved in writing by the Engineer. The Contractor is totally responsible for the performance of the equipment and methods selected for this phase. The Engineer's approval signifies only that the construction process is compatible with the overall objectives of the project. 3. Each pipe section shall be jacked forward as the excavation progresses in such a way to provide complete and adequate ground support at all times. A bentonite slurry shall be applied to the external surface of the pipe to reduce skin friction. A jacking frame shall be provided for developing a uniform distribution of jacking - forces around the periphery of the pipe. A plywood spacer shall be placed on the outer shoulder of the pipe joint. Special care shall be taken by the Contractor, to insure that the thrust reaction backstop is properly designed and constructed. The backstop shall be normal (square) with the proposed pipe alignment and - shall be designed to support the maximum obtainable jacking pressure with a factor of safety of at least 2.0. The jacking system shall -- be capable of continuously monitoring the jacking pressure and rate of advancement. Special care should be taken when setting the pipe guard rails in the pit to ensure correctness of the alignment, grade and stability. 4. After completion of the jacking operation between shafts, the lubricated material shall be displaced from between the pipe exterior and surrounding ground by a cement grout. Pressure and the amount _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELLv TEXAS '-- DIVIBION 2 - BITEWORK PAGE SECTION 02310 - MICROTUNNELING 02310-7 of qrout shall be controlled by the Contractor to avoid pipe damage and displacement of the pipe and soil beyond specified tolerances. Grouting shall be accomplished as soon as possible after pipe installation has been completed to prevent any .... surface settlement due to movement of soil material into the void space or loosened zone around the pipe. 5. The Contractor shall be responsible for monitoring ground movements associated with the work and making suitable changes in the constructions methods to control ground movements and prevent damage or detrimental movement to the work and adjacent structures. 6. Any pipe which has been damaged during installation shall be replaced by the Contractor at no additional cost to the Owner. Damaged pipes are not acceptable under this contract. If a new casing is required extending form starter to receiver shaft, it shall be installed in conformance with these documents. 7. Pipe casing diameter shall be 30 inch inside diameter. Minimum wall thickness shall be as -- specified in Part 2 of this Section. Actual wall thickness shall be determined by Contractor based on loading's and anticipated jacking pressures for selected pipe and driven pipe lengths. Pipe lengths shall be determined by the Contractor. 8. Steel pipe casing joints shall be continuously welded. The welds shall develop the full strength of the pipe and shall result in a fully watertight section. The inner face of internal weld seam shall be flush with the pipe to facilitate the installation of the carrier pipe in the casing. - 9. Fiberglas casing joints shall be fully watertight and shall develop the full strength of the pipe. Casings shall be field connected with sleeve couplings or bell and spigot type joints that utilize elastomeric sealing gaskets as the sole means to maintain joint water tightness. The joint shall have the same outside diameter as the pipe so when the pipes are assembled, the joints are flush with the pipe outside surface. 10. All excavated material from tunnel and shaft construction shall be removed from site by the Contractor. No stockpiling shall be permitted on- site and material shall be removed at regular intervals, not exceeding 24 hours. · -. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8IT~WOI~ PAGE SECTION 02310 - MICROTUNNELING 02310-8 B. VENTILATION: 1. Adequate ventilation shall be provided for all cased tunnels and shafts. The design of the ventilating system shall include such factors as the volume required to furnish fresh air in the shafts, and the volume to remove dust that may be caused by the cutting of the face and other operations which may impact the laser guidance system. The minimum amount of fresh air that should be supplied shall be 200 cfm. C. LIGHTING: 1. Adequate lighting shall be provided for the nature of the activity being conducted by workers for the microtunneling project. Both power and lighting circuits shall be separated and thoroughly insulated. The voltage shall not exceed 115 volts. All lights shall be placed in porcelain light fixtures in vapor tight enclosures and metal guards. 3.03 CLEAN UP AND RESTORATION: A. Restoration shall follow construction as the work progresses and be completed as soon as possible. restoration work shall not be delayed and shall be completed no later than ten (10) days after the casing are in place. Any testing or further inspection necessary for final completion and approval of the casings shall not be cause for any delay of restoration work required under this section. This provision for restoration shall include all property which was affected by the construction operations. Such final restoration that cannot be performed within the ten day period, due to adverse weather conditions, may, upon written request, including a proposed procedure and time schedule be performed as approved by the Engineer. Any delayed restoration will be contingent upon providing suitable safe temporary facilities without inconvenience or nuisance in the interim. B. The Contractor shall maintain existing surface and subsurface drainage conditions in all areas along the line of work. C. Whenever property is damaged or destroyed, the Contractor shall at his own expense, restore such property to a condition equal to or better than to that existing before such damage or injury was done by repairing, rebuilding, or replacing it as may be directed, or he shall otherwise make good such damage or destruction in a manner acceptable to the Engineer GINN & CASE, INC. GRAPBVINB CREEK SEWER TRUNK MAXN PROJECT 454/455 CITY OF COPPELL, TEXP~ DIVISION 2 - SITEWORK P~GE SECTION 02310 - MICROTUMNELING 02310-9 If he fails to do so, the Engineer, may, after the expiration of a period of fifteen (15) calendar days -- after giving him notice in writing, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof shall be deducted _ from any amount due or which may become due the Contractor under this contract. END OF SECTION -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BXTmWORK PAGE 8ECTTON 02430 - DRA1'NAGE STRUCTURES, PI;PR8 AND F];TT'FNGfI 02430-1 -- PART I-GENERAL 1.1 SCOPE: This section provides for furnishing, repairing, replacing, and constructing storm sewers, manholes, and inlets if required as part of this project, or if damaged during the construction of the sewer lines. 1.2 RELATED WORK: A. Division 2. Site Work. 1. Site Preparation - Section 02100. 2. Grading - Section 02210. 3. Excavation, Trenching and Backfilling for Utilities - Section 02221. B. Division 3. Concrete. 1. Concrete Formwork - Section 03100. 2. Reinforcing Steel - Section 03200. 3. Cast-in-Place Concrete - Section 03300. PART 2 - PRODUCTS .... 2.1 STORM SEWER PIPE: A. Reinforced Concrete Pipe. Provide reinforced concrete pipe which conforms with ASTM C 76, Class III. 2.2 PIPE JOINT MATERIAL: .... A. Cold Compound Joints. For concrete pipe or box sections furnish pipe joint material, such as Talcote No. 052, Gulf States No. GS 702, or Ram-Nek flexible ._ plastic gasket as manufactured by the K.T. Snyder Company, Inc., and meeting all requirements of Federal Specification SS-S-00210, "Sealing Compound, Preformed Plastic for Pipe Joints," Type 1, rope form. Use a primer of the type recommended by the manufacturer of the compound used. - B. Mortar Joints. Joints in precast pipe sewers shall be formed in a careful, thorough and workmanlike manner. Ail pipe shall be jointed tight and sealed with stiff .... mortar, composed of one part portland cement and two parts sand, so placed as to form a durable watertight joint. The ends of the pipe shall be cleaned thoroughly and wetted before making the joint. GINN & CASE, INC. GRAPEVINE CREEK SBWER TRU~K MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DXVX6XON 2 - 9XTEMORK P~GE SECTTON 02430 - DI~:I:NAGE 8TRUCTUREII, PI:PElt ~iD FXTTTNGI~ 02430-3 2.3 MANHOLE MATERIAL: A. Cast Iron. Furnish cast iron inlet material conforming to ASTM A 48 for Class 20, gray cast iron. Provide castings that are clean, perfect, free from sand or blow holes or other defects. Holes in the cover must .... be clean and free from plugs. Machine bearing surfaces of frames and grates or plates so that grates or plates will bear evenly when seated in the frames. B. Mortar. Furnish mortar conforming to ASTM C 270, Mortar Type S using Portland cement. "- C. Aggregate for Mortar. Use aggregate conforming to ASTM C 144. P]tRT 3 - EXECUTION 3.1 EXCAVATION: A. Dig the trench and bottom as specified in the section of Excavation, Trenching and Backfilling for Utilities, .... and as detailed on the drawings. 3.2 PIPE BEDDING: A. Lay pipe bedding as shown and specified in the section on Excavation, Trenching and Backfilling for Utilities. 3.3 PIPE INSTALLATION: A. Pipe Sewers and Culverts. Furnish and place in -- position, as directed, all necessary stakes, grade and batter boards for locating work. Do not place pipe until the excavation has been completed, the bottom of .... the trench shaped, proper bedding material placed and approval by the Engineer for condition, line and grade has been obtained. END OF BECTION GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZ~ZSZON 2 - SZT~II'O~ BECTZON 02480 - LANDSCAPE IIPECZFZCATZONS 02480-3. PART 3. - GENEl~L 1.1 SCOPE: Provide all labor, materials, equipment, tools and related items required for preparing ground, providing for sowing of seeds and fertilizer, mulching with straw and other management practices required for erosion control. Areas requiring seeding for erosion control will be all areas which are disturbed by construction. 1.2 RELATED WORK: - A. Division 2. Site Work. Section 02200 - Earthwork. B. Texas Highway Department Standard Specifications. 1982. 1. Item 164 Seeding for Erosion Control. 2. Item 166 Fertilizer. 1.3 MODIFICATIONS TO TEXAS HIGHWAY DEPARTMENT SPECIFICATIONS: A. Wherever reference is made to the Texas Highway -- Department or to the Engineer, it shall be taken to infer the Owner or the Engineer of the Owner as defined in the Supplementary Conditions. B. Articles 164.10 and 164.11 are hereby deleted from Item 164, Seeding for Erosion Control. C. Articles 166.4 and 166.5 are hereby deleted from Item 166, Fertilizer. PART 2 - PRODUCTS 2.1 MATERIAL: A. Seed shall comply with the requirements of Item 164, Article 164.2, and shall be of the type specified with the mixture, rates and planting dates as specified for Highway District No. 18. B. Fertilizer shall comply with the requirements of Item 166, Article 166.2. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8ITEWOI~ PAGE SECTION 02480 - LANDBCAPE BPECIFICATION8 02480-2 PART 3 - EXECUTION 3.1 GENERAL: A. Application of Seed. Fertilizer and Straw Mulch. To be in accordance with the requirements of Items 164 and 166 and as follows: -.- All seeded areas shall be uniformly covered with straw mulch per Item 164, Article 164.8. _ B. Cleanup. 1. Continuously and promptly remove excess and waste materials. Keep work areas clear. Take all reasonable precautions to avoid damage to existing structures and grass .... 2. When seeding an area has been completed, thoroughly clean the area. Collect debris, rubbish, subsoil and waste materials and remove them from the site. 3. Regrade and replant grass areas damaged by the work. When work is complete, leave the seeded areas neat and clean. - 4. Protect the seeded area from other construction operations. C. Maintenance. Until acceptance, maintain seeded areas with all necessary watering, cultivating, mowing, weeding, disease and insect control, protective spraying, replacement and any other procedure - consistent with good horticultural practice necessary to ensure normal, vigorous and healthy growth of grass. D. Watering. Apply water to the seeded areas after compaction and seeding. Apply water using portable pipe and hose lines with rotating sprinklers within 24 ._ hours after seeding. Sprinkling may be done with water trucks and hoses in certain locations where it is impractical to use portable lines or hoses. Supervise sprinkling to prevent runoff of water. The Contractor shall furnish all pumps, hoses, pipe lines, water trucks and sprinkling equipment required. Water with approved watering equipment in compliance with the _ schedule of 14,000 gal/AC weekly for seven weeks. Do not water at rates exceeding 5,000 gal/AC/hr., to prevent runoff. E. Weeding. Keep all seeded areas relatively free from weeds and undesirable grasses, using approved methods, materials and timing. -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TENA~ DIVZBION 2 - 8ZTBIlOI~ P~GE BECTION 02480 - L~NDBCAPB BPECZFZC~TION8 02480-3 F. Disease and Insect Pest Control. Upon discovery of any disease or insect pest infestation, identify or have identified the nature or species of infestation and submit the proposed method of control for approval prior to application of control measures. - G. Mowina. Mow the grass should the height reach 3-1/2 inches or greater on the average before final acceptance. Mow to a height of 2-1/2 inches. 3.2 MEASUREMENT AND PAYMENT: All acceptable materials and work performed as required by this section for seeding, fertilizer, straw mulching, and watering shall be measured and paid for as a separate lump -- sum pay item. END OF BECTION GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - BITENORK P&GE SECTION 02510 - CONCRETE NALK8 02510-1 PART I - GENERAL 1.1 SCOPE: (TO BE USED FOR REPAIR/REPLACEMENT OF WALKS) A. Provide 4-inch-thick, reinforced concrete sidewalks in - conformity with the lines, grades and details shown on drawings. Construct on an approved sand bed. 1.2 RELATED WORK: A. Division 3. Concrete. Cast-In-Place Concrete, Section 03300. PART 2 - PRODUCTS 2.1 CONCRETE: Provide materials and proportions for concrete and reinforcing steel which conform to the applicable requirements of the section on Concrete. "- 2.2 EXPANSION JOINT FILLER: Performed bituminous type conforming to ASTM D 994, having .-- thickness of 3/4-inch unless otherwise shown on the drawings, or redwood boards, nominally 1" in thickness. 2.3 SAND BED: Obtain bank sand from an approved source. Use sand that is free from clay lumps, organic and other deleterious material, and having a plasticity index of 12 or less. PART 3 - EXECUTION 3.1 PREPARATION: A. Subgrade. Excavate subgrade 6 inches beyond the outside lines of the sidewalk. Shape to the line, grade and cross section. Compact the subgrade to a minimum of 95% of maximum dry density per ASTM D698. B. Sand Bed. Immediately after subgrade is prepared, cover with a 2-inch-thick compacted sand bed. Place ._ concrete when sand is moist. C. Forms. Use wood or metal forms with the proper section. Select pieces which are straight, unwarped and nominally 4 inches deep. Securely stake forms to line and grade and maintain in true position during concrete placement. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVIBION 2 - 8TTEWORI~ PAGE 8ECTION 02510 - CONCRETE WALK8 02510-2 3.2 REINFORCEMENT: Install No. 3 reinforcing steel bars on 24-inch centers longitudinally and across the walk. Lay longitudinal bars in walk continuously, except through expansion joints. During concrete placement, see that reinforcement is in the ... approximate center of the slab, by use of plastic "chairs". 3.3 EXPANSION JOINTS: Provide 3/4-inch expansion joints along and across the sidewalk at walls, and across the walk at intervals of 20 feet or less throughout the entire length of the sidewalk. Extend the expansion joint filler the full depth of the slab and the entire width of the walk. 3.4 PLACING AND FINISHING: A. Placing. Place the concrete in forms to the specified depth and tamp thoroughly with a "jitterbug" tamp to bring the mortar to the surface. B. Finishing. Strike off to a smooth finish with a wood -- strike board. Finish smoothly with a wood hand float. Brush across the sidewalk lightly with a fine-haired brush. C. Tool Joints. Unless otherwise shown on drawings, mark off walks 1/4 inch deep, at spacing equal to the width of the walk. Use a joint tool as wide as an edging - tool. Finish the edges with a tool having 1/4-inch radius. 3.5 CURING AND PROTECTION: Cover the sidewalk with burlap or suitable cotton mats. Keep the cover wet for 48 hours after the burlap or mats are placed. Commence curing as soon as the concrete has hardened sufficiently to be unmarked by the method of curing. Instead of sprinkling, membrane curing methods may be used. Refer to the section on Cast-In-Place Concrete. Protect sidewalks from traffic for 48 hours after pouring. 3.6 BACKFILLING: After the concrete has set sufficiently, refill the space along the sides of the sidewalk to the top of the walk with " suitable material. Tamp until firm and solid. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXt8 DIVISION 2 - ~ITEWORK P~E ~ECTION 0~$~0 - CONCRETE W~LKS 0~$~0-~ 3.7 MEASUREMENT AND PAYMENT: -_ Excavation, backfill, repair or construction of concrete walks disturbed or destroyed by this contract, will not be measured for payment as separate pay items, but shall be considered as incidental to the work for which they apply, and the cost thereof shall be included in the contract pay items as provided for in the proposal. - END OF ~ECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIV?BION 2 - BITENORK PAGE BECTION 02515 - CONCRETE PAV'rNG 02515-1 PART I - GENEI~L 1.1 SCOPE: A. Provide concrete paving including broom finished - paving, flatwork, and curbs, for areas designated on drawings, including drives and miscellaneous, paving. --. B. To be used for concrete paving destroyed by this construction, and not specified elsewhere in these specifications. 1.2 RELATED WORK SPECIFIED ELSEWHERE: A. Excavation, Fill & Backfill for Utilities - Section -- 02221. B. Cast-in-Place Concrete - Section 03300. 1.3 SUBMITTALS: A. Concrete Design: Contractor shall be responsible for -- and shall pay for design of concrete mixes. An independent testing laboratory shall determine mixes of each type concrete based on specified strengths and -- materials in accordance with ACI 318-83. Submit 4 copies of design mix for approval. 1.4 COORDINATION: A. Notify responsible trades of schedules of concrete pours so as to allow adequate time for installation of their work. PART 2 - PRODUCTS 2.1 MATERIALS: A. Portland Cement: ASTM C-150-78A, Type I or III. B. Fine Aggregate: Natural sand, ASTM C-33-78. --- C. Coarse Aggregate: Hard, durable natural gravel or crushed rock meeting requirements of ASTM C-33-78. Maximum size and gradation in accordance with Size No. _ 67 or 467 in Table II of ASTM C-33. D. Water: Potable '-- E. Admixture: Cement-dispersing, water reducing compound such as Pozzolith 100 series, as made by Master Builders. Air entraining agent meeting requirements of · - ASTM C260. GINN & CASE, INC. QRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEXAS DIVIBION 2 - BITEWORI~ PAGE 8ECTION 02515 - CONCRETE PAVING 02515-2 F. Reinforcing Steel: ASTM A615, grade 60. G. Wire Mesh: ASTM A185. H. Forms: Nominal 2" thickness dimension fir, or steel .._ paving forms. I. Premolded Expansion Joint Filler: ASTM D-1782, non- asphaltic. J. Dowels and Sleeves: 3/8" plain round bars, with sleeves. '- 2.2 PROPORTIONING AND MIXING: A. Proportions and Design: Concrete shall produce a mixture of adequate workability, free from segregation, honeycombing and bleeding, and shall be of following type, unless noted otherwise on the plans: "- 1. Schedule of Types of Concrete: MIN. ALL. COMP. MAX. SIZE TYPE STRENGTH (28 DAYS) CEMENT % AIR AGGREGATES I 3000 psi Portland 6% 1-1/2" 2. Broom finished paving, walks, ramps, exterior concrete steps and flat slabs. 3. Admixture: Add specified cement-dispersing agent - and air-entraining agent to concrete mixes. B. Mixing: Ready mixed concrete in accordance with ASTM .._ C-94. C. Slump: Shall not exceed 4" per ASTM C-143. PART 3 - EXECUTION 3.1 INSPECTION AND PREPARATION: Inspect subgrade and report any discrepancies to Engineer _ before proceeding. Do not place concrete until layout, formwork, reinforcing and accessories have been and observed by the Engineer. 3.2 FORMWORK: Build form to lines and grades detailed, of sufficient - strength and rigidity so they will not deflect under pressure of wet concrete. Exercise extreme care in layout, bracing and aligning forms. Formwork shall be straight, _ GINN & CASE, INC. GI~PEVINE CREEX 8EWER TRUNXM. AIN PROJECT 454/455 CITY OF COPPELL, TEXJtB DXVISION 2 - 8XTBWORK PAGE SECTION 025X5 - CONCRETE PAVING 02515-3 with no bulges in completed work greater than 1/8" in 10'. 3.3 REINFORCING: Place reinforcing steel as detailed and in accordance with ._ ACI 318-83. Place wire mesh to provide one full mesh lap at sides, minimum 8" at ends. Place dowels and sleeves at expansion joints at 24" o.c. unless shown otherwise on the plans. Provide positive bar supports for all reinforcing. 3.4 PLACING: .... A. Concrete: Convey and place concrete so there is no separation in ingredients in accordance with applicable requirements of Chapter 10, ACI standard specifications for Concrete Pavements and Concrete Bases (ACI 617). Do not place concrete when temperature is below 40 degrees F. No calcium carbonate shall be added to the concrete. Do not place concrete which exceeds 95 -.- degrees F., and add a double dose of retarder to all concrete which is between 90 degrees and 95 degrees F. Ice shall be used to control the maximum temperature. B. Construction Joints: Stoppage of concrete placing shall occur at expansion joint or other detailed contraction joints. Construct bulkheads to permit continuation of reinforcing steel. C. Expansion Joints: Place expansion joint fillers where .- paving abutts structure or walls and at other locations detailed. Provide removable tacked-on strips to provide a recess for joint sealing compound. Provide expansion joint every 40 feet in curbs and walks, or as shown on drawings. D. Use Zipstrip type control joints. Locate contraction -- joints nominally at 20'-0" o.c. or as detailed otherwise on drawings. .... 3.5 FINISH: A. Provide broom finish. Materials exposed to view free of surface defects such as poor joints, ridges, cracks, honeycombing, excessive laitance, stone pockets or other defects. Materials that are defective and cannot be satisfactorily repaired, shall be removed and -- replaced at the Contractor's expense. B. Concrete cured by use of curing compound applied after surfaces taken initial set after finishing. Material Clear Bond by Guardian Chemical, Kure-N-Seal by Sonneborn or Dress and Seal, or equal. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8XTEWORK PAGE SECTION 025X5 - CONCRETE PAVXNG 025X5-4 3.1 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. EI~ID OF SECTION GINN & CASE, INC. GI:IAPEVIIIE CREEK 8Ell'ER TRUNK PROJECT 454/455 CITY OF COPPELL, TEY, AB DZVZBZON 2 - 8ZTEWORK PAGE BBCTZON 02600 - N~I~I[OT.~B ~ CLEII~NOUTB 02600-1 PART i - GENERAL ..... 1.1 GENERAL: A. Contractor shall provide all labor, material, and equipment necessary for construction of manholes and -- cleanouts as indicated on the drawings or as herein specified. -- -- 1.2 RELATED WORK SPECIFIED ELSEWHERE: A. Field Engineering - Section 01050 B. Earthwork - Section 02200 C. Structural Excavation, Fill and Backfill "- Section 02220 D. Pipe and Fittings - Section 02610 1.3 PROTECTION OF EXISTING MANHOLES: A. Existing manholes which are not to be demolished or - rehabilitated shall be protected from damage throughout construction. PART 2 - PRODUCTS 2.1 MANHOLES: A. Manholes shall be constructed of precast concrete, or cast in place concrete. -' B. Concrete shall be Portland Cement, ASTM C150, Type I; Aggregate shall be ASTM C33; maximum gravel size shall be 3/4", and water shall be potable. Concrete shall .... attain a minimum 28-day strength of 4000 psi. C. Reinforcing Steel: Steel bars, ASTM Al5, Al6 and A305. .... Wire mesh, ASTM A185. Reinforcement protection and clearance - ACI code unless shown otherwise on drawings. D. Pre-cast Concrete Rings and Cones: ASTM C478, latest - revision. Rubber gaskets shall conform to ASTM C443, latest revision. - E. Manhole Steps: As shown on drawings. Minimum tensile strength of 35,000 psi. F. Frames and Covers: Cast iron as shown on drawings. G. Base shall be poured-in-place concrete or pre-cast unit, according to the dimensions shown on the -- drawings, poured on undisturbed earth or solid rock. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORX PAGE SECTION 02600 - NANHOLE8 AND CLEANOUT8 02600-2 No structure shall be set on the base until it has sufficient strength for the required load. 2.2 CLEANOUTS: A. Cleanouts shall be as shown on the drawings. PART 3 - EXECUTION 3.1 LOCATION: A. Manholes shall be constructed at the locations and grades indicated on the plans. B. Cleanouts shall be as shown on the plans. 3.2 MANHOLE CONSTRUCTION: A. Excavation: 1. Manhole excavation shall be limited to the minimum size required for the construction intended. 2. If required, sheathing, shoring and bracing shall be provided at no additional cost to the Owner. 3. If contractor excavates for base, in stable soil, below the required depth, such excess depth shall be filled with concrete or suitable backfill material, prior to beginning construction of manhole, subject to approval of Engineer. B. Subgrade: 1. If bottom of excavation is of objectionable material, not suitable for foundation, according to the engineer, the contractor shall overexcavate a minimum of 12", and backfill with gravel, or other approved select backfill material. C. Manhole base and Inverts: 1. Base shall be formed and poured in field by contractor, or precast by manufacturer. 2. Invert channels shall be smooth and accurately shaped to a semi-circular bottom conforming to the inside of the adjacent sewer section. Inverts shall extend up to the spring line of the pipe. D. Manholes Frames and Covers: 1. Shall be cast into or attached to concrete walls of manhole. GINN & CASE, INC. GRAP~IN~ CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DXVISXON 2 - SITEWORK PAGE BECTION 02600 - N~'HOLES ~ CLEANOUTS 02600-3 E. Backfill: h_ 1. Material shall be placed against walls of manhole and compacted to secure a minimum of 95 % of maximum laboratory density. No broken concrete, ._ stones, frozen soil or other deleterious material shall be placed in backfill. 2. Place backfill material so that finished grade '- will slope away form manhole cover. 3.3 MEASUREMENT AND PAYMENT: A. Measurement and payment of manholes will be per each, complete in-place, of different types indicated on the .... drawings, including standard manholes, drop manholes and Type S manholes. The contract unit price shall include: manhole construction to depths shown on plans; steps where indicated; frames and covers; stub-outs .... from manholes; base for manholes; excavation, backfill, sheeting, shoring, dewatering and all appurtenances required; for all labor, tools, equipment and _ incidentals necessary to complete the work, all in accordance with the plans and these specifications. END OF SECTION -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - BZTEWOI~ PAGE SECTION 02601 - COATING FOR CONCRETE M~NHOLEB 02601-1 PART 1-GENERAL 1.1 GENERAL: A. This section specifies the materials, surface preparation, properties, and application of 100% .... solids, flexibilized epoxy lining to the interior walls and floor of concrete manholes to effectively protect the exposed concrete surfaces from corrosion. B. All work in connection with the surface preparation of concrete manholes and application of the liner shall .... be done in strict conformance with all applicable specifications, instructions, and recommendations of the liner system manufacturer. -' PART 2 - PRODUCTS 2.1 MATERIALS: A. Provide a two-component flexibilized epoxy lining composed of 100 percent solids. Product shall be FE 100 as manufactured by Thane-Coat, Inc., Houston, Texas, (713) 780-0990, or approved equal. B. The material shall be suitable for overhead, vertical, and horizontal surfaces. C. The liner shall attain the following minimum mechanical ._ properties after 7 days at 77 degrees F: Tensile Strength 2,000 psi Tensile Modulus 245,000 psi Abrasion Resistance - Tabor 83 mg loss (1000 gm load, 1000 cycles) Compressive Strength 12,000 psi Flexural Strength 6,000 psi PART 3 - EXECUTION 3.1 SURFACE PREPARATION: A. Surface must be clean and any defects or hydrostatic leaks repaired. Concrete surfaces must be cured at least 14 days prior to coating. B. In all areas to be coated, the concrete surfaces shall be cleaned by waterblasting, sandblasting or by mechanical means. All surfaces shall be free of laitance, salts, form release agents, curing agents, dust or other contaminants. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITBWORK PAGE SECTION 0260Z - COATING FOR CONCRETE MANHOLEB 02501-2 3.2 APPLICATION PROCEDURES: A. The liner system shall be applied in strict conformance with the manufacturer's recommendations. B. The liner shall be applied in one or more coats to the interior walls and floor of the concrete manholes. C. The epoxy liner shall be minimum 60 mils thick. 3.3 TESTING: A. After the coating operation has been completed, and prior to acceptance, the work shall be visually inspected by the Engineer, to check for thin spots, voids, and the uniform thickness of the liner material. B. The minimum specified thickness shall be field verified by the Engineer at a minimum of three points on the manhole wall. All test points shall be repaired by the Contractor at no cost to the City. 3.4 SAFETY: A. All application procedures must be performed in accordance with the material safety data sheets and the manufacturer's recommendations regarding safe use of goggles, gloves and protective clothing shall be strictly adhered to at all times. 3.5 SUBMITTALS: A. Technical data on the liner system, including standard catalogue information. B. Surface preparation instructions. C. Application instructions. D. Independent laboratory test results showing the material meets or exceeds the physical parameters contained in this specification. 3.6 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pay item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DZVISION 2 - BZTEWORK PAGE BBCTION 02602 - POLYUI~THANB LINER FOR CONCRETE BEWER8 02602-L P~%RT L - GENERa., 1.1 GENERAL: A. This section specifies the materials, surface preparation, properties, and application of a sprayable - elastomeric polyurethane liner system for the interior walls of concrete pipe. B. Ail work in connection with the surface preparation of concrete pipe and application of the liner shall be done in strict conformance with all applicable specifications, instructions, and recommendations of the liner system manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS: _ A. Provide a sprayable elastomeric polyurethane composed of 100 percent solids and chemically resistant fillers. Product shall be Thane-Coat 300, as manufactured by Thane-Coat, Inc., Houston, Texas, (713) 780-0990, or - approved equal. B. The material shall be suitable for overhead, vertical, and horizontal surfaces. C. The material is to provide a permanent impermeable, high strength, corrosion and abrasion resistant, monolithic lining for concrete pipe. D. The liner shall attain the following minimum mechanical properties after 7 days at 77 degrees F: Tensile Strength 1,960 psi _. Bond Strength 150 psi minimum on concrete Elongation Recoverable: 100% minimum Surface Hardness 80 Shore A E. Chemical Resistance: Sulfuric acid 20% Sodium hydroxide 5% Ammonium hydroxide 5% Nitric acid 1% Ferric chloride 1% Soap 0.1% Detergent 0.1% (linear alkyl benzyl sulfonate or LAS) Bacteriological Less than 700 ppm GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORX PAGE SECTION 02602 - POLYURETHANE LINER FOR CONCRETE SEWER8 02602-2 PART 3 - EXECUTION 3.1 SURFACE PREPARATION: A. Surface must be clean and any defects or hydrostatic leaks repaired. Concrete surfaces must be cured at least 14 days, at 70 degrees and 50% relative humidity prior to coating. B. In all areas to be coated, the concrete surfaces shall be cleaned by waterblasting, sandblasting or by mechanical means. All surfaces shall be free of laitance, salts, form release agents, curing agents, dust or other contaminants. 3.2 APPLICATION PROCEDURES: A. The liner system shall be applied in strict conformance with the manufacturer's recommendations. B. The surface must be cleaned of any blasting residue, either with the use of dry air or brushing. C. The pipe shall be lined prior to pipe laying: (Note: degree of coverage to be 360 degrees) 1. Apply two to three mils of TC-35 Primer, or equal to the interior surfaces of the pipe and the pipe bell and spigot faces. 2. Apply five to ten mils of TC-35 Primer, or equal to the "0" ring rubber gasket and associated areas. No polyurethane shall be applied in this area. 3. Primer must be allowed to dry until surface is tackfree, not less than one hour, and not more than seven days if primer is to be topcoated with polyurethane. (Thane-Coat 300, or approved equal). D. Apply a minimum of 65 mils of polyurethane (Thane-Coat 300 or approved equal) to the primed surfaces as specified above. E. Follow manufacturer's instructions and recommendations for application procedures and equipment use. F. Holiday Detection: All 65 mil thick polyurethane coasted surfaces shall be inspected for holidays using and electronic voltage instrument specifically designed for the purpose. The voltage applied shall be 75 volts per mil of thickness. Inadequately coated surfaces GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DXVXBXON 2 - BXTENO~J~ PAGE 8ECTXON 02602 - POLYUI~~ LXNER FOR CONCRETE BEffERB 02602-3 damaged by the voltage instrument shall be required by the Contractor at no additional cost to the City. Ail _ holidays shall be plainly marked for repair. Polyurethane coating shall be pinhole free. G. Dry Film Thickness Inspection: At the Engineer's -- direction, destructive dry film thickness measurements may be performed in accordance with -SSPC PA-2 guidelines for frequency of sampling, averaging of sample results, etc. The minimum dry film thickness of the liner system shall be 65 mils. H. Application Log: A daily log shall be kept showing date, weather conditions, quantity of pipe and number of gallons of lining compound expended. - I. Adhesion Testing: A minimum of one percent of fully cured pipe for the project shall be subjected to adhesion testing at the direction of the Engineer. J. Touch-up and Repairs: 1. Freshly coated polyurethane (less than 12 hours - old) may be topcoated with itself. 2. Aged polyurethane (older than 12 hours) must be .... roughened by sanding, grinding, or blasting to remove the hard glazed surface. Two to three mils of approved primer shall be applied, followed by ___ sufficient thickness of polyurethane to bring the total thickness to 65 mils. 3.3 SAFETY: A. All application procedures must be performed in accordance with the material safety data sheets and the -- manufacturer's recommendations regarding safe use of respirators, ventilators, goggles, gloves and protective clothing shall be strictly adhered to at all times. Thorough forced ventilation must be used to prevent any solvent vapor concentration from reaching the lower explosion limit for the solvent used. Where flammable solvents exist, explosion proof lighting must .... be used. _ 3.4 SUBMITTALS: A. Technical data on the liner system, including standard catalogue information. B. Surface preparation instructions. -- C. Application instructions. __. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8ITEWORK PAGE 8ECTION 02602 - POLYURETHANE LINER FOR CONCRETE 8EWER8 02602-4 D. Independent laboratory test results showing the material meets or exceeds the physical parameters and chemical parameters contained in this specification. 3.5 MEASUREMENT AND PAYMENT: All acceptable work performed as required by this section shall not be measured directly or paid for as a separate pry item, but shall be considered as subsidiary to the work for which it applies. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEY, A~ DIVIBION 2 - BIT~'WORK PAGE 8ECTION 02610 - PIPE ~ FITTINGB 02610-1 PART I - GENEI~AL 1.1 DBSCRIPTION: A. This item shall govern for all materials and work necessary for furnishing and installing all sanitary - sewer mains of the type specified, and any and all water mains, if applicable, whether new or repairs, including distribution lines, and collection lines as shown on the plans, including all sheeting, shoring, excavation, dewatering, pipe laying, jointing, testing, backfilling, and any other work that is required or necessary to complete the installation as shown on the " plans and as specified herein. B. The Contractor shall be responsible for all materials .-- furnished to him by his material suppliers and shall replace at his expense all such materials that are found to be defective in manufacture or that are .. damaged in handling. C. The Contractor shall install piping to meet all applicable standards. The contractor shall provide --- manufacturer's certificate that materials meet or exceed minimum requirements as hereinafter specified. 1.2 RELATED WORK: A. Section 02600 - Manholes and Cleanouts .... B. Section 02618 - Concrete Pipe C. Section 02622 - PVC Pipe D. Section 02624 - Fiberglas Reinforced Polyester Pipe PART 2 - PRODUCTS 2.1 GENERAL: A. All phases of this project shall be installed using the materials designated on the plans and as specified · - herein. Ail materials shall be new and meet the following minimum specifications, where applicable. _._ 2.2 STEEL WATER PIPE AND FITTINGS (SP): A. Unless otherwise specified on the plans, all 6" and under steel pipe shall be ASTM A120, standard weight (Schedule 40). All steel pipe larger than 6" shall conform to the requirements of AWWA C-200-80. For steel pipe larger than 6" diameter, see Section 02617 of these specifications. GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVISION 2 - 8XTEWORK PAGE SECTION 026X0 -PXPB AND FITTINGS 02610-2 B. All welded fittings shall meet the requirements of ANSI B-16.9 (Schedule 40) or AWWA C-208-83. C. All flanges and flanged fittings shall be flat faced and meet the requirements of ANSI B-16.5, 150# class or AW-WA C-207-86, Class E. Contractor shall coordinate matching flanges. D. All flange gaskets to be ASTM D-1330, Grade I, red rubber, ring type, 1/8" thick. E. The inside of all pipe and fittings shall be smooth, clean, and free from blisters, loose mill scale, sand, and dirt when installed. F. All bolts to be ASTM A-193, Grade B-7, with two (2) hex nuts, ASTM A-194, Grade 2-H attached. Studs to project 1/4 inch beyond outer face of each nut. G. The interior of all steel pipe shall be lined with a protective cement mortar coating, in accordance with the A.W.W.A. Specification C205-85. H. The exterior of steel pipe to be installed underground shall be given a coat of primer, a corrosion preventative tape (inner layer), and two layers of a mechanical protective tape (outer layer). The tape coating system shall be in accordance with A.W.W.A. C-214-83 and shall be a minimum of 80 mils thick. I. The exterior of steel pipe which will be exposed shall be thoroughly cleaned and primed with a primer compatible to the final exterior paint to be used. Refer to painting specifications, and insulation specifications for additional pipe protective coatings. 2.3 POLYVINYL CHLORIDE WATER PIPE AND FITTINGS (PVC): A. Unless otherwise specified on the plans, 1/2 inch PVC pipe shall be Class 315, 3/4 inch or larger PVC shall be Class 200. All thermoplastic PVC pipe shall fulfill the requirements of ASTM D2241, Class 200, DR 14. B. Where specified on the plans, Schedule 40 PVC pipe shall be PVC 1120 and shall meet requirements of ASTM D 1785. C. PVC, DR 14, shall meet or exceed requirements of AWWA C-900, latest revision, with cast iron outside dimensions and with rubber ring bell joint which shall be an integral and homogeneous part of the pipe barrel conforming to ASTM D 3139, latest revision. Rubber gaskets shall conform to ASTM F 477. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEY~ .... SECTION 02610 - PZPE ]tND FZTTINGB 02610-3 -- D. PVC water pipe shall be listed by Underwriter Laboratories and approved for use in cities and towns of Texas by the State Board of Insurance. E. The rigid PVC pipe shall bear the seal of approval (or "NSF" mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. F. Pipe shall be made from NSF approved Class 12454-A or B PVC compound conforming to ASTM D 1784 resin -- specification. 2.4 CAST IRON WATER PIPE / DUCTILE IRON WATER PIPE AND FITTINGS _ (C.I.P.) (D.I.P.): (FOR REPLACEMENT OF SAME IN KIND) A. Unless otherwise specifically shown on the plans, or approved in writing, shall conform to ANSI A21.51 (AWWA '- C151, latest revision), 200 psi working pressure, and shall be centrifugal cast pipe of rubber gasket type joint, furnished in 16' or 18' nominal laying lengths. - All such pipe shall bear a mark denoting approval by the Underwriters Laboratories. B. Cast iron pipe under these specifications shall have a - tensile strength of 21,000 lbs. per square inch and 45,000 lbs. per square inch modulus of rupture. All such pipe shall be manufactured in accordance with ANSI -- "Manual for Thickness Design of Cast Iron Pipe", and shall be designed for 200 lbs. water working pressure, 12 feet of cover, and field condition B. C. Ductile iron pipe shall be manufactured from metal having a minimum tensile strength of 60,000 lbs. per square inch, a minimum yield strength of 40,000 lbs. -- per square inch and a minimum elongation of 18 percent (60-40-18), and shall meet all requirements of AWWA Specification C150 and C151, latest revision, Class 51. D. Joints for cast iron or ductile iron pipe shall be: ._ 1. Push-on joint with rubber gasket conforming to ANSI A21.11 (AWWA Clll) of latest revision, or 2. Mechanical joint conforming to ANSI A21.11 (AWWA -' Clll) of latest revision, or 3. Bell and spigot joints conforming to ANSI A21.11 -- (AWWA Clll), of latest revision, or 4. Flanged joint conforming to ANSI/AWWA - Cll0/A21.10, 250 psi working pressure, drilled and faced to match ANSI B-16.1, 125# Class. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEXAS DIVIBION 2 - BITEWORK P~GE SECTION 02610 - PZPE ~D FITTING8 02610-4 E. Fittings for cast iron or ductile iron pipe shall be rated for a minimum of 250 psi working pressure and shall be: (shown on plans) 1. Mechanical joint fittings conforming to ANSI A21.11 (AWWA Clll), of latest revision, or 2.Bell and spigot fittings, conforming to ANSI A21.11 (AWWA C111), of latest revision. 3. Flanged fittings, 250 psi working pressure, conforming to ANSI A21.10 (AWWA Cli0), with rubber ring gaskets, drilled and faced to match ANSI B- 16.1, 125# Class. F. Ail ductile iron pipe shall have a standard thickness of cement mortar lining as specified in ANSI A21.4, latest revision (AWWA C104), except for flanges, which will receive an inside tar coating in place of the cement mortar lining. G. All ductile iron pipe, valves, and fittings shall be coated on the outside with hot dipped coal tar varnish conforming to Federal Specification WW-P-421 or, in lieu of coal tar coating, polyethylene encasement may be used for ductile iron pipe in accordance with ANSI/ASTM C 105/A21.5 latest revision. The film shall have a minimum nominal thickness of 0.008 inches (8 H. Bolts and nuts for mechanical joints or flanged ends shall be of a high-strength low-alloy corrosion- resistant steel and shall conform to ASTM Designation A 325 (Type 3). 2.5 CONCRETE WATER PIPE AND FITTINGS: A. Unless otherwise specified on the plans, or in these specifications, all reinforced concrete pressure pipe shall be steel cylinder type, pretensioned, in accordance with AWWA C303-78. B. See Section 02618 for further specifications. 2.6 POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS: A. All pipe and fittings shall be suitable for use as a gravity sewer conduit and shall conform to ASTM D3034 (SDR 35), latest revision, minimum pipe stiffness, 46 psi, for diameters from 4" to 15". Pipe shall be similar to Certainteed Fluid-Tite PVC pipe, Johns- Manville Ring-Tire PVC Gravity Sewer Pipe, or approved equal. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXA~ DIVISION 2 - 8ITEWORK PAGE SECTION 02610 - PIPE AND FITTING8 02610-$ B. Joints for PVC sewer pipe shall be integral bell gasketed joint designed so that when assembled, the -- elastomeric gasket inside the bell is compressed radially on the pipe spigot to form a positive seal. The joint shall be so designed to avoid displacement of _ the gasket when installed in accordance with the manufacturer's recommendation. Joints shall conform to ASTM D3212, latest revision. Gaskets shall-conform to ASTM F477, latest revision. Pipe shall be installed in '- compliance with ASTM D2321. C. For PVC Plastic Gravity Flow Sewer Pipe, ASTM F 789-85; and PVC Profile Gravity Sewer Pipe and Fittings in accordance with ASTM F 794-89a, see Section 02622 of these specifications. 2.7 DUCTILE IRON SEWER PIPE AND FITTINGS: (REPLACEMENT ONLY) A. Ductile iron gravity sewer pipe shall conform to ASTM -- A746, latest revision. ANSI A21.51 or AWWA C151, latest revisions, Class 52. _ B. Joints for ductile iron pipe shall be: 1. Mechanical joint, conforming to ANSI A21.11 (AWWA Clll) of latest revision, or 2. Push-on joint, with rubber gasket as described in ANSI A21.11 (AWWA Clll) latest revision. C. Polyethylene interior lining shall conform to ASTM D1248, Class C, fused on, 20 mils minimum thickness. 2.8 VITRIFIED CLAY SEWER PIPE: (REPLACEMENT IN KIND ONLY) A. Clay sewer pipe shall be vitrified clay pipe "- manufactured in accordance with ASTM C-700, extra strength. -- B. All pipe shall be furnished with flexible compression joints in accordance with ASTM C-425, latest revision. C. Fittings shall be of the same strength as the pipe. D. Test of the pipe shall be made in accordance with ASTM Designation C 301. E. Acceptable manufacturers of clay pipe material are Mission Clay Products, Logan Clay Products, Dickey Clay .... Products, or approved equal. GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - ~ITBWORK P~GE SECTION 026~0 - P~PB ~ FITTING~ 026~0-6 2.9 CONCRETE SEWER PIPE: A. Concrete sewer pipe shall be reinforced concrete sewer pipe, manufactured in accordance with ASTM C-76, latest edition. Unless shown otherwise on the plans, the pipe shall be Class III, minimum, with polyurethane coating on the inside as per Section 02602 of these documents. B. Portland Cement shall conform to the requirements of ASTM Specification C-150. C. Aggregates shall conform to ASTM Specification C-33. D. Joints shall be bell and spigot with rubber gaskets or approved equal. P/~RT $ - EXECUTION 3.1 SCOPE: A. The work to be performed under this section shall include all labor, materials, equipment, transportation, all excavation, installation, and all backfill, testing and facilities necessary for proper installation of all sewer lines, and all distribution lines as shown on the plans, and/or as herein specified. B. All lines shall be constructed from the utility mains, shown on the drawings or connecting to utility service lines. The contractor shall be responsible to check all elevations of inverts of existing pipes before construction of station piping or mains. C. Utility extension, rerouting and connection costs shall be paid and arranged for by contractor. Ail costs involved in extending, rerouting and connecting the utilities whether or not part of the work must necessarily be performed by the various utility company crews shall be paid by this contractor. Any charges for connections to mains, valving, extending to property line or building, furnishing equipment, etc., shall be paid for as a part of the work of this section. Regardless of whether the Owner may have to sign with the utility company for any or all of these services, the contractor shall include in his bid all fees, city inspection charges, permit charges, work charges, etc., and shall be ready to deposit with the utility company said fees when required at time of Owner's signing for same. D. Ail welding operations shall be in strict accordance with AWWA C206 and AWS DI.1, Structural Welding Code. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE BECTION 02610 - PIPE AND FITTINGS 02610-7 The Contractor shall submit qualification test results for all welders prior to commencing construction. 3.2 EXISTING SITE CONDITIONS: _ A. Existing Utilities: Locations and sizes of existing utilities as shown on the drawings are based on the best available information and may not be entirely correct. Exact location, depth and size must be --- verified by the contractor in the field. Additional compensation will not be allowed if damage to the utilities results because of minor discrepancies _ between locations shown on the drawings and actual field locations. Relocation of utilities in place shall be done whether or not such work is specifically shown on the drawings. B. Any existing utilities that may be shown on the drawings or the location of which is made known to the -- contractor prior to excavation shall be protected from damage during the excavation and backfilling of trenches and, if damaged, shall be repaired by the __ contractor at his expense. C. Any existing utility that is not shown on the drawings or the location of which are not known to the contractor in sufficient time to avoid damage, if inadvertently damaged during excavation, shall be immediately repaired by the contractor. D. Any existing utility lines and services shall be maintained at all times, except for such short periods of time as may be necessary to actually make connections to new work to the existing system. When it is necessary to temporarily interrupt service for the above purpose, such shall be done only at such date · " and time as may be established in advance by the Engineer. Those lines shown on the drawings to be abandoned or removed shall not be abandoned or removed .... until after it has been determined that they are no longer required for service and until such action has been approved by the Owner and the Engineer. 3.3 LINES, GRADES, STAKES AND TEMPLATES: A. The Contractor shall, at his own expense, furnish all -- stakes, templates, patterns, platforms and labor, including a person qualified to lay out all of the work. B. The engineer will furnish, upon request from the Contractor, limit marks and bench marks reasonably necessary for the execution of the work. -- GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02610 - PIPE XIq'D FITTINGS 02610-8 C. It shall be the Contractor's responsibility to protect these limit marks and bench marks set by the Engineer. Should the marks become destroyed or damaged, the cost of their replacement will be at the Contractor's - expense. D. The Engineer may furnish a representative to check - alignment and grade, after it has been laid out ready for construction; however, this will in no way lessen the responsibility of the Contractor to see that grade and alignment are correct at all times. E. The lines and grade of the piping, as well as the location of valves, tees, meters and all other -' appurtenances, will be as shown on the plans or as directed by the Engineer. F. The Engineer reserves the right to indicate which phases of the project will receive priority in construction. G. The Contractor shall give the Engineer a minimum of forty-eight (48) hours notice for any engineering or inspection necessary to continue or complete the work. -- H. No deviation shall be made from the required line or grade without written approval from the Engineer. 3.4 EXCAVATION: A. The Contractor shall perform all excavation that may be required for the installation of any and all parts of this section. B. All excavations shall be made by open cuts except as shown on the plans. The sides of the trench shall be kept as nearly vertical as possible, especially from the trench floor to a level on one (1) foot above the top of the pipe. Trench bottoms shall not be less than 12 inches wider nor more than 18 inches wider than the outside diameter of the pipe laid therein, and shall be excavated true to line, so that clear space of not less than 6 inches nor more than 9 inches in width is provided on each side of the pipe. The bottom of --- trenches shall be accurately graded to provide uniform bearing and support for each section of pipe or undisturbed soil at every point along its entire length, except for positions of the pipe sections where it is necessary to excavate for bell holes. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length, will rest upon the prepared bottom of the trench. The bottom of all trenches shall be rounded so that at _ GINN & CASE, INC. GRAPEVIIfB CREEK HEWER TR~NKMAIN PROJECT 454/455 CITY OF COPPELL, TEXt8 '- DIVIBION 2 - BITBWORK PAGE SECTION 02610 - PIPE AND FITTINGS 02610-9 least one-fourth (1/4) of the circumference of the pipe rests firmly on undisturbed soil. If the Contractor --- should, be error, excavate below the proper elevation for the bed of the pipe or should he desire to substitute an approved granular backfill, properly _ tamped, for supporting the pipe to the same extent as the shape trench bottom, then the Contractor must bring the trench bottom to the proper grade by reYilling, at the Contractor's expense, with an approved granular '- backfill. This backfill material shall be sand of fine gravel that does not contain large rocks or other deleterious materials and should be placed so that it -- is at least 2 inches deep below the bottom and so that the lower one-third (1/3) of the pipe is uniformly supported on undisturbed soil. C. All excavation shall be placed on one side of the trench, unless permission is given by the Engineer to place it on both sides. Excavated materials shall be -" placed so as not to endanger the work, and so that free access may be had at all times to all parts of the trench. D. The Contractor shall provide, without additional compensation, suitable temporary channels for the water that may flow along or across the site of the work. Any water pumped from the trenches, or other excavations, must be disposed of in a manner satisfactory to the Engineer. 3.5 BRACING AND SHORING: _ A. The Contractor shall, when necessary or when directed by the Engineer, furnish, put in place, and maintain all without additional compensation, such sheeting, bracing, etc., as may be required to support the sides of the excavation and to prevent any movement which can in any way damage adjacent pavement or other structures, damage or delay the work or construction, ..... or endanger life and health. Care shall be taken to prevent voids outside the sheeting, but, if voids are formed, they shall be immediately filled and rammed to _ the satisfaction of the Engineer. B. For the purpose of preventing injury to persons, corporations or property, whether public or private, .... (where the liability for damage on account of which is to be assumed entirely and solely by the Contractor under this contract) he may also leave in place, to be embedded in the backfill of the trench any and all sheeting, bracing, etc., in addition to that ordered in writing by the Engineer to be left in place. --- GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXt8 DIVIBION 2 - 8ITEWORK PAGE SECTION 02610 - PIPE AND FITTING8 02610-10 C. All voids left by the withdrawal of sheeting shall be immediately refilled and compacted by ramming or otherwise, as may be directed. D. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating an obligation on his part to issue such orders; and his failure to exercise his right to do so shall not relieve the Contractor from liability or damages to persons or property, occurring from or upon the work of constructing the sewer occasioned by negligence or otherwise, growing out of the failure of the Contractor to leave in place in the trench sufficient sheeting and bracing to prevent any caving or moving of the ground adjacent to the banks of the trench. 3.6 DEWATERING: The Contractor shall at all time during construction, provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering the pipe trenches or excavations, and keep said excavations dry until the structures are poured and the concrete has set. No pipes shall be laid, nor pipe joints made, in water; not shall water be allowed to rise over masonry or mortar until the concrete or mortar has set at least twenty- four (24) hours. 3.7 BEDDING MATERIAL: A. Six inches of granular material shall be used to receive the pipe barrel and each pipe section, when in place, shall have a uniform bearing on the granular material for the full length of the pipe barrel. Pipe shall not be laid unless the granular material is free of water and in a condition satisfactory to the Engineer. Adjustments of the pipe to line and grade shall be made by scraping away or filling in with gravel, or approved selected material, and not by wedging or blocking up the bell. After pipe is in place, 12" of sand shall be placed above the pipe prior to backfilling with select material. B. Bedding material will not be measured or paid for as a separate item. The cost thereof will be included in the unit price bid. C. In no case will extra compensation be allowed for furnishing any bedding material required to complete the installation of pipe. GINN & CASE, INC. GRAPEVINE CREEK 8EWER PROJECT 454/455 CITY OF COPPELL; DIVISION 2 - 8ITEWORK PAGE BECTION 02610 - PIPE AHD F~TT~NGB 026L0-11 3.8 PROTECTION AND INSTALLATION: .... A. Care and precautions shall be taken to prevent the introduction of foreign materials into the existing system. Well fitted stoppers or bulkheads shall be securely place in all openings and in the end of the - line when construction is stopped temporarily and at the end of each day's work. It shall be the responsibility of the Contractor to deliver to the -- Owner a pipeline which is clean throughout its entire length. B. Bell holes of ample size shall be cut under and around all joints to provide adequate room for making joints and to assure that the barrel of the pipe rests uniformly and in continuous contact with the supporting ground for its entire length. C. Water will not be permitted in the trenches while the _ pipe is being laid. The Contractor shall not open up more trenches than the available pumping facilities are able to dewater to the satisfaction of the Engineer. .... D. A tolerance of 1" from the established grade may be permitted, if approved by the Engineer, in order to prevent excessive breaks in alignment at the joints to -- such an extent that the joints cannot be properly made. E. The interior of the pipe shall be clean and joint _ surfaces shall be clean and dry when the pipe is lowered into the trench. Each pipe, fitting, and valve shall be lowered into the trench carefully and laid true to line and grade. F. Ail joints shall be made in strict accordance with the manufacturer's specifications. 3.9 THRUST BLOCKS: A. 2000 psi concrete shall be placed for blocking at each change in direction of all pressure pipelines in such manner as will substantially brace the pipe against undisturbed trench walls. Concrete blocking, made from .... Type i cement, shall have been in place four days prior to testing the pipeline as hereinafter specified. Test may be made in two days after completion of blocking if _. Type III cement is used. B. At all points where wet connections are made to existing, mains, the tapping connection fittings shall .... be supported by blocking up to the spring line with 2000 psi concrete. _. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVI8ION 2 - 8ZTEWORK PAGE SECTION 02610 - PIPE AND FITTING8 02610-12 C. All valves shall be supported by a 3000 psi concrete '- pad, 6 inches thick and of sufficient size to rest against undisturbed earth, unless shown otherwise on plans. (Where Applicable). 3.10 CONNECTIONS AND APPURTENANCES: A. The Contractor shall make the alterations and the necessary connections to existing sewer mains as shown on the plans. Such connections shall be made at such times and in a manner that will be agreeable to the - Owner in each case, when the work is started, it shall be prosecuted expeditiously and continuously until completed. 3.11 CLEANUP: A. In areas where the piping has been backfilled, the Contractor shall clear the surrounding ground, and shall dispose of all waste materials and debris resulting from his operations. He shall fill and smooth over holes and ruts and shall repair all miscellaneous and unclassified ground damage done by him, and shall restore the ground to such stable and _. usable conditions as may reasonably be required, consistent with the conditions of the ground prior to the laying of the piping. 3.12 TESTING OF WATER LINES: (Where applicable this project) A. After all pipe is installed and flushed of dirt and foreign material, the pipe shall be filled with water, care being exercised to expel all air from the pipe. During the test period, pipe, valves, meter, fittings, and joints shall be carefully examined for defects. Any observed leaks or defective pipe shall be satisfactorily repaired or replaced at the expense of the Contractor and the test repeated until the section under test is within the limits prescribed. Ail new piping or parts thereof shall be tested under hydrostatic pressure of 150 pounds per square inch, for _ a period of two hours if joints are exposed, or for a twenty-four (24) hour period if joints are covered, or as directed by the Engineer. B. Care shall be taken to insure that water mains existing prior to this contract are not pressure tested. Any old mains damaged by pressure testing shall be repaired at the expense of the Contractor. C. Leakage shall be measured by an approved calibrated meter through which all of the water required to maintain test pressure is pumped. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - SITEWORK PAGE BECTION 026L0 - PIPE AND FITTING8 026~0-~3 D. All testing shall be performed in the presence of the Engineer, or his designee. E. The Contractor shall furnish the pump, pipe, connections, closure fittings, gauges meters, water and all other necessary apparatus and shall furnish all .... labor and do all work required to make the tests. Ail costs of testing shall be borne by the Contractor. .... F. Testing operations shall remain in operation for a minimum of two (2) hours or until approved by the Engineer. For cast iron, ductile iron, PVC, and PCCP _ pipe, the allowable leakage shall not exceed 11.65 gallons of water per day per mile of pipe per inch of nominal diameter, for pipe in 18 foot lengths when evaluated at a pressure of 150 psi in accordance with - AWWA C600, Section 4. There shall be no allowable leakage from steel pipe. No allowance will be made for possible leakage through any valve without the Engineers approval. If the line under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. G. Any and all known leaks shall be stopped regardless of the test requirements. --- 3.13 DISINFECTION: (Where applicable this project) A. After completion of the installation, the water lines ._ shall be thoroughly flushed out to remove dirt and foreign matter, hydrostatically tested, and then be sterilized in accordance with the requirements of the Texas Department of Health and AWWA C601. B. When the piping is sterilized, at least two (2) samples of water shall be extracted from the system for -- examination by the Texas Department of Health to determine whether the system is free of organisms of the Coil-Aerogenes group. If the samples submitted do ..... not show negative for such organisms, the piping shall be disinfected and redisinfected by the Contractor in accordance with the requirements of the Texas Department of Health until the system is free of ..... contamination. All materials and labor required for complete sterilization of the piping shall be furnished by the Contractor at no additional expense to the ... Owner. 3.14 TESTS AND TELEVISION INSPECTION OF SEWER LINES: A. In order to ascertain that the main will perform the function for which it was designed and constructed, performance tests and visual inspections will be -- routinely executed, such as the following: _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZVZBION 2 - gZTBWOI~ PAGE BECTZON 025~0 - PZPE ~%ND FZ?TZNGB 025L0-~5 Owner/Engineer, and on each manhole individually before placing the system in service and before andy _ connections are made to other sewers. If the quantity of the effluent into the sewer or sewers is in excess of the maximum quantity as specified above, the joints shall be repaired or the sewer relayed if necessary, or -- other remedial construction shall be performed by and at the expense of the contractor. --- F. Television inspection shall be made on all sections of the mains prior to final testing and all backfilling has been completed. Two copies of all television tapes shall be provided to the City of Coppell. G. All of the sewer lines and laterals, unless previously tested by infiltration or exfiltration after "- backfilling and settling of the trenches, shall be air tested by the Contractor. The Contractor shall furnish adequate personnel and equipment required to perform the tests. The test procedure shall be in accordance with acceptable practices and approved by the Owner/Engineer prior to beginning the tests. 3.14 MEASUREMENT AND PAYMENT: A. PIPING Pipe fittings, gaskets, and flanges will not be measured separately for payment. The cost of these items shall be included in the Contract Unit Price for the item. This item includes all nuts, bolts, gaskets, and other incidentals needed for completion of the project as specified on the plans. Pipe will be measured for payment in linear feet along the center line of the pipe actually laid. No -- deductions will be made for the branches and manholes, measurements being from center to center of manholes. Deductions will be made for special structures, unless .... otherwise shown on the plans. Pipe which extends through the wall of a structure will be measured to the actual end of the pipe. Where a change in size of pipe occurs in manholes, the measurement for each size of - pipe will be to the center of the manhole. Where change in size of pipe occurs outside of manholes, the measurement will be shown on the plans. Payment for Piping will be included in the Contract Unit Price, complete in place, as provided in the proposal, which price shall constitute full compensation for furnishing all pipe, pipe joints, fittings, specials and all other materials not particularly specified; for furnishing all labor, -- tools, equipment and incidentals and performing all ._ GINN & CASE, INC. GP~PEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVIBION 2 - 8ITEWOI~ PAGE SECTION 02610 - PIPE AMD FITTINGB 02610-16 work including excavation, pipe installation, backfill (where required), disposal of all surplus materials, testing, sterilization, cleanup and any other operations essential to completing the work as shown on the Contract Drawings. B. TESTING Infiltration, exfiltration or air testing will not be measured for payment, but will be considered as incidental work and the cost thereof shall be included in such pay items as are provided in the proposal. C. CONCRETE ENCASEMENT Concrete encasement, concrete cradle embedment will be paid for at the contract unit price per linear foot, as shown on the drawings, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all materials and for all labor, tools, equipment and incidentals necessary to complete the work all in accordance with the plans and these specifications. D. BACKFILL Backfill of select or granular material for the initial lift, the intermediate lift and the final lift, will not be measured or paid for as separate pay items, but shall be considered subsidiary to the work for which it applies. The work shall include hauling and delivering; furnishing and placing all material; for all dumping, placing, sprinkling, and compaction; for all labor, tools, fuels, equipment, and incidentals necessary to complete the work, all in accordance with the plans and these specifications. END OF 8ECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TERA8 DIVISION 2 - BITENORK PAGE SECTION 02615 - DUCTILE IRON PIPE 02615-1 PART I - GENERAL .... 1.1 SCOPE: (TO BE USED ONLY FOR REPAIR/REPLACEMENT, IN KIND) Ductile iron pipe, fittings and specials are to be installed at the line and grade shown on the plans and as specified in '- these Contract Documents. 1.2 RELATED WORK: A. Section 02610 - Pipe and Fittings B. Section 02221 - Excavation, Trenching and Backfilling for Utilities. -- PART 2 - PRODUCTS 2.1 MATERIALS: A. For description of designated materials to be used on this project, see Section 02610. PART 3 - EXECUTION -- 3.1 PIPE HANDLING: A. All pipe, fittings and specials shall be lowered into _ the trench by derrick, tripod, crane or other suitable method. Rolling or dumping it into the trench will not be permitted. Pipe and fittings shall be handled in such a manner as not to damage the coating. All dirt and trash shall be removed from the barrel and the ends of the pipe while it is suspended. Slings shall be used to handle all pipe and fittings; no hooks will be permitted. B. Where it becomes necessary to deflect the pipe to avoid obstruction the deflection of each joint must be approved by the Engineer. C. The pipe is to be kept clean during the laying --- operation and free of all dirt and trash and, at the close of each operating day, the open end of the pipe is to be effectively sealed against the entrance of all ._ objects and, especially, water. 3.2 JOINT-MAKING: -- The types of joints to be used for the various sizes of pipes will be as specified in Section 02610, Pipe and Fittings. The methods of making each type of joint will be -- as follows: GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWOI~ PAGE SECTION 02615 - DUCTILE IRON PIPE 02615-2 A. Mechanical Joints: The Contractor shall wire brush and thoroughly clean the surfaces with which the gasket comes in contact on -- the bell and spigot. The cleaned surfaces of the bell and spigot shall then be lubricated with a nontoxic vegetable soap lubricant just prior to slipping the - gasket over the spigot end and into the bell. The follower ring shall than be bolted into compression against the gasket, with the follower bolts tightened to the following torque range: Bolt Size in Inches Range of Torque in Foot Lbs. 5/8 40 - 60 3/4 60 - 90 1 70 - 100 ._ 1-1/4 90 - 120 A torque indicating wrench shall be used to obtain the specified torque range. The gland shall be tightened '- toward the flange, maintaining approximately the same distance between the gland and the face of the flange at all points around the socket. If effective sealing is not attained at the maximum torque indicated above the joint shall be disassembled and reassembled after thorough cleaning. Overstressing of bolts to _. compensate for poor installation practice will not be permitted. B. Slip-On Joints: Slip-on joints, such as Tyton, Bell-Tite, or Fastite, shall be made in the following manner. The gasket and the gasket seat inside the bell shall be wiped clean of all extraneous matter. Place the gasket in the bell in thin film of nontoxic vegetable soap lubricant to the inside of the gasket and the outside of spigot prior to entering the spigot into the bell. Force the spigot home in the bell by use of a crow bar or a fork tool on sizes 2 inches through 8 inches or by use of a jack on - sizes 10 inches and larger. When using a field cut plain end piece of pipe taper the outside cut end of the pipe about 1/8 inch back at an angle of 30 degrees with a portable grinder or a coarse file before making up joint. C. Flanged Joints: Flanged connections shall be made by means of erection bolts and drift pins without undue forcing and with no restraint on the ends of the pipe or fitting which would prevent pressure from being evenly and uniformly GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~8 DIV1'SI'ON 2 - SITEWORK PAGE SECTION 02615 - DUCTILE IRON PIPE 02615-3 applied to the gasket. The pipe or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened, each in turn, at a uniform rate around the entire flange. Flange bolts shall be installed with all bolt heads in one direction. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DXVXSXON 2 - BXTBWORK PAGE BECTXON 026X7 - STEEL PXPE 026X7-X P]tRT ~-GBNERi~L 1.1 DESCRIPTION: The work to be performed under this section of the specifications shall consist of the furnishing and laying of ..... steel pipe, complete, including pipe, fittings and specials, excavation, sheeting, shoring, dewatering, pipe laying, backfilling, jointing, testing, and any other work that is required to complete the pipe installation as shown on the plans and as specified. 1.2 GENERAL REQUIREMENTS: A. The Contractor shall furnish an affidavit that the pipe specials, fittings and appurtenances furnished will _ comply with all provisions of the specifications. B. The Contractor shall submit to the Engineer for approval the manner in which he intends to deliver and store the pipe and appurtenances to be used. C. The Contractor shall submit drawings and schedules ..... showing full details of fabrication of pipe, fittings, specials and appurtenances, coatings to be applied, dimensions, layouts, joint details, and other data pertinent to the manufacture and fabrication of the pipe, fittings, specials and appurtenances. D. The Contractor shall submit, along with other required - data, a tabulated layout schedule, with reference to the grade lines shown on the drawings. E. Each pipe length, fitting and special shall have, plainly marked on the bell end of the pipe, the head or loading condition for which it is designed. In .... addition, marking will be required to indicate the location of each pipe length or special in the line, and such marking will be referenced to the layout schedules and drawings submitted for approval. F. Manufacturer's design calculations will be submitted along with other submittal data. G. The Contractor shall submit the specific details and methods to be used in welding for approval. Welding operators assigned to field welding of joints shall have been tested under the American Welding Society "Standard Qualification Procedure." The Contractor shall provide certification of the qualification of welders to perform this type of work prior to the welding of the joints. Only welders so certified shall be allowed to do the field welding. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 2 - 8ITEWORK PXGE SECTION 026L7 - STEEL PIPE 026L7-2 H. All tests required by this and the referenced specifications shall be made in accordance with standard and recognized test procedures and methods. Laboratories performing tests and issuing test certificates shall be subject to the approval of the Engineer. It shall be the responsibility of the Contractor and/or manufacturer to schedule and arrange -- for tests required, and submit such schedule and arrangements to the Engineer, at no additional cost to the Owner. 1.3 SCOPE: A. This section covers steel pipe, fittings, specials, and appurtenances, 6 inches and larger. B. All steel piping smaller than 6 inches and lightweight - steel pipe are covered in the miscellaneous piping section. Miscellaneous small piping and pipe supports are covered in other sections. C. Steel piping shall be furnished and installed complete with all fittings, specials, flanges, couplings, joint harnesses, anchors, anchor bolts, anchor inserts in concrete, expansion anchors, flange gaskets, flange bolts and nuts, pipe supports and hangers, wall fittings, access manholes, blind flanges, connections, appurtenances, and accessories which are shown on the drawings or are required for proper installation and functioning of the piping. D. All flange gaskets, bolts, and nuts required for the installation of valves and equipment furnished by others for installation in piping included hereunder shall be furnished and installed hereunder. 1.4 GOVERNING STANDARD SPECIFICATIONS: Except as modified or supplemented herein, all steel pipe, fittings, and specials shall conform to the applicable requirements of the following standard specifications: AWWA Standards Title C200 Steel Water Pipe 6 Inches and Larger C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe - 4 Inches and Larger - Shop Applied C206 Field Welding of Steel Water Pipe Joints C207 Steel Pipe Flanges GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVISION 2 - 8ZTIL'WORK PAGE SBCTXOM 026X7 - STB~L PZPB 026X7-3 C208 Dimensions for Steel Water Pipe Fittings .-. C209 Cold Applied Tape Coatings for Special Sections, Connections, and Fittings for Steel Waterlines C214 Tape Coating Systems for the Exterior of Steel Water Pipelines .... C602 Cement-Mortar Lining of Water Pipelines in Place _ Mll Steel Pipe Design and Installation 1.5 BASIS OF DESIGN: A. Steel pipe, fittings, and specials may be either fabricated or mill type. In either case, all items -- shall be fabricated to the sizes, dimensions, and shapes indicated on the drawings using the thicknesses of steel for the respective sizes as given in the _ following table. Except for stab joint pipe, specified pipe size shall be the nominal inside diameter of the pipe, fitting, or special in inches where 12 inches and smaller in size and the actual outside diameter where - 14 inches and larger in size. The specified pipe size shall be the nominal diameter for stab joint. Unless otherwise indicated in the table below, all pipe shall have a wall thickness of at least 3/8 inch and be fabricated from steel plate having a minimum yield strength of 42,000 psi. B. All pipe sections, bends, fittings, branch connections and special sections which are to be hydrostatically tested in the shop shall be subjected to the specified - shop hydrostatic test pressure after fabrication and prior to application of the specified protective coatings or wrappings. C. Bends, fittings, branch connections, and special sections shall be reinforced or shall have their shell thickness increased so that the combined stresses due -- to internal pressure and bending will not exceed 20,000 psi. Whether or not shown on the drawings, the Contractor shall determine and provide reinforcements .... or additional shell thickness as required to keep the combined stresses within the specified maximum. Unless otherwise indicated or directed, the internal pressure .... shall be the specified test pressure for the piping adjacent to the item in question or, in the case of piping which is not required to be tested, a pressure of 150 psi, the dead load shall be equal to the pipe full of water. __ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWOI~ PAGE SECTION 026L7 - STEEL PIPE 02617-4 D. Shell thicknesses of reducing sections shall be the same as the required thicknesses for the larger ends. PART 2 - PRODUCT8 2.1 PIPE MATERIALS: Unless otherwise required by the drawings, field joints shall be either flanged or mechanically coupled. Pipe AWWA C200 Materials ASTMA572 Grade 42 Fittings and Specials AWWA C200 or ASTM A234, Grade WPA, unless otherwise required or detailed Flanged Joints Flanges Slip-on, except where otherwise permitted Material ASTM Al81, Grade M or ASTM A283, Grade B or C Dimensions ANSI B16.1, 250 lb.; AWWA C207 and Drilling Class E; ANSI B16.5, 150 lb., flat faced Finish Flat faced with concentric or spiral serrated finish Flange Bolting Material ASTMA307 Type Bolt and nut; bolt-stud and two nuts permitted for one inch and larger Bolts and Bolt-Studs Length Such that ends project 1/4 to 1/2 inch beyond surface of nuts Ends Chamfered or rounded Threading ANSI Bi.1, coarse thread series, Class 2A fit. Bolt-studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. GINN & CASE, INC. GBAPEVINB CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXA~ DIVIHION 2 - 8ITBWORK PAGE BECTION 02617 - BTEEL PIPE 02617-5 Bolt Heads .... Shape Hexagonal or square Dimensions ANSI B18.2, regular pattern for square, heavy pattern for hexagonal Nuts Dimensions ANSI B18.2, heavy semi- finished pattern Threading ANSI B1.1, coarse thread series, Class 2B fit -' Gaskets Ring type made from 1/8" compressed asbestos sheet packing; MIL-A-7021, Class 1; --- Fed Spec HH-P-46; "Cranite"; Garlock "900 Compressed Asbestos Sheet Packing" Gasket Compound Garlock "Compound No. 1" or Tite-seal "T25" - Coupled Joints Mechanical Couplings Insulating Dresser "Style 39", Rockwell/Smith-Blair 416; without pipe stop Reducing Dresser "Style 62", Rockwell/Smith-Blair 413 -- and 415; without pipe stop Ail Others Dresser "Style 38", .._ Rockwell/Smith-Blair "411 Flexible Coupling"; without pipe stop Joint Harness Bolts ASTM A193, Grade B7 or Ryerson "Stress-Proof". ..... Min. yield point 100,000 psi. Threading ANSI BI.1, Class 2A fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger '-- Ends Chamfered or rounded .... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVISION 2 - BZTEWOR~ P~GE SECTION 026~7 - STEEL PIPE 026L7-6 Nuts Hexagonal, ASTM A194, Grade 2H or better Threading As specified for bolts except Class 2B fit Dimensions ANSI B18.2, heavy, semi- finished pattern Washers Hardened steel, ASTM A325 Small Branch Connections Pipe Nipples Seamless black steel pipe, ASTM A120, standard weight (Schedule 40) Welding Fittings Threaded Bonney "Thredolets", Outlets Porter "W-S Teelets", or Vogt "Weld Couplets" Welded Bonney "Weldolets", Porter Outlets "W-S Teelets", or Vogt "Weld Couplets" Anchor Bolts ASTM A30 2.2PIPE COATING AND LINING: A. The complete exterior surfaces of the pipe shall be cleaned and blasted, primed, coated with coal tar enamel, and wrapped with fabrous glass mat, and bonded asbestos felt wrappers. At joints to be welded in the field, the coating shall be left off the ends a distance sufficient to permit making the field joints without injury to the coating. These areas shall be coated in the field. Ail such materials and applications shall be in accordance with applicable provisions of AWWA Specification. B. Primer shall be Type B (fast drying). C. Pipe coating shall be such to adequately protect the pipe against extremes in temperature. D. All field coating work shall be thoroughly inspected by the Contractor in the presence of the Engineer with an approved electrical flaw detector, and any flaws or holidays shall be promptly repaired by the Contractor to the satisfaction of the Engineer. E. The complete interior surface of all steel pipe shall GINN & CASE, INC. GRAPEVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVISION 2 - BZTEWORK PAGE SECTION 025L7 - BTEEL PIPE 02617-7 be cleaned, primed and lined with coal-tar enamel. All such materials and applications shall be in accordance with applicable provisions of AWWA Specification C 203- 66. F. Primer shall be Type B (fast drying). G. The coal-tar enamel shall be as listed in-Table I of AWWA Specification. H. At joints to be welded in the field, the coating shall be left off the ends a distance sufficient to permit making the field weld without injury to the coating. These areas shall be coated in the field. I. All field lining work shall be thoroughly inspected by "- the contractor using an electrical flaw detector, and any flaws or holidays found shall be promptly repaired by the Contractor. J. At the point of manufacture, all flexible couplings shall be cleaned and primed with material which is compatible with the priming material used on the pipe. -" The couplings and exposed pipe ends shall be reprimed in the field. When the primer is dry, these surfaces shall be coated with the AWWA coat-tar enamel coating - by the method provided in AWWA Specification. K. All work shall be done in a thorough and good _ workmanlike manner to the satisfaction of the Engineer. The entire operation of priming, heating and applying coal-tar enamel shall be performed by experienced men in this type of work. 2.3 FITTINGS AND SPECIALS: A. The manufacturer shall furnish all fittings and special pieces required for closures, bends, branches, manholes, air valves, blowoffs, and connections to main line valves and other fittings shown on the drawings, or as set out in the specifications. B. Fittings and specials shall be manufactured in · '- accordance with applicable provisions of AWWA Specifications, and applicable provisions of other specifications referenced in this specification. C. Ail fittings shall be coated and lined as specified herein for the pipeline. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - BITEWORK PAGE SECTION 02617 - 8TEEL PIPE 02617-8 2.4 PROTECTIVE COATINGS: All steel pipe, fittings, specials, and wall fittings shall be prepared, primed, lined, coated, painted or wrapped as hereinafter specified. A. Type of Coating. The type of protective coating to be used shall be as follows: 1. Exterior Surfaces in Interior Locations. Exterior surfaces, except machined surfaces, of all pipe, fittings, specials, flanges, anchors, pipe supports and blocking exposed in interior locations and in manholes shall be thoroughly cleaned by sandblasting and given a prime coat of Valspar "13-R-50 Chromox Q.D. Primer" or Tnemec "77 Chem-Prime" applied in the shop. Field painting shall be as specified in the painting section. 2. Exterior Surfaces Underground Exterior surfaces of all steel pipe, fittings, and specials which are to be installed underground and which are not to be encased in concrete shall be cleaned by sandblasting, primed, and coated in the shop with a corrosion preventive tape (inner layer), and wrapped with two layers of a mechanical protective tape (outer layer) in accordance with AWWA C214-83 (80 mils total thickness). At joints to be welded in the field, the coating shall be left off the ends a distance sufficient to permit making the field joints without injury to the coating. These areas shall be coated in the field. All such materials and applications shall be in accordance with applicable provisions of AWWA Specification. 3. Exterior Surfaces Encased in Concrete Exterior surfaces of all steel pipe, fittings, and specials which are to be encased in concrete shall be cleaned by sandblasting, and then primed in the shop as specified for exterior surfaces in interior locations. 4. Buried Couplings and Access Manholes Mechanical couplings and access manholes which are to be installed underground, together with exposed pipe surfaces adjacent thereto, shall be coated, after installation and repriming, with coal tar enamel. All exposed metal surfaces shall be protected by enamel at least 1/8 inch thick. In GINN & CASE, INC. GI~APEVINE CREEK BENE~ TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION ~ - ~ITEWORK BECTION 026~7 - ~TEEL PIPE 026~7-9 coating buried couplings, "Mar-Mac Diaper Coating Form" shall be used. 5. Interior Surfaces _ The complete interior surface of all steel pipe shall be cleaned and coated with a protective cement-mortar lining. All such materials and applications shall be in accordance with applicable -- provisions of AWWA Specification C 205-85. The cement mortar having the following thickness: Lining Tolerance Pipe Size Thickness Plus or Minus 6. Field Welded Joints After installation of pipe, fittings, and _. specials, all unlined or uncoated ends adjacent to welded field joints, including the weld proper, shall be cleaned, primed, and lined and coated as specified for the pipe adjacent to the weld. -' Surfaces to be lined and coated shall be cleaned of all foreign matter, including all damaged lining or coating materials, by wire brushing or - sandblasting and shall be free of all rust, slag, and scale. Entry for application of interior linings to unlined ends shall be from open ends or through access manholes. Pour holes shall not be provided. 7. Machined Surfaces Ail machined surfaces shall be shop coated with rust preventive compound, Houghton "Rust Veto 344" or Rust Oleum "R-9". B. Tape Coating Except as modified or supplemented herein, all materials and the application thereof shall be in accordance with AWWA C214 and the Appendix thereto. 1. Application _ The application of coating materials including the preparation of surfaces, priming, and lining and coating of the pipe, fittings, and specials shall be done in the shop by an established pipe lining - and coating company acceptable to the manufacturer - GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 2 - 8ITEWORK PAGE 8ECTION 02617 - BTEEL PIPE 02617-10 of the materials and to the Owner. Exterior coating shall not be applied until after the specified interior cement mortar lining has been applied and cured. Repairs of any damage to the -- coating occurring during shipment, after shop coating, or at any other time, and the field coating of ends where coatings have been held back - for welded field joints shall be done by experienced and qualified personnel who, in the opinion of the Engineer, have been adequately instructed by competent representatives of the acceptable pipe lining and coating company or the manufacturer of the coal tar materials. The pipe lining and coating company shall submit an affidavit of compliance indicating that all instructions and requirements of the coating ._ materials manufacturer will be followed and that the company is acceptable to the materials manufacturer. C. Cement Mortar Lining 1. Materials - Cement ASTM C150, Type II Sand AW-WA C205, Section 2.3, except sand for field applied lining shall pass a 16 mesh sieve - 2. Surface Preparation Surface to be lined shall be clean. All loose mill scale, dirt, debris, and oil or grease shall be removed. Tightly adhering mill scale need not be removed if it is not loosened by ordinary cleaning methods. 3. Cement Mortar The mortar shall be of the proper consistency to obtain a dense, homogenous lining that adheres firmly to the surface. 4. Shod Application Except as modified herein, shop applied mortar linings shall comply with AWWA C205. Straight sections of pipe shall be lined in a spinning -. machine. Linings shall be applied to fittings and specials by mechanical placement, by pneumatic placement, or by hand troweling. Ends of lining GINN & CASE, INC. GI~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVISION 2 - ~ITEWOR~ EBCTION 02617 - BTBEL PIPE 02617-11 shall be finished square and uniform without feathering and shall be held back from the end of -- the pipe as necessary for the specified joint. 5. Field Application Except as modified herein, field applied mortar linings shall comply with AWWA C602. Field applied linings shall be applied in a single, -- uninterrupted course by troweling. 6. Specials Wire fabric reinforcement shall be used in lining of fittings and specials in conformance with Section 4.5, AWWA C205. 7. Curing -'- Shop applied linings shall be steam or water cured. Field applied linings shall be water cured. If steam curing is used, the lining shall __ be cured for 48 hours. P~RT 3 - EXECUTION 3.1 PIPE HANDLING AND TRANSPORTING: - A. The manner in which pipe is to be transported, stored, and handled shall be subject to the approval of the Engineer. B. Extreme care shall be exercised in all operations to prevent damage to the pipe exterior and interior coating, and to the pipe metal. Ail equipment to be used in handling the pipe shall be padded. Pipe shall be braced with interior spiders or supports during hauling, storing and handling. Pipe sections shall not .... bear against each other. C. Rubber belting, canvas or similar materials shall be used for slings and harnesses. Direct contact of the pipe with steel cables or chains will not be allowed. D. No metal tools or heavy objects shall come into contact with the pipe. Workmen shall not walk on the finished coating, unless they are wearing rubber or composition soles and heels. E. Pipe shall not be unloaded in a manner allowing any portion of the pipe to fall. When pipe is strung along the right-of-way, it shall not be placed on rocks or uneven ground. Suitable methods of support include GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK P~GE SECTION 026L7 - STEEL PIPE 026L7-L2 placing the ends on padded blocks, or mounds of sandy, rockfree dirt. F. Particular care shall be exercised in handling pipe at extremely high or low temperatures. G. If, in the opinion of the Engineer, the pipe is being mishandled, the operations shall be immediately corrected by the Contractor. 3.2 PIPE LAYING: A. There will be no classification of excavation as required by this section of the specification. See Section 02610. B. The width of trenches for the pipe shall be as shown on the plans, or as required at fittings, outlets, anchorages, etc. C. The depth of trenches shall be as shown on the plans. D. Pipe shall be carefully handled while it is being placed in the excavated trench. All precautions shall be exercised. Dragging or pulling the pipe in the trench will not be permitted. Pipe underside shall be carefully inspected while suspended, and any damage thereto repaired before the pipe is lowered into the trench. E. Pipe shall be carefully laid on the prepared embedment. Use of wood blocks or other supports in the trench will not be allowed. A space shall be cleared for the joint, pipe lowered into place, and brought to grade by tamping under pipe or removing excess material under pipe. After the joint is made, the remainder of the embedment may then be placed and thoroughly tamped to fill any voids created in preparation of the joint. Care must be exercised in tamping to prevent lifting the pipe out of alignment or grade, damage to the coating, or excessive deflection of the pipe. F. Pipe shall be laid from a line carefully set for line and grade by the contractor, and approved by the Engineer. G. Each pipe section shall have a uniform bearing on the subgrade for the full length of the pipe barrel. Suitable excavation, or provision, shall be made to receive the pipe joint and allow adequate room for proper workmanship in making the joint. Adjustments to line and grade shall be made by scraping away or filling in with gravel or concrete and not by wedging or blocking up the pipe end. GINN & CASE, INC. GRaPeVINE CP~EK HENER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLL; TEXAB DZVZSION 2 - SZTBWORK PAGE SECTION 02617 - STEEL PIPE 02617-13 H. Pipe ends shall be clean and free from dirt at the time of jointing. Joints shall be made by welding. I. Pipe shall be laid so that the contact in the joint between two lengths of pipe shall be uniform throughout the circumference of the joint. 3.3 WELDED JOINTS: -- A. Unless otherwise shown, field joints shall be lap joints for fillet welding, as shown on the plans and as specified. B. Pipe fabricated in the shop shall be left uncoated a sufficient distance from the pipe end to allow for field welding without damaging the coating. C. All fillet welds shall be full thickness welds. _ D. Where welded joints are to be made on pipe laid on long slopes, adequate anchors shall be provided to prevent the pipe from creeping, and introducing high joint stresses from temperature movement and weight of the - pipeline. E. Welding procedures will be in strict compliance with .... the requirements set forth in AWWA Specification C 206- 62. Any X-Ray testing of welded joints called for by the Owner shall be done at the Owner's expense. Repair of openings made by cutting out specimens for testing shall be done by the Contractor at no additional expense to the Owner. - 3.4 FLANGED JOINTS: A. Where indicated on the plans, pipe joints shall be -- flanged. Flanges shall be faced and drilled at ASA Class 150 pound standard, suitable for connection with valves or fittings shown on the plans. 3.5 BACKFILLING: A. Backfilling shall be in accordance with Section 02610. END OF SECTION .. GINN & CASE, INC. GP~PEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBZON 2 - fJZT~'WORK PAGE BECTION 0263,8 - PUmTBNHZONED CONCRETE CYL'rNDER pTPE 0263,8-3. PART 3* - GENEI~L 1.01 SCOPE This section covers Pretensioned reinforced concrete pipe -- with a steel cylinder and steel fittings lined and coated with concrete or mortar, to be furnished and installed as shown on the drawings. Pipe shall be furnished and installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances, in accordance with AWWA Manual M-9 - "Installation of Concrete Pipe". 1.02 GOVERNING STANDARD Except as modified or otherwise provided herein, the manufacture of prestressed concrete cylinder pipe shall be ..... governed by AWWA C303-78. The supplementary information required in the foreword of the governing standard is as follows: '- Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. Steel Test Reports & Specimens (Sec. 1.9.3) and (Sec. 1.9.4) Not required. Rubber Gasket Test Results (Sec. 1.9.5) Not required. Affidavit of Compliance (Sec. 1.10) Required. Concrete Aggregate Samples (Sec. 2.2.3) Not required. -- Design Calculations (Sec. 3.2.1) Required. Welding Details (Sec. 3.5.2) Not required. Specials and Fittings (Sec. 4.1) As specified herein. Structural Steel Connections Interior lining --- (Sec. 4.2.3) required. 1.03 THRUST RESTRAINTS In lieu of concrete thrust blocks, contractor shall weld joint rings, designed to resist thrust of test pressures, or minimum 200 p.s.i. GINN & CASE, INC. GRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEXAS DIVISION 2 - ~ITEWORK P~GE BBCTION 02618 - PRETENBIOI~D CONCRETE CYLINDER PIPE 02618-3 3. Surge Pressure: As specified in Pipeline Schedule. .._ B. Inspection and Testing. 1. Shop Inspection. When specified in Job Conditions, pipe, fittings and specials will be inspected at the manufacturer's plant by the Owner's Agent. The costs of such inspection will be paid by the Owner. 2. Shop Visits. The Owner's Agent shall at all times have free access to the manufacturer's plant while production is in progress. 3. Shop Testing. In accordance with the requirements of AWWA C303, Section 1.9. Pipe manufacturer shall provide copies of mill test reports, steel - specimens, gasket rubber and related test reports when requested by Owner's Agent. 4. Shop Welding. Manual-welding operators shall be qualified under Section IX, Part A, of the ASME Boiler and Pressure Vessel Code. 5. Inspection by the Owner's Agent, or failure to pro- vide inspection, shall not relieve the Contractor of his responsibility to provide materials and per- .... form the work in accordance with the specifications. C. Pipe Rejection. Pipe may be rejected for failure to __ meet any of the following items: 1. If adequate means and methods are not provided so as to insure the manufacture of a product of "- uniform quality. 2. A piece broken out of the pipe. 3. Any crack extending entirely through the barrel of the pipe or to the steel cylinder or rods. 4. Any shattering or flaking of concrete at a crack. 5. Any excessive surface cracking due to temperature -' conditions. Pipe manufacturer shall control these cracks by adequate concrete mix, curing or preservation of moisture in pipe interior during yard storage and shipment to job site. GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02618 - PRETENBIONED CONCRETE CYLINDER PIPE 02618-4 D. Reference Standards 1. Specifications of the American Water Works Association (AWWA) listed below shall apply to this Section: C-207 Steel Pipe Flanges C-303-78 Pretensioned Concrete Pressure Pipe, Steel Cylinder Type, For Water and Other Liquids 2. Specifications of the American Society for Testing and Materials (ASTM) listed below shall apply to this Section: A194 Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service A325 Specification for High-Strength Bolts for Structural Steel Joints, including Suitable Nuts and Plain Hardened Washers 2.03 FITTINGS AND SPECIALS In addition to straight pipe, all bends, tees, adapters, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Except as modified or otherwise provided herein, the design and manufacture of fittings and specials shall be governed by the same requirements as the connecting piping. A. Connections. Connections to concrete pipe shall be of the types indicated on the drawings. The following requirements shall govern connections to concrete pipe. 1. Flanges Ring type except where otherwise permitted. Diameter, Drilling ANSI B-16.1, 125# Class or and Thickness AWWA C207, Class E. Finish Flat faced with concentric or spiral serrated finish. Bolts and Gaskets As specified for connec- ting piping. Tapped Holes ANSI Bi.1, coarse thread, Class 2B fit. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEXA~ DIVISION 2 - 8ITI~ORK PAGE BECTION 02618 - PI~TENSIONED CONCRETE CYLINDER PIPE 02618-5 2. Mechanical Joints ANSI A21.11. 3. Threaded Connections ANSI B2.1, NPT. 4. Mechanical Couplings Plain end steel spigots at least 12 inches long. B. Blowoffs. Each blowoff shall be arranged to provide a horizontal flanged drain line connection. One of the _ following arrangements shall be employed: 1. Tangential flanged outlets. 2. Radial flanged outlets, plus a 60 degree flanged cast iron or cast steel bend for each. --- C. Fittings. Fittings shall comply with Section 4 of AWWA C303. Fittings shall be designed for the same loads and internal pressures as the adjacent pipe. D. Anchored Joints. Where indicated on the drawings, joints shall be anchored by clamps, set screws, bolt harness assemblies, or other method acceptable to the -- Engineer. Welding the joint rings will be acceptable. Harness bolts, if used, shall be designed on a basis of 60,000 psi. Each anchored pipe shall be designed to --. resist thrust of the magnitude, resulting from application of the specified hydrostatic test pressure. E. Reducers. Tapered reducers shall be provided at the locations indicated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. 2.04 MARKING _ Each pipe, fitting, or special section shall have plainly and permanently marked thereon: A. Pipe class. B. Date of manufacture. -- C. Manufacturer's name or trademark. D. On bends, the angle turned thereby. E. Identification of specials to show proper location in Markings shall be indented in the pipe or painted thereon with waterproof paint. GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02618 - PRETENSIONED CONCRETE CYLINDER PIPE 02618-6 PART 3 - EXECUTION 3.01 HANDLING Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 3.02 CLEANING The interior of all pipe and fittings shall be thoroughly cleaned of foreign matter before being installed and shall be kept clean until the work has been accepted. Ail joint contact surfaces shall be kept clean until jointing is completed. Every precaution shall be taken to prevent foreign material from entering the pipe during installation. No debris, tools, clothing, or other materials shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. 3.03 ALIGNMENT Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or by opening the joints. The Contractor is responsible for using approved methods to maintain the alignment and grade of the pipe. 3.04 LAYING PIPE Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation and trenching section. Under no circumstances shall pipe be laid in water and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. 3.05 JOINTING Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipe is jointed, all exterior spigot and interior bell surfaces shall be thoroughly cleaned and well lubricated. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be GINN & CASE, INC. GRAPEVIN~ CREEK SEWER TR~NKM~IN PROJECT 454/455 CITY OF COPPELLv TEXA~ DIVIBION 2 - SIT~WORK PAGE 8BCTION 026L8 - PRETBNSIONBD CONCRBTB CYLINDBR PIPE 02618-7 -- kept clean. The rubber gasket shall then be stretched over the spigot and settled into the spigot groove, and the pipe pushed or pulled into final position. The position and condition of the rubber gasket shall be checked before the next piping unit is installed. In jointing 30 inch or larger concrete pipe, steel inserts '-- shall be used to prevent the pipe from entering to the full depth of the bell until the position of the gasket has been checked. Joint space outside the rubber gasket shall be filled with grout. To prevent entrance of earth into the joint space ..... before grouting and to serve as a form for the grout, a diaper shall be placed around the outside of the joint. Grout shall be composed of one part portland cement and 2 parts sand, mixed to a pouring consistency and constantly stirred while being poured to prevent segregation. Sand for grout shall be clean masonry sand passing a 16 mesh -- sieve. Grout shall be poured between the diaper and the pipe and allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, with a stiff wire curved to the approximate radius of the pipe. The joint recess shall be completely filled at all joints. Not less than two lengths of pipe shall be in final -- position in advance of joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, extreme care shall be taken to prevent damage _ to the grout while placing and compacting embedment material. After trench backfilling operations over the pipe have -- been completed, the inside joint recess of all 30 inch or larger concrete pipe shall be filled with stiff mortar mixed in proportions of one part portland cement to 2 parts masonry sand passing a 16 mesh sieve. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly _ compacted and finished smooth. All excess mortar shall be removed from the pipe. 3.06 CONNECTIONS WITH EXISTING LINES Where connections are made between new work and existing piping, such connections shall be made using suitable - fittings for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to __ customers affected thereby, and as authorized by the Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent -" property. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TE~S DIVIBION 2 - 8ITEWORK PAGE 8ECTION 02618 - PRETENSIONED CONCRETE CYT. INDER PIPE 02618-8 Special care shall be taken to prevent contamination when dewatering, cutting into, and making connections with existing pipe. No trench water, mud, or other contaminating substances shall be permitted to get into the lines. The interior of all pipe, fittings, and valves installed in such connections shall be thoroughly cleaned and then swabbed with a solution having a chlorine content of 200 milligrams per liter. 3.07 CONCRETE ENCASEMENT AND BLOCKING Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast-in-place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. 3.08 PROTECTIVE COATINGS Unless otherwise specified, metal surfaces shall be protected as specified herein. A. Shop Coatings. Bolts, flange faces, and steel joint rings shall be shop coated with rust preventive compound, Houghton "Rust Veto 344" or Rust-Oleum "R-9." Ail other metal surfaces shall be shop primed with Koppers "Bitumastic Mill Undercoat" or Valspar "35-J-6 Bituminous Black." B. Surfaces Exposed Underground. All metal surfaces which will be in contact with backfill after installation (not encased in concrete) shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half-lapped layers of coal tar saturated fabric, Protecto Wrap "200GT" or Tapecoat "CT". The wrapping shall be applied in accordance with the manufacturer's recommendations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. C. Surfaces Exposed in Manholes. Ail metal surfaces exposed inside manholes after installation shall be cleaned and given two coats of Koppers "Bitumastic Super Service Black," Tnemec "450 Heavy Tnemecol," or Porter "Tarmastic 100." 3.09 LEAKAGE Ail joints shall be watertight and free from leaks. Each leak which is discovered during the pressure and leakage tests shall be repaired by and at the expense of the Contractor GINN & CASE, INC. GRAPEVIN~ CREEK 8BN~ TRUNK MAIN PROJECT 454/455 CITY OF COPPBLLt TBXA~ DIVISION 2 - BITElYORK PAGE BECTION 02618 - PRBTENSIONBD CONCRETE CYLINDBR PIPE 02618-9 3.20 PRESSURE TEST - The Contractor shall provide all necessary pumping equipment, piping connections between the piping and the nearest available source of test water, pressure gages, and other equipment, materials, and facilities necessary for the tests. All pipe, fittings, valves, pipe joints, and other -- materials which are found to be defective shall be removed immediately and replaced with new and acceptable material, by and at the expense of the Contractor. 3.11 DRAWINGS AND DATA Drawings, specifications, installation schedules, and - other data showing complete details of the design, fabrication, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use in connection therewith, shall be submitted in accordance with the submittals section. _. The drawings and data shall include but shall not be limited to the following for each size and class of pipe. A. Pipe design. B. Details of specials. C. Laying schedule. 3.12 TRENCH SAFETY Trench Safety must be strictly adhered to during installation of all piping. END OF BECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEX~B DIVISION 2 - BITwWORK PAGE 8ECTION 02621 - VITRIFIED CLAY BELIER PIPE 02621-1 PART 1-GENERAL 1.1 SCOPE: (TO BE USED ONLY FOR REPAIR/REPLACEMENT, IN KIND) Vitrified clay pipe, fittings and specials are to be installed at the line and grade shown on the plans and as - specified in these Contract Documents. 1.2 RELATED WORK: A. Section 02610 - Pipe and Fittings B. Section 02221 - Excavation, Trenching and Backfilling for Utilities. PART 2 - PP~DUCTH 2.1 MATERIALS: A. For description of designated materials to be used on this project, see Section 02610. B. Vitrified clay sewer pipe shall conform in all respects to ASTM Designation C-700, latest edition, extra strength. C. Joints shall be compression joints and compression couplings as specified by ASTM C-425. D. Fittings shall be of the same test strength and type joints as the pipe specified. PART 3 - EXECUTION .... 3.1 PIPE HANDLING: A. Ail pipe, fittings and specials shall be lowered into the trench by derrick, tripod, crane or other suitable method. Rolling or dumping it into the trench will not be permitted. Pipe and fittings shall be handled in such a manner as not to damage the coating. All dirt -- and trash shall be removed from the barrel and the ends of the pipe while it is suspended. Slings shall be used to handle all pipe and fittings; no hooks will be .._ permitted. B. The pipe is to be kept clean during the laying operation and free of all dirt and trash and, at the '" close of each operating day, the open end of the pipe is to be effectively sealed against the entrance of all objects and, especially, water. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXt8 DIVIBION 2 - 8ITEWORK PAGE 8ECTION 02621 - VITRIFIED CLAY 8EWER PIPE 02621-2 3.2 JOINT-MAKING: The types of joints to be used for the various sizes of pipes will be as specified in Section 02610, Pipe and Fittings. The methods of making each type of joint will be as recommended by the manufacturer. 3.3 TESTING: Testing of the pipe will be made in accordance with the current Specifications for Standard Methods of Testing Vitrified Clay Pipe, ASTM Designation C-301. Tests of the compression joints or couplings shall be made in accordance with ASTM Designation C-425. END OF SECTION GINN & CASE, INC. GRAPEVIN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEX~ DXVXBION 2 - BXTIElffORK PAGE SECTION 02622 - PVC SEWER PIPE 02622-1 PET 1 - GENBI~L (FOR 24" DIAHETER AND I.~RGER PIPES) 1.1 SCOPE: Large diameter profile gravity sewer pipe, fittings and specials are to be installed at the line and grade sho~n on _- the plans and as specified in these Contract Documents. The work in this section includes furnishing all labor, equipment, and materials required to supply, install, and test (PVC) profile wall pipe, including accessories, as sho~ on the drawings and/or specified herein. 1.2 RELATED WORK: A. Section 02610 - Pipe and Fittings B. Section 02221 - Excavation, Trenching and Backfilling for Utilities. 1.3 QUALITY ASSURANCE: A. The contractor shall submit to the engineer written evidence that the pipe furnished under this --- specification is in conformance with the material and mechanical requirements specified herein. B. Each section of pipe shall be clearly marked with the following information: 1. Manufacturer's name. 2. Nominal Pipe size. .__ 3. ASTM F-794 Designation. 4. Pipe stiffness - 46 psi, minimum. C. All pipe shall be factory air tested with gasket in place and marked accordingly. - 1.4 HANDLING AND STORAGE: A. The pipe shall be handled carefully with nylon slings. B. All pipe and accessories shall be stored on flat, level ground with no rocks or other objects under the pipe. - P~RT 2 - PRODUCTS 2.1 MATERIALS: A. The pipe and fittings shall be homogenous throughout and free from visible cracks, holes, foreign inclusions _ and other injurious defects. The pipe shall be uniform GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN -- PROJECT 454/455 CITY OF COPPELL, TEX~S DIVIBION 2 - 8ITEWORK PAGE 8ECTION 02622 - PVC 8EWER PIPE 02622-2 as practical in color, opacity, density and other physical features. B. PVC profile wall pipe and fittings shall be manufactured in accordance with the requirements of ASTM F794, latest edition. C. PVC profile wall pipe shall be made form a compound meeting the requirements of cell classification 12364A as defined by ASTM D 1784. D. Joints: 1. Shall be bell and spigot type. 2. Gaskets shall meet the requirements of ASTM F477 .... 3. Gaskets shall be factory installed and chemically bonded to the bell end of the pipe. Field installed gaskets and field cut beveled lengths of pipe shall be done in accordance with the manufacturer's instructions and recommended equipment and materials. 4. All pipe gaskets and spigots shall be thoroughly cleaned and lubricated before assembly. PART 3 - EXECUTION 3.1 PIPE HANDLING: A. All pipe, fittings and specials shall be lowered into the trench by derrick, tripod, crane or other suitable method. Rolling or dumping it into the trench will not be permitted. Pipe and fittings shall be handled in such a manner as not to damage the coating. All dirt and trash shall be removed from the barrel and the ends of the pipe while it is suspended. Slings shall be used to handle all pipe and fittings; no hooks will be permitted. B. The pipe is to be kept clean during the laying operation and free of all dirt and trash and, at the close of each operating day, the open end of the pipe is to be effectively sealed against the entrance of all objects and, especially, water. 3.2 INSTA?.?~TION REQUIREMENTS: A. The methods of making each type of joint will be as recommended by the manufacturer. GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAH .... DIVIBION 2 - $ITEWORK PAGE BECTZON 02622 - PVC BEWER PIPE 02622-3 B. Installation shall be in accordance with the recommendations contained herein and in the pipe .... manufacturer's installation guide. Ail applicable safety regulations shall be followed. 3.3 FILL MATERIALS: A. Pipe bedding and backfill materials shall be as shown on the plans. 3.4 TRENCH PREPARATION: A. Trenches shall be open cut to proper depth and alignment for the installation of the pipe and appurtenances as shown on the plans. The minimum trench width shall be the pipe O.D. + 18", unless noted otherwise. Where excavation or caving causes excavation within the pipe zone to be wider than _._ specified, the contractor shall remove all loose and sloughed in material from the trench and replace it with compacted granular material. Where the bottom of the trench at subgrade is found to be soft or includes organic material, the contractor shall excavate and remove the undesirable material to the width of the trench and at a depth of at least 12 inches, or as - required so as to provide a firm foundation for the pipe. The over-excavation shall be replaced with granular material and compacted to a minimum of 95% Standard Proctor per ASTM D 698. B. Dewatering: The contractor shall provide and maintain at all times, during construction ample means and devices with which to remove and properly dispose of all water, from any source whatsoever, entering the trench. Pipe trenches shall be kept free from water during excavation, construction, pipe laying and joining. C. Trench Support: Contractor shall follow the recommendations of the manufacturer during installation and shall comply with all applicable safety standards and regulations. 3.5 PIPE LAYING: .... A. Before sewer pipe is placed in trench bottom, the sides and bottom of trench shall be carefully prepared, the bedding placed and the necessary bracing, sheeting or shoring in place, where required. Each section of pipe shall be accurately placed to the line and grade called for on the drawings. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - BITEWORK PAGE' SECTION 02622 - PVC SEWER PIPE 02622-4 B. Ail pipe and fittings shall be inspected before it is placed in the trench. C. Pipe laying shall proceed upgrade. Trench bottoms, foundations, and trench walls shall be prepared as described above. D. No connections shall be made where joint surfaces and materials have been soiled by earth or embedment in handling until such surfaces are thoroughly cleaned. E. Backfilling of trenches shall be started immediately after the pipe is placed in trench. Backfill material placed under haunches shall be shovel sliced or compacted as per the drawings. Backfilling and compaction of materials shall be in accordance with manufacturer's recommendations. 3.6 INSPECTION AND TESTING: A. There shall be no visual leakage and the sewer shall be completely free from any cracks and from protruding joint materials, deposits of sand, mortar or other materials on the inside, to the satisfaction of the Engineer. B. Infiltration test shall be conducted in accordance with manufacturer's recommendations and shall not exceed fifty (50) gallons per twenty-four (24) hours per inch of diameter per mile of sewer. Contractor shall furnish all supplies, materials, labor, services, etc. needed to make test, including water. No separate payment will be made for equipment, supplies, material, water or services. Any leakages, including active seepage, shall be corrected immediately, until the pipeline meets the requirements of the allowable leakage specifications. C. Each section of sewer between two or more manholes shall be tested in accordance with the Uni-Bell specification, UNI-B-6, "Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe." D. If required by Engineer, a deflection test shall be performed by the contractor. The deflection can be measured mechanically by a mandrel, or some other approved means. END OF 8ECTZO~ GINN & CASE, INC. GRAPEVZN~ CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DIVXHXON 2 - BXTEWORK PAGE BECTION 02624 - FXBURGLABB REINFORCED POLYESTER PIPE 02624-X PART 1.1 SCOPE: Centrifugally cast, fiberglass-reinforced polyester pipe shall be installed at the line and grade shown on the plans - and as specified in these Contract Documents. 1.2 RELATED WORK: A. Section 02610 - Pipe and Fittings B. Section 02221 - Excavation, Trenching and Backfilling for Utilities. PART2- PRODUCTS 2.1 MATERIALS: .... A. All pipes, joints and fittings shall be manufactured in accordance with ASTM D3262. Pipes shall be centrifugally cast, fiberglass-reinforced polyester resin as manufactured by Hobas USA, Inc. or approved "- equal. B. Minimum pipe stiffness, when tested in accordance with - ASTM D2412 shall be 46 psi. C. Pipe outside diameters shall be in accordance with AWWA C151 and C950. D. Joints shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made .... of EDPM rubber compound to maintain water tightness. Joints must meet the performance requirements of ASTM D4161. E. Fittings shall be of the same test strength and type joints as the pipe specified. PART 3 - EXECUTION 3.1 PIPE HANDLING: A. All pipe, fittings and specials shall be lowered into the trench by derrick, tripod, crane or other suitable ._ method. Rolling or dumping it into the trench will not be permitted. Pipe and fittings shall be handled in such a manner as not to damage the coating. Ail dirt and trash shall be removed from the barrel and the ends - of the pipe while it is suspended. Slings shall be used to handle all pipe and fittings; no hooks will be permitted. GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 2 - 8ITEWORK PAGE SECTION 02624 - FIBERGLAS8 REINFORCED POLYESTER PIPE 02624-2 B. The pipe is to be kept clean during the laying operation and free of all dirt and trash and, at the close of each operating day, the open end of the pipe is to be effectively sealed against the entrance of all objects and, especially, water. 3.2 INSTALLATION: The installation, including trench width, trench bottom, embedment, backfill, bedding, and haunching shall be in accordance with manufacturer's recommendations. 3.3 TESTING: Maximum allowable infiltration/exfiltration leakage shall be 25 gallons per inch of pipe diameter per 24 hours per mile of sewer. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXA~ ..... DIVISION CONCRETE ... GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEXAS DIVIHION 3 - CONCneTE PAGE BECTION 03100 - CONCRETE FORI(WORE 03100-1 PART 1 - GENERAL 1.1 SCOPE: A. Furnish all labor materials, tools, equipment and related items required for the complete installation of concrete forms as required by this construction. B. The Contractor shall follow the recommendations of ACI "Recommended Practice for Concrete Formwork". All forms and formwork shall conform to the applicable standards of O.S.H.A. Earth cuts and excavations shall not be used as forms for vertical surfaces unless otherwise shown on the plans. 1.2 STANDARDS AND TOLERANCES: A. Reference Standards: 1. ACI Formwork for Concrete, SP-4. 2. U.S. Product Standard for Softwood Plywood, Construction and Industrial PS-1. 3. Standard Grading Rules, Western Wood Products. B. All formwork shall be adequately designed for the loads and pressures, including windloads, to which the forms may be subjected. Where it is necessary to maintain specified tolerances the formwork may be cambered to allow for anticipated deflections due to weight and pressure of fresh concrete and other construction loads. Positive means of adjustment (wedges or jacks) of shoring and struts shall be provided and all settlement taken up during concrete placing. All shoring and struts shall be adequately braced to _ prevent lateral movement. C. Allowable Tolerances: Except when close coordination and fitting of various trades' work precludes allowance of tolerance, maximum total permissible deviations from established lines, grades and dimensions shall be as stated below. Set and maintain forms in such manner as -. to ensure completed work within specified tolerance ._ 1. Variation from plumb; in lines and surfaces: 2. Variations from level or from indicated grades: 3. Variations in sizes and locations of sleeves, _ and wall openings: 1/4". GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 3 - CONCRETE PAGE SECTION 03100 - CONCRETE FORMWORK 03100-2 4. Variation in cross sectional dimensions in thickness of slabs and walls: 1/4". 5. Variations in footings: a. Variations in dimensions of plan: Minus 1/2" to plus 2" (applies to concrete only). b. Reduction in thickness: none allowed. P/ART 2 - PRODUCTS 2.1 MATERIALS: A. Forms: Wood metal, or other approved material that will not adversely affect surface of concrete and will provide or facilitate obtaining specified surface finish: 1. Wood: a. Unexposed Surface: No. 2 Common or Better Southern Yellow Pine lumber, sufficient thickness to sustain loads to be imposed, dressed to uniform smooth contact surfaces, readily removable. b. Exposed Surfaces: Commercial Standard Douglas-Fir, moisture resistant, concrete form plywood, not less than 5 ply, at least 3/4" thick, one side smooth. B. Form Ties and Accessories: 1. Metal form ties of an approved type shall be used to hold forms in place. Such ties shall be of a type especially designed for use in connection with concrete work, and they shall have provision to permit ease of removal of the metal as hereinafter specified. The use of wire form ties will not be permitted except for minor or special form areas when the use of rigid type metal ties would be impractical, and then only with the specific approval of the Engineer. The use of metal form ties of a type that are encased in paper or other materials to allow the removal of the complete tie, leaving a hole through the concrete structure, will not be permitted. 2. Metal ties shall be held in place by devices attached to walls. Each device shall be capable of developing the strength of the tie. GINN & CASE, INC. G~APEVIN~ CREEK BBNER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLL, TEXA~ DZVZSZON 3 - CONCRETE PAGE BECTZON 03100 - CONCRETE FOI%~NORK 03100-3 3. All metal accessories used inside of forms to hold them in correct alignment shall be removed to. a ._ depth of at least one (1) inch from the surface of the concrete and shall be so constructed that the metal may be removed without undue injury to the surface by chipping or spalling. Such devices, when removed, shall leave a smooth opening in the concrete. Burning off of rods, bolts or ties will not be permitted. Where wire ties are used, all wires, upon removal of the forms, shall be cut back at least one (1) inch from face of the concrete with a sharp chisel or nippers. 4. All cavities produced by the removal of metal ties shall be carefully cleaned and completely filled with retempered sand cement mortar mixed in - proportion of one to three, and the concrete shall be left smooth and even. 5. Form Oi1: Non-Staining, paraffin-base oil having specific gravity between 0.8 and 0.9. P~%RT 3 - EXECUTION 3.1 INSTALLATION: A. Formwork: _ 1. Construct forms to slopes, lines and dimensions shown, plumb and straight, and sufficiently tight to prevent leakage. Securely brace and shore forms to prevent displacement and to safely support construction loads. Provide access openings for cleaning and inspecting forms and reinforcing prior to depositing concrete. Do not coat forms with material that will stain or cause injury to exposed concrete surfaces. Keep forms wet as necessary to prevent shrinkage. 2. Shoring: Shore horizontal surfaces to support concrete loads and construction loads without deformation. In long spans, where intermediate '-' supports are not possible, calculate deflection in forms due to weight of fresh concrete and compensate in design of forms to that finished .... concrete members will have true surfaces conforming accurately to desired lines, planes and elevations. 3. Form Ties: Coat ties that are to be pulled from walls with cup grease or other approved material to facilitate removal. _ GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 3 - CONCRETE P~GE SECTION 03100 - CONCRETE FORMWORK 03100-4 4. Wetting and Oiling Forms: Soak inside surface of forms with clean water prior to placing concrete. Treat plywood with approved form oil. Wipe excess oil off with rags to leave surface of forms just oily to touch. 3.2 FORM REMOVAL: A. To permit proper surface finish, forms in general shall be removed as soon after the concrete has set as is practicable and safe. In the determination of the safe time for removal of falsework and forms, consideration shall be given to the location and character of the structure, the weather and other conditions influencing the setting of the concrete, and the materials used in the mix. B. Clamps and tie rods may be loosened 24 hours after concrete is placed and all but a sufficient number to hold forms in place may be removed. C. Completely remove wood forms from under floors, ramps, steps, etc. D. Remove forms in accordance with ACI 301, without damage to concrete and in manner to insure complete safety of structure. Leave shoring in place until concrete member will safely support its own weight, plus live loads which may be placed upon it. E. Results of suitable control tests shall be used as evidence that concrete has attained sufficient strength to permit removal of supporting forms. In general, supporting forms or shoring shall not be removed until strength of control test specimens has attained a value of at least 75% of designed compressive strength. Exercise care to assure that newly unsupported portions of structure are not subject to heavy construction or material loading. END OF SECTION GINN & CASE, INC. gRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TENA~ DIVISION 3 - CONCm~TE PAGE SECTION 03200 - CONCRETE ~INFORCEMENT 03200-1 PART 1 - GENERAL 1.1 SCOPE: A. Reinforcing steel shall be of the type, size and quantity designated for use in structures as shown on - the plans and in accordance with these requirements. All reinforcing steel shall be of domestic manufacture. B. Tests: Mill tests shall be made as required by ASTM specifications A615 and A185, and certified copies of all tests shall be provided to the Engineer prior to acceptance of any materials. C. Shop Fabrication: Insofar as possible, all bending of bars shall be done in the shop. Bending shall be done cold, and true to the shapes shown on the plans. Bar schedules shall be submitted prior to fabrication for approval of the Engineer. Bars shall be detailed and _ bent in accordance with the requirements of ACI Standard 315. D. Storing: Steel reinforcement shall be stored above the - surface of the ground upon platforms, skids, or other supports, and shall be protected insofar as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, it shall be free from dirt, scale, dust, paint, rust, oil, or other foreign material. 1.2 RELATED WORK: A. Section 03100 - Concrete Formwork B. Section 03300 - Cast-in-place Concrete PART 2 - PRODUCTS 2.1 GENERAL: A. All bar reinforcement shall be new billet steel conforming to the requirements of ASTM Specification A615, Grade 60. All bars shall be deformed as defined in "Building Code Requirements for Reinforced Concrete" (ACI-318) except those used for expansion joint dowels, ..... where smooth bars are indicated on the plans. B. Reinforcement: -" 1. Deformed Bars. Use deformed bars conforming to ASTM A615 including Supplementary Requirements SI, grade as shown on drawings. Where grade is not .- shown on the drawings, use Grade 60. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3 - CONCRETE PAGE SECTION 03200 - CONCRETE REINFORCBMBNT 03200-2 2. Smooth Bars. Use smooth bars conforming to ASTM A36, ASTM A615, Grade 60, or ASTM A675, Grade 70 for all bars shown on the drawings to be smooth bars. C. Welding: Welding of reinforcing bars is prohibited. D. Welded Wire Fabric: Welded wire fabric shall be electrically-welded, cold-drawn wire (70,000 psi yield point) of gage and mesh size shown on the drawings and shall conform to "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM-185). Wire size and spacing shall be as shown on the plans. Flat sheets shall be furnished where noted. PART 3 - EXECUTION 3.1 BENDING Reinforcement bars shall be bent cold to the shape indicated on the plans. Ail bending of hard grade new billet steel bars shall be done in the shop. Bends shall be true to the -- shapes indicated. 3.2 STORAGE Reinforcement shall be stored above the ground surface upon skids, platforms or other supports and shall be protected from mechanical injury and surface deterioration by exposure to the weather. When placed in the work, the reinforcements shall be free from dirt, rust, scale, paint, oil, or other foreign materials. 3.3 SPLICES No splices of bars, except when shown on the plans, will be permitted except upon the written permission and approval of the Engineer. Bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. 3.4 DETAILING Completely detailed shop drawings and schedules should be submitted by the Contractor for review by the Engineer prior to fabrication. Shop drawings may not be made by reproducing the plans or contract documents. The bars shall be supplied in lengths which will allow them to be conveniently placed in the work and provide sufficient lap at joints. Dowels of proper length, size and shape shall be provided for tying walls, beams, floors and the like together where shown, specified or ordered. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEX~ DXVXBXON 3 - CONCRETE PAGE BECTZON 03200 - CONCRETE RBINFORCF, MBNT 03200-3 Steel reinforcement shall be of the type and size, cut to lengths and bent to shapes as indicated on the plans. Un- 1ess otherwise indicated, hooks, laps. splices, and other details of reinforcement shall be provided asset forth in the ACI Building Code (ACI-318) and the "Manual of Standard Practice for Detailing Reinforced Concrete Structures" -- (ACI-315) to develop the full tensile strength of the bar. 3.5 PLACING REINFORCEMENT: Metal reinforcement when placed shall be free from mill and rust scale or any other coating that would destroy or reduce its bond with the concrete. When there is a delay in concreting operations and the reinforcement has been in place more than two (2) days, it shall be reinspected and, when necessary, cleaned. Metal reinforcement shall be accurately positioned and dimensional in accordance witht he plans and __ specifications. The bars and mesh shall be tightly secured against displacement by ties of annealed wire, of not less than No. 16 gauge, or suitable clips at intersections. Wall reinforcement shall be supported and held securely - against displacement in its proper position clear of the forms as indicated on the plans. -- Nails shall not be driven into the wall forms to support reinforcement nor shall any other device used for this pur- pose come in contact with the form in the waterside of any water containing structure. Additionally, placement of reinforcement shall comply with the following: A. Comply with ACI 318. - B. Placing: 1. Comply with recommendations of Concrete Reinforcing Steel Institute's "Recommended Practice for Placing Reinforcing Bars" and "Recommend Practice for Placing Bar Supports". 2. Support and wire reinforcing bars together to prevent displacement by construction loads. 3. Lap welded wire fabric at least 1-1/2 meshes plus end extension of wires but not less than 12" in structural slabs. - 4. Lap at least 1/2 mesh plus end extension of wires but not less than 6" in slabs on ground. .... 5. Extend mesh across supporting walls. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3 - CONCRETE PA~E SECTION 03~00 - CONCRETE REINFORCEMENT 03~00-4 6. Adequate support for mesh shall be provided by the use of "chairs" to ensure that the mesh is completely surrounded by concrete and not less than 3 inches above the bottom of slabs on ground or 1/2-inch above form work. 7. Offset vertical bars in walls at least one bar diameter at lap splices. To insure proper placement, templates shall be furnished for all column dowels. 8. Make splices only as indicated on Drawings. 9. Do not bend reinforcement after being partially embedded in hardened concrete except for field bent dowels. 10. Clean reinforcement of form oil or other bond inhibitors prior to placing concrete. 11. Where parallel reinforcement is placed in two or more layers, place reinforcing steel in upper layer directly above those in bottom layer with clear distance between layers not less than one bar diameter or 1". 3.6 CONCRETE PROTECTION FOR REINFORCEMENT Steel reinforcement shall be placed and held in position so that the concrete cover, as measured from the surface of the bar shall be as specified on the plans or specified by ACI-318. 3.7 PAYMENT No separate payment will be made for work performed in accordance with this section of the specifications, and the cost thereof shall be included in the proper items of the Proposal and Bid Schedule. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK BEWBR TRUNK MAIN PROJECT 454/455 CITY OF COPPBLL, TEX~ l~,2q~:ZO2OH ~ - C~OH¢'~w~'~ P~GB BBCTION 03253. - CONBTRUCTION O'o'rNTS AND IFATBRBTOP8 03253.-3. PART 1 GENERAL 1.1 SCOPE -" This section of the specifications covers construction joints, expansion joints and the placing of waterstops and seals where shown. PART 2 PRODUCTS 2.1 POLYVINYL PLASTIC WATERSTOP Waterstops shall be installed in construction joints at locations shown in the plans. All waterstops shall be con- tinuous throughout their lengths. The waterstops shall be heavy duty polyvinyl waterstop con- forming to Corps of Engineers Specification CRD-C-572, lat- est edition, as manufactured by Serviced Products Division of W. R. Grace and Company; B. F. Goodrich Company; Electrovert, Inc.; W. R. Meadows, Inc.; Vinylex Corp.; Wal- John, Inc.; or an approved equal of the same type and material and approximately equal in dimensions and weight but not necessarily of exactly the same shape. Waterstops shall be 6-inch in the direction perpendicular to the construction joint. The waterstop shall be extruded from polyvinyl chloride resin plastic having the following minimum properties: Tensile Strength ........... 1,700 psi Ultimate Elongation' ......... 350 % Brittleness Temp (ASTM D 746) ..... -35 degrees F All waterstop shall be installed so that one-half its width will be embedded on one side of the joint and one-half on the other. The Contractor shall employ a method of placing the waterstop to insure that the waterstop will be held securely in true vertical position and in straight alignment with the joint, and to completely enclose the waterstop in the concrete. 2.2 JOINTS AND WATERSTOPS All waterstops shall be continuous and so jointed at all points of contact in the same plane, or at intersections with waterstops in different planes, as to form a complete barrier to the passage of water through any construction, contraction or expansion joint and all joints shall be made by heat welding as specified herein. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DZ¥IBZON 3 - CONCRETE PAGE BECTION 03251 - CONBTRUCTION JOINT8 AND WATERSTOP8 03251-2 Joints in PVC waterstops shall be made by heating the two surfaces to be joined until the material has softened to the point where it is just short of being fluid and then bringing the two softened surfaces together with a slight rubbing motion followed by firmly pressing them together so that a solid and tight bond is made. The joints in strips of waterstop made in the above manner shall be such that the entire cross section of the joint shall be dense, homogeneous and free of all porosity. All finished joints shall have a tensile strength of not less than 75 percent of the material of the strip 'as extruded. The heating of the surfaces to be joined shall be done by means of an electric hot plate splicer designed for the specific purpose and controlled by means of a voltage regu- lator. It shall be rated at 1,000 watts for use with 115 volt electric current. The size of the plate shall be ap- proximately 2-inch by 10-inch, with a Teflon cover, and shall be used simultaneously. The voltage regulator to be used in conjunction with the above described hot plate shall be rated at 7.5 amps, 115 volt input and 0-135 volt output. In use, the heat of the hot plate shall be so regulated as to prevent too rapid melting and accompanying charring of the waterstop material. The Contractor shall provide such jigs as will assist in making the joints in a proper and workmanlike manner and in holding the strips so that the alignment of joined strips in correct and angles are true to those required. Prior to embedment all joints in the waterstops strips will be carefully inspected by the Owner's Representative and any found defective shall be corrected. 2.3 PROTECTION OF WATERSTOP BETWEEN POURS The Contractor shall take such steps as are necessary to protect exposed waterstops at all times. 2.4 EXPANSION JOINTS Expansion joints of the size and type shown on the plans, or specified herein, shall be placed in concrete pavement or structure as shown on the plans. a. Preformed Asphalt Fiber Joint Material Asphalt fiber sheet filter shall consist of performed strips of inert material impregnated with asphalt. It GINN & CASE, INC. GRAPEVINE CREEK SEWER TR~NKMAIN PROJECT 454/455 CITY OF COPPELL, TEX~ BECTION 0325~ - CONBTRUCTION ~OZNT8 ~ 1FATBRBTOP8 03251-3 shall be of the thickness shown on the plans or indicated in these specifications. The sheet filler shall conform to the requirements of AASHO Specifications M-59 with the following additional provisions: The asphalt content shall be 35 to 50 percent by weight of the joint filler after drying at 325 degrees F for one (1) hour. The sheet filler shall be of such character that it will not be deformed by ordinary handling during hot weather nor become hard and brittle in cold weather. It shall be of tough, resilient, durable material not affected by weathering. b. Other Premoulded Joint Filler Where premoulded cork-asphalt joint filler is required by the plans, it shall be of the dimensions indicated on the drawings and shall be the material designated as Code No. 1321 by the Serviced Products Corporation of Chicago, Illinois, or approved equal. c. Hot Poured Rubberized Tar Joint Sealer Hot poured rubberized mastic joint sealer shall consist of a mixture of durable, elastic rubber, coal tar pitch and other materials which will form a resilient and adhesive compound capable of effectively sealing concrete joint surfaces against repeated expansion and contraction. The material shall be that designated as Code 2341, Para-Plastic as manufactured by the Serviced Products Corporation, or approved equal, and shall be installed in accordance with the manufacturer's recommendation. 2.5 PREFORMED PLASTIC ADHESIVE WATERSTOP Waterstops shall be installed in construction joints at locations shown on the plans. All waterstops shall be con- tinuous throughout their length. The waterstops shall be preformed plastic adhesive water- stops conforming to Federal Specification SS-S-00210. Plastic waterstops shall be SYNKO-FLEX as manufactured by Synko-Flex Products, Inc., Houston, Texas or equal. These shall be installed in accordance with manufacturer's recommendations. __ GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVIBION 3 - CONCRETE PAGE 03251 - CONBTRUCTZON JOZNT8 A~D RATERBTOPB 03251-4 P~RT 3 EXECUTION 3.1 PAYMENT No separate payment will be made for work performed in ac- cordance with this section of the specifications, and the cost thereof shall be included in the proper items of the Proposal and Bid Schedule. END OF 8ECTION GINN & CASE, INC. GRAPEVINE CREEK BE~BR TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEX.~B DZVZBZON 3 - CONCRETE PAGE BECTZON 03300 - CABT-IN-PLACE CONCRBTB 03300-1 PART I - GZNBRAL 1.1 RELATED REQUIREMENTS: A. Comply with Division i - General requirements and referenced documents. B. This section of the specifications shall govern for the - construction of structures or structural units requiring the use of concrete. C. All concrete structures and/or structural units shall be constructed in accordance with the design requirements and details shown on the plans, shall conform to other items of the specifications which are applicable to a complete installation, and shall be in conformity with the requirements contained herein. D. Form design shall be the full responsibility of the Contractor. ..- 1.2 RELATED WORK: A. Section 03100 - Formwork B. Section 03200 - Concrete Reinforcement 1.3 SUBMITTALS: A. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. - Submit bills of materials to be reviewed with shop drawings. _ 2. Indicate location of construction joints. 3. Do not make shop drawings using reproductions of Contract Drawings. Detail in accordance with ACI '- 315. 4. Submit in writing any request for modifications to Drawings and Specifications. Submitting shop drawings for review does not constitute "in writing" unless it is brought to attention of Engineer that specific changes are being suggested. GINN & CASE, INC. GRAPEVINE CRBBK SEWER TRUNK MAIN -- PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 3 - CONCRETE PAGE SECTION 03300 - CAST-IN-PLACE CONCRETE 03300-2 B. Submit to Engineer for review by Testing Laboratory for proof of compliance with Specifications as follows: 1. Concrete: a. Proposed concreting materials. b. Proposed concrete mix designs. 2. Reinforcing Steel: Submit the manufacturer's certificates giving the properties of steel proposed for use. List the manufacturer's test number and heat number, chemical analysis, yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. 3. Cement. Submit mill certificates for all bulk cement. C. Design Mix. Submit the design mix and test data on the proposed design mix for each type and strength of concrete in the project. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. The design mix submittal shall include manufacturer's technical information for each type of admixture proposed for use on the project. D. Product Data. Submit manufacturer's technical literature, including application instructions, on the following products proposed for use by the Contractor, to the Engineer for approval: 1. Air entraining agent. 2. Admixtures. 3. Concrete bonding agent. 4. Joint sealant. 5. Waterstops. E. Submit material samples along with the manufacturer's technical data on the waterstops. 1.4 STORAGE OF MATERIALS: A. Comply with detailed recommendations of ACI 304. B. Store cement in weathertight buildings, bins, or silos which provide protection from dampness and contamination and minimize warehouse set. GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL; TEX~B DZVZBZON 3 - CONCI~TE PAGE BECTZON 03300 - CABT-ZN-PL~CE CONCRETE 03300-3 C. Aggregates: 1. Arrange stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of aggregates. 2. Ensure that conditions are met by testing for conformance to requirements for cleanliness and grading of samples secured from aggregates at point of hatching. 3. Fine and coarse aggregates shall be regarded as separate ingredients. 4. Each size of coarse aggregate and combination of -- two or more shall conform to grading requirements of ASTM C33 or C330, as required. PART Z - PRODUCTS 2.1 CONCRETE MATERIALS: A. Cements: 1. Portland Cement: ASTM C150 Type I. 2. Air Entrained Portland Cement: ASTM C150. 3. Do not use different cements interchangeable. B. Admixtures: 1. Air Entraining Admixtures: ASTM C260. 2. No fly ash or calcium chloride shall be permitted. 3. Chemical Admixtures: ASTM C494. 4. Two or more admixtures may be used in same concrete, provided admixtures are added separately during batching sequence. Admixtures used in combination shall retain full efficiency and have no deleterious effect on concrete or on properties of each other. C. Water: 1. Fresh, clean and potable. 2. Use nonpotable water only if water produces mortar cubes having seven (7) day strengths equal to strength of similar specimens made with distilled water when tested in accordance with ASTM C109. GINN & CASE, INC. QRAPEVINE CREEK SEWER TR~NKMAIN PROJECT 454/455 CITY OF COPPELL~ TEXAS DIVIBION 3 - CONCRETE PAGE 8ECTION 03300 - C~%BT-IN-PL&CE CONCRETE 03300-4 2.2 PROPORTIONING: A. Concrete for work shall be homogenous. When hardened, concrete shall have required strength, resistance to deterioration, durability, resistance to abrasion, watertightness, appearance, and other specified qualities. B. Type: Ultimate strength type concrete for use in structures or structural elements which have been analyzed and proportioned by ultimate strength design theory. C. Strength: 1. Normal Weight Concrete: Base strength requirements on 28 day compressive strengths, unless high early strength is used, in which case required strengths shall be obtained at seven (7) days. D. Durability: 1. Provide concrete which will be subject to potentially destructive exposure, other than wear or loading, such as freezing and thawing, severe weathering or chemicals. 2. Water-cement ratio for air entrained concrete shall not exceed 5.75 gallon per sack of cement, unless otherwise approved by Engineer. E. Slump: 1. Slump of concrete of normal weight, as determined by ASTM C43, shall be in accordance with Table A. TABLE A - SLUMPS FOR VARIOUS KINDS OF CONSTRUCTION KINDS OF CONSTRUCTION SLUMP (IN.~ Maximum Minimum Footings, Walls, Columns 4 1 Slabs, Beams 5 3 F. Maximum Size of Coarse Aggregate: 1. Nominal Maximum Size of Aggregate: a. Slabs: 1" b. Walls and beams: 1" GINN & CASE, INC. GRAPEVINB CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TE~.~ DZVZBZON 3 - CONCRETE PAGE BECTZON 03300 - CUT-ZN-PL~CE CONCRETE 03300-5 2. Coarse Aggregates in Concrete of Normal Weight: ._ a. One size for concrete placed in one day when quantities to be placed are too small to permit economical use of more than one mix design. b. When single mix design is used, maximum nominal size shall be as required for most critical conditions of concreting, in accordance with requirements of preceding section. G. Air Entrainment: 1. Air entrainment in concrete of normal weight shall conform to Table 5.3.3,ACI 211.1. 2. Determine air content by either ASTM C231 or ASTM C138. H. Admixtures: 1. Air Entrained Admixtures, and Proprietary Chemical Admixtures: In accordance with manufacturer's recommendations. 2.3 MIXING: A. Comply with recommendations of ACI 304R-85. B. Mix and transport ready mixed concrete in accordance with ASTM C94. The ready mix producer shall be certified for compliance to the Standards of NRMCA. 1. The mixing shall be done in a batch mixer of approved type and size which will insure the uniform distribution of the material throughout the mass so that the mixture will be uniform in color and smooth in appearance. 2. Concrete shall be mixed only in such quantities as are required for immediate use and shall be used before initial set has taken place. Ail concrete in which initial set has begun shall not be used in -- the work and no concrete shall be retempered. 3. The maximum elapsed time between the introduction of the mixing water and the discharge of the concrete shall be 1 1/2 hours if the temperature of the concrete is below 80F (27C). If the temperature of the concrete is between 80F and 90F (27 and 32C) the maximum elapsed time shall not exceed one (1) hour. GINN & CASE, INC. GRAPEVINE CREEK BEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TE~AB DZVZBZON 3 - CONCRETE PAGE 8ECTZON 03300 - C~T-ZN-PL~CE CONCRETE 03300-6 4. Concrete improperly mixed shall not be placed in any structure. The rate of delivery of mixed concrete shall be so arranged that a cold joint is not allowed for form between loads, and shall be placed within the time limits stipulated above. 5. Concrete that is transported shall be constantly agitated and mixed until placement. 6. Whenever a concrete mixer of any kind is not adequate or suitable for the work, it shall be removed from the site upon order from the Engineer, and a suitable mixer shall be provided by the Contractor. 7. The transit mixer shall be of an approved revolving drum or revolving blade type so constructed as to produce a thoroughly mixed concrete with a uniform distribution of the materials throughout the mass. It shall be equipped with a discharge mechanism which will insure the discharging of the mixed concrete without segregation. 8. The mixer drum shall be water-tight when closed and shall be equipped with a locking device which will automatically prevent the discharging of the mixer prior to receiving the required number of revolutions. 9. The entire quantity of mixing water shall be accurately measured and controlled. Any additional mixing shall be done at a lower speed specified by the manufacturer for agitation and shall be continuous until the batch is discharged. C. Central Mixing Plant 1. A central mixing plant will be allowed provided the method of mixing and handling has first been approved by the Engineer, and concrete produced is in conformity with the specification requirements. 2. The batch mixer shall conform to the requirements of the Mixer Manufacturer Bureau of the A.G.C. The mixer shall have a manufacturers rating plate showing the capacity and recommended RPM. It shall be equipped with a suitable charging hopper, water storage tank and measuring device, and shall be capable of thorough mixing of aggregates, cement, and water to provide a uniform mass within the specified time and capable of discharging the concrete without segregation. GINN & CASE, INC. GRAP~VZN~ CREEK BENER TRD~KNAIN PROJECT 454/455 CITY OF COPPBLL, TEX~B DZVZSZON 3 - (~ONCRBTB PAGB gECTZON 03300 - ~JLST-ZN-PL~CB ¢~ONCRBTB 03300-7 3. The batch shall be so charged into the mixer that some water will enter in advance of the cement and aggregates. Water shall continue to flow for a period which may extend to the end of the first 25% of the specified mixing time. Controls shall be provided to insure that the batch cannot be discharged until the required mixing time has elapsed; and to insure that no additional water may be added during mixing. Controls shall be provided to prevent batched ingredients from entering the mixer before the previous batch has been completely discharged. 4. Each batch of one (1) cubic yard or less shall be mixed for not less than one (1) minute. The mixing time shall be increased 15 seconds for each additional cubic yard or fraction thereof. At least three-quarters of the required mixing time shall take place after the last of the mixing water ._ has been added. 5. The mixer shall be clean and the pick-up and throw- over blades in the drum shall be replaced when they have lost 10 percent of their original depth. D. Weather Conditions: 1. General: a. Detailed recommendations for placing concrete during extreme weather conditions are given in ACI 306, "Cold Weather Concreting" and ACI 305, "Hot Weather Concreting". The Contractor shall, on request, furnish a thermometer for measuring the ambient temperature and a thermometer for measuring the temperature of the concrete. b. Concrete shall not be placed during rain, fog, sleet, or snow. Rainwater shall not be allowed to increase the mixing water nor damage the surface finish. 2. Cold Weather: a. In cold weather, the temperature of the concrete when delivered at the site of the work shall conform to the following temperature limitation: GINN & CASE, INC. GIt~PEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3 - CONCRETE PAGE SECTION 03300 - CXST-IN-PL~CE CONCRETE 03300-8 Minimum Concrete Temperature. Deg. F. For Sections With For Sections With Air Temperature Least Dimension Least Dimension Deg. F. Less Than 12 in. 12 in. or Greater 30 to 45 60 50 0 to 30 65 55 Below 0 70 60 b. If water or aggregate has been heated, the water shall be combined with the aggregate in the mixer before cement is added. Cement shall not be added to mixtures of water and aggregate when the temperature of the mixture is greater than 100 degrees Fahrenheit. 3. Hot Weather: The ingredients may be cooled before mixing if necessary to maintain the temperature of the concrete below the maximum placing temperature of 90 degrees F (32C). 2.4 RELATED MATERIALS: A. Expansion Bolts: Phillips "Red-Heads", "Capsule Anchors" by Molly or Hilti, or equivalent. Size as indicated on Drawings. B. Sealers and Hardeners: "Floorcron" non-metallic hardener by Gifford-Hill or "Non-Metallic Hardener" by The Burke Company. C. Embedded Items: 1. All sleeves, inserts, frames, anchors and other embedded items required shall be placed prior to placing concrete. Blocking out instead of placing embedded items will require the approval of the Engineer. 2. Ail embedded items, including expansion joint material, waterstop, etc., shall be accurately positioned and supported against displacement. Voids in sleeves, anchor slots, etc., shall be protected to prevent the intrusion of concrete during the pour. D. Construction Joints: 1. Construction joints shall be placed as shown on the plans unless otherwise specifically authorized by the Engineer, in which case the joints shall be so GINN & CASE, INC. GRAPEVIN~ CREEK 8ENER TR~NKMAIN PROJECT 454/455 CITY OF ~OPPELL, TEXA~ DZVIBZON 3 - CONCRETE PAGE 8ECTION 03300 - CZLST-IN-PLACm CONCRETE 03300-9 placed and formed as to least impair the strength and appearance of the structure. All construction joints shall be made on horizontal and vertical planes. Sufficient section shall be provided in horizontal and vertical keys to resist shear. 2. All reinforcing steel and wire fabric shall be continued across joints. The surface of the old concrete at all joints shall be thoroughly cleaned and all laitanoe removed, by sand blasting, and prior to the new pour, wetted with water and slushed with a grout mix. E. Expansion Joints: 1. Expansion joints shall be placed where shown on the plans and according to the detailed drawings. All reinforcing steel of other embedded items bonded to the concrete (except expansion dowels bonded on one side only of a joint), shall not be permitted to extend continuously through any expansion joint. 2. The concrete surface of the finished concrete at the joint shall be thoroughly cleaned by sandblasting prior to the installation of expansion joint filler and sealer. 3. Expansion Joint Filler. Use preformed bituminous type conforming to ASTM D994 or cane fiber asphalt impregnated type conforming to ASTM D1751. Provide 3/4-inch-thick filler unless otherwise shown. PART 3 - EXECUTION 3.1 PREPARATION PRIOR TO PLACING CONCRETE: A. The Contractor shall give the Engineer at least 24 hours advance notice that he intends to pour concrete in any structure to permit the inspection of forms, of the placement of reinforcing steel and of the preparations for the mixing and placing of the concrete. The Contractor shall arrange for inspection of the reinforcing steel by the Engineer prior to closing the forms. All hardened concrete and foreign materials shall be removed from the inner surface of concrete pumps, hoppers, buckets, and other conveying equipment, all vibrators, handling and finishing tools. Semiporous subgrades shall be sprinkled sufficiently to eliminate suction and extremely porous subgrades shall be sealed in an approved manner. B. Formwork shall have been completed and cleaned; excess water shall have been removed; reinforcement shall have been secured in place; expansion joint material, GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEXAS DIVISION 3 - CONCRETE PAGE SECTION 03300 - CABT-IN-PLACE CONCRETE 03300-Z0 anchors, and other embedded items shall have been positioned. In the event concrete is anticipated to be placed after daylight hours, the Contractor shall demonstrate that he has sufficient lighting, power generators, etc., to accomplish the work in a satisfactory manner. The Contractor shall ensure that adequate facilities are provided for concrete testing and control. 3.2 PLACING CONCRETE, GENERAL: A. The sequence of placing concrete shall be the contractor's option. The operation of depositing and compacting the concrete shall be conducted so as to form a compact, dense, impervious mass of uniform texture which shall show smooth faces on all surfaces. The placing shall be so regulated that the pressures caused by the plastic concrete shall not exceed the loads used in the design of forms. B. No concrete shall be placed in any structure prior to completion of the form work and the placement of the reinforcing and other steel. C. The method and manner of placing shall be such as to avoid the possibility of segregation or separation of the aggregate or the displacement of the reinforcement. Concrete shall not have a free fall sufficient to cause segregation of materials. Tremies shall be used in order that the free fall of mix shall be held to a maximum of three (3) feet, unless otherwise approved by the Engineer. D. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face of the forms and the concrete shall be forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms and running or working it along the forms will not be allowed. After the concrete has taken initial set, the forms or the reinforcing steel shall not be jarred or any strain placed on projecting reinforcement. E. Chutes, troughs, or pipes used as aids in placing concrete shall be arranged and used so that the ingredients of the concrete will not be separated. When steep slopes are necessary the chutes shall be equipped with baffle boards or be made in short lengths that reverse the direction of movement. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms, or the ends of such chutes shall terminate in vertical downspouts. All chutes, troughs, and pipe shall be kept clean and GINN & CASE, INC. GRAPEVIN~ CREEK BENER TR~NKMAIN PROJECT 454/455 CITY OF COPPELL, TEXP~ DIVIBION 3 - CONCIliaTE PAGE BECTION 03300 - C~ST-IN-PL~CE CONCRETE 03300-11 free from coating of hardened concrete by a thorough flushing with water before and after each placement. Water used for flushing shall be discharged clear of the concrete in place. The use of chutes in excess of thirty-five (35) feet total length for conveying concrete will not be permitted except by specific authorization from the Engineer. F. Where the Contractor's operations involve the placing of concrete from above, that is, directly into an excavated area or through the completed forms, particularly in the cast of columns, walls, floors, slabs and footings, all concrete so placed shall be deposited through a vertical sheet metal or other approved pipe no less than six (6) inches nor more than ten (10) inches in diameter. The pipe shall be made in sections so that the outlet may be adjusted to proper heights during placing operations. G. Concrete shall be placed in continuous horizontal layers approximately 12 inches in thickness. The rate of delivery shall be so arranged that a cold joint is not allowed to form between loads. The Contractor shall avoid unauthorized construction joints by placing required .portions of abutments, piers, walls, floors, slabs, columns, or superstructures in one continuous operation. Openings in the forms shall be provided for the removal of laitance and other foreign material. H. Ail concrete shall be well compacted and the mortar slushed to the surface of the forms by continuous working with concrete spading implements and mechanical vibrators of an approved type. Vibrators of the type which operate by attachment to reinforcement will not be permitted. Vibrators of a type for the attachment to the outside of forms may be used after written permission is given by the Engineer and if forms are so designed to permit such use without damage thereto. The vibrators shall be applied to the concrete immediately after deposit and shall be moved throughout the mass, thoroughly working the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms until it has been reduced to a plastic mass. The mechanical vibrator shall not be operated so that it will penetrate or disturb layers placed previously which have become partially set or hardened. The vibration shall be of sufficient duration to accomplish thorough compaction and complete embedment of reinforcement and fixtures but shall not be done to an extent that will cause segregation. Vibration shall be supplemented by hand spading to insure the flushing of mortar to the surface of all forms. Vibrators shall not be moved horizontally. Vibrators shall be of the high frequency and high GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3 - CONCRETE PAGE BECTION 03300 - CABT-IN-PLACE CONCRETE 03300-12 amplitude type and a standby vibrator shall be provided for use at all times, at each location of concrete placement. 3.3 PLACING JOINTS AND EMBEDDED ITEMS: A. Construction Joints: 1. Make and locate to least impair strength of structure. 2. Locate horizontal joints in concrete only where they normally occur or where indicated. 3. Make joints perpendicular to main reinforcement. 4. Continue reinforcing steel and mesh across joints. 5. Thoroughly clean surface of concrete at joints and remove laitance. 6.Obtain bond by one of the following methods: a. Chemical retarder: 1. Comply with ASTM C494, which delays but does not prevent setting of surface mortar. 2. Remove retarded mortar within four (4) hours after placing to produce exposed aggregate bonding surface. b. Roughen surface of concrete in a manner which will expose aggregate uniformly and leave contact surface clean, free of laitance, loosened particles of aggregate or damaged concrete. Intentionally roughen surface to a full amplitude of approximately 1/4". 7. Joints shall be thoroughly wet before placing new concrete. B. Other Embedded Items: 1. Place sleeves, inserts, anchors, and embedded items required for adjoining work or for support prior to concreting. 2. Give ample notice and opportunity to introduce or furnish embedded items and work related to concrete or support before concrete is placed. 3. Position expansion joint material, waterstops, and embedded items accurately and support against GINN & CASE, INC. GP~PEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DZVZBION 3 - CONCRETE PAGE BECTZON 03300 - CAST-IN-PLACE CONCRETE 03300-13 displacement. 4. Fill voids in sleeves, inserts, and anchor slots temporarily with removable material to prevent entry of concrete into voids. .... 5. Horizontal sleeves through walls and vertical sleeves through slabs less than 12" may be placed as required provided no conflict with scheduled or detailed reinforcement occurs. 6. Conduit to be embedded in slabs which are not indicated on Drawings may be placed in concrete within the following limitations: a. Conduit shall not be larger in outside - dimensions than one third of the overall thickness of slab in which they are embedded and not spaced less than 3 diameters or widths on center. b. Place conduit in slabs between top and bottom reinforcement. c. In slabs with only one mat of reinforcement, provide the following concrete cover to conduit, including fittings: 1. Concrete exposed to earth or weather, 1- 2. Concrete not exposed to weather or in contact with ground, 3/4". d. Notify Engineer of any conduit to be embedded which cannot meet the herein stated limitations. 7. Position embedded items to avoid conflicts with reinforcement. Provide 1" clear cover between reinforcement and inserts, anchors and embedded items, and 1-1/2" clear cover between sleeves and reinforcement. Notify Engineer of conflicts between embedded items and reinforcement prior to correction. 8. No embedded items made of aluminum shall be permitted unless coated effectively or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B DIVIBZON 3 - CONCRETE PAGE 8ECTZON 03300 - CABT-IN-PL~CE CONCRETB 03300-14 3.4 REPAIR OF SURFACE DEFECTS: A. Removal: After forms have been removed, remove concrete which is not formed as required, which is out of alignment or level beyond specified tolerances or which shows defective surface that cannot be properly repaired or patched. B. Repairing and Patching: 1. Patch tie holes and repair defective areas immediately after form removal. 2. Defective Areas: a. Remove honeycombed and other defective concrete to sound concrete, but in no case to depth of less than 1". b. Dampen area to be patched and area at least 6" wide surrounding to prevent absorption of water from patching mortar. c. Mix bond coat of approximately 1 part neat portland cement to 1 part fine sand passing No. 30 mesh sieve and water to consistency of thick cream. Brush mix into surface. d. Make patching mixture of same material and of approximately same proportions as used for concrete, except omit coarse aggregate and use mortar that consists of not more than 1 part cement to 2-1/2 parts sand by damp loose volume. e. Substitute white Portland Cement for part of gray Portland Cement on exposed concrete in order to produce color matching color of surrounding concrete, as determined by trial patch. f. Add only quantity of mixing water necessary for handling and placing. g. Mix patching mortar in advance and allow to stand with frequent manipulation with trowel, without addition of water, until mortar has reached stiffest consistency to permit placing. h. After surface water has evaporated from area to be patched, brush bond coat into surface. i. When bond coat begins to lose water sheen, apply premixed patching mortar. GINN & CASE, INC. GI~APEVIN~ CREEK SEWER TRU~KMAIN PROJECT 454/455 CITY OF COPPELL, TEX~ DZVZHZON 3 - CONCRBTB PAGE SECTION 03300 - CAHT-ZN-PLACB CONCRETE 03300-15 j. Thoroughly consolidated mortar into place and strike off to leave patch slightly higher than surrounding surface. k. To permit initial shrinkage, leave mortar undisturbed for at least i hour before being finally finished. 1. Keep patched area damp for seven (7) days. m. Do not use metal tools in finishing patch in formed surface which will be exposed. 3. Tie Holes: After cleaning and thoroughly dampening, fill tie holes solid with patching mortar. 4. Proprietary Patches: a. Proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to specified patching procedures. b. Use compounds in accordance with manufacturer's recommendations. 3.5 FINISHING OF FORMED SURFACES: A. General: Finishes are an integral part of concrete placing and the following schedule of types of finish shall be used unless otherwise shown on the plans or directed by the Engineer. Steel Trowel Finish: Interior floor slabs, wall tops. Brush or Broomed Finish: Sidewalks, curb and gutter, exterior slabs. Rubbed Surface Finish: Interior work areas. Smooth Form Finish: Exposed exterior walls 12" below grade and above; exposed interior walls of liquid containers to 12" below water level; exposed undersides of slabs. B. Sealers and Hardeners: Non-metallic floor hardener surface treatments shall be applied in accordance with the manufacturer's recommendations or as directed by the Engineer. Surface treatments shall be applied to all interior concrete floor surfaces that do not receive tile or other toppings. GINN & CASE, INC. G~APEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 3 - CONCRETE PAGE SECTION 03300 - ClOT-IN-PLACE CONCRETE 03300-16 3.6 FLATWORK: A. Edge Forms and Screeds: 1. Set edge forms and intermediate screed strips accurately to produce designated elevations and contours in finished surface and still be sufficiently strong to support vibrating bridge screeds or roller pipe screeds if nature of finish specified requires use. 2. Align concrete surface to contours of screed strips by use of strike off templates or appropriate compacting type screeds. 3. When formwork is cambered, set screeds to same camber to maintain proper concrete thicknesses. B. Consolidation: 1. Thoroughly consolidate concrete in slabs. 2. Use internal vibration in beams and girders of framed slabs and along bulkheads of slab on grade. 3. Obtain consolidation of slabs and floors with vibrating bridge screeds, roller pipe screeds, or other appropriate means. 4. Concrete to be consolidated shall be as dry as practicable and surfaces shall not be manipulated prior to finishing operations. C. Jointing: 1. Locate joints in slabs on grade as indicated. 2. Time cutting of saw cut joints properly with set of concrete. 3. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by saw. 4. Complete before shrinkage stresses have developed sufficiently to induce cracking. 5. Install control joint form in accordance with manufacturer's recommendations. D. Finishes: 1. Floated Finish: a. After concrete has been placed, struck off, consolidated and leveled, do not work concrete further until ready for floating. GINN & CASE, INC. GRAP~VIN~ CREEK BENER TRUNK M~IN PROJECT 454/455 CITY OF COPPELL, DIVZBZON :3 - C~:)NCP.~TZ~ PZ~GI~ BECTZOIq 0:3:300 - CABT-ZN-PT~CZ~ CONCI~.BT:B 03300-17 b. Begin floating when water sheen has disappeared or when mix has stiffened sufficiently to permit proper operation of power driven float. c. Consolidate surface with power driven floats of impact type except in thin sections such as pan slabs. d. Use hand floating with wood or cork faced floats in locations inaccessible to power driven machine. e. Recheck trueness of surface at this stage with 10' straightedge applied at not less than two different angles. f. Cut down high spots and fill iow spots to produce planes checking true under straight edge in any direction, with tolerances not exceeding 1/8" in 10'. g. Refloat slab immediately to uniform smooth, granular texture. - 2. Troweled Finish: a. Finish surface first with impact power floats, where applicable, then with power trowels, and finally with hand trowels. b. Perform first troweling after power floating with power trowel to produce smooth surface which is relatively free of defects but which may still contain some trowel marks. c. Perform additional trowelings by hand after surface has hardened sufficiently. d. Final troweling shall be done when ringing sound is produced as trowel is moved over surface. e. Thoroughly consolidate surface by hand troweling operations. f. Finished surface shall be free of trowel marks and uniform in texture and appearance. g. Remove defects of sufficient magnitude by grinding. GINN & CASE, INC. GI~APEVINE CREEK BEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B DIVISION 3 - CONCRETE PAGE SECTION 03300 - CA8T-IN-PLACE CONCRETE 03300-Z8 3. Brush Finish or Broom Finish: Following the steel trowel finish, surface of the concrete shall be brushed lightly with a soft- bristled brush, or broom. The brush shall be kept clean and shall be dipped in water frequently so that it will be clean and wet at all times. Brushing shall be limited to that necessary to remove the glaze and produce a non-slip surface. 4. Rubbed Surface Finish: a. Surfaces to receive a rubbed finish shall be rubbed with carborundum fluted surface stones providing an abrasive which, when applied in surface rubbing at the proper time in the concrete aging process, will remove form marks, surface imperfections, and otherwise smooth, shape or finish the surface. Surface rubbings shall proceed as soon as forms are removed. b. On removal of forms all necessary pointing shall be done. When the pointing has set sufficiently to permit rubbing, all surfaces requiring surface finish shall be wet and given a surface rubbing with a No. 16 Carborundum Stone or an abrasive of equal quality. The rubbing shall be continued sufficiently to bring the surface to a paste, to remove all form marks, and projections, and to produce a smooth dense surface without pits or irregularities. The material that has been ground into a paste shall be carefully spread or brushed uniformly over the surface and allowed to take a reset. The use of cement to form a surface will not be permitted. c. In general, chamfered corners shall not be rubbed in the first surface rubbing. d. The surface of the entire structure requiring finish shall then be cleaned of all drip marks, dirt and discolorations and shall be given a final finish rubbing with a No. 30 Carborundum Stone or an abrasive of equal quality. On completion of this rubbing, the finished surfaces shall be allowed to take a reset. After the mortar has taken a reset, the surface shall be washed down with clean water. The entire structure shall be left with a clean, neat, and uniform appearing finish and'shall be uniform in color. GINN & CASE, INC. GRAPEVINE CREEX 8EN~R TRUNX]G%IN PROJECT 454/455 CITY OF COPPELL, TEXAS DZVXBZON 3 - CONCRETE PAGE BECTZON 03300 - CABT-IN-PXJt, CB CONCRETE 03300-X9 e. If necessary to obtain bond between a rubbed surface and concrete wall, use of an admixture or epoxy bonding compound with rubbing will be allowed~ however, plastering in lieu of rubbing will not be permitted. 5. Smooth Form Finish: a. On formed surfaces, where rubbing or special .... surface treatment is not required, the Contractor, {~mediatel¥ after removing forms, shall point up all honey-comb and other defects, and remove all fins, areas where there has been concrete leakage at joints, etc., examine the surface for "form air pockets," particularly but not limited to cement laitance that may cover or conceal defective areas, and point up such defective areas by use of retempered cement from the concrete areas. Simple "plastering" will not be permitted. Contractor shall use whatever means required to expose such areas, if necessary with a light sandblasting. Repairs shall be to the Engineer's complete satisfaction. 3.7 CURING AND PROTECTION: A. Curing: 1. Comply with recommendations of ACI 308-81. 2. General: a. Protect freshly deposited concrete from premature drying and excessively hot or cold temperatures. b. maintain without drying at relatively constant temperature or period of time necessary for hydration of cement and proper hardening of concrete. 3. Initial Curing: a. Immediately follow finish operations. b. Keep concrete continuously moist at least overnight. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEX~S DIVISION 3 - CONCRETE PAGE SECTION 03300 - CAET-IN-PLACE CONCRETE 03300-20 c. Use one of the following materials or methods: 1. Ponding or continuous sprinkling. 2. Absorptive mat or fabric kept continuously wet. 3. Sand or other covering kept continuously wet. 4.Continuous steam not exceeding 150 degrees F or vapor mist bath. 5. Curing compounds: a. Apply in accordance with recom- mendations of manufacturer. b. Do not use on surfaces against which additional concrete or other cementitious finishing materials are to be bonded, over surfaces to receive waterproofing, or on surfaces on which curing is prohibited by Specifications. 4. Final Curing: Immediately following initial curing and before concrete has dried, accomplish additional curing one of the following materials or methods. a. Continuing method used in initial curing. b. Waterproof paper complying with ASTM C171. 5. Duration of Curing: a. Final curing shall continue until cumulative number of days or fractions, not necessarily consecutive, during which temperature of air in contact with concrete is above 50 degrees F has totaled seven (7) days. b. If high early strength concrete has been used, final curing shall continue for total of three (3) days. c. Rapid drying at end of curing shall not interfere with subsequent finish. 6. Formed Surfaces: a. Keep steel forms heated by sun and wood forms in contact with concrete during final curing period wet. GINN & CASE, INC. G~APEVXN~ CREEK 8EMIR TRDNKMAIN PROJECT 454/455 CITY OF COPPBLL, TEX~ DIVIBION 3 - CONCRETE PAGE BECTION 03300 - CAST-IN-PLaCE CONCRETE 03300-21 b. If forms are to be removed during curing period, employ one of the above curing materials or methods immediately. c. Continue curing for remainder of curing period. B. Curing Temperature: 1. Cold Weather: a. Comply with recommendations of ACI 306R-78. b. When mean daily temperature of atmosphere is less than 40 degrees F, maintain temperature of concrete as placed for the length of time indicated in Table 1.4.2,ACI 306R. c. When necessary, make arrangements in advance of placement to maintain required temperature and moisture conditions without injury to concrete. 2. Hot Weather: a. Comply with recommendations of ACI 305R-77. b. When necessary, make arrangements in advance of ..... placement, and take protective measures as quickly as concrete hardening and finishing operations will permit. 3. Excessive Temperature Changes: Changes in temperature of concrete shall be as uniform as possible and shall not exceed 5 degrees F in any .... one (1) hour or 50 degrees F in any 24 hour period. C. Protection: Protect freshly placed concrete from rain, - flowing water, hail, sleet, etc., until concrete has hardened. 3.8 FIELD QUALITY CONTROL: A. Testing laboratory will conduct strength tests of concrete in accordance with following procedures. 1. Secure composite samples in accordance with ASTM C172. 2. Obtain each strength test from different batch of concrete on representative, truly random basis, avoiding selection of test batch other than by number selected at random before commencement of concrete placement. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPBLLv TEXAS DIVISION 3 - CONCRETE PAGE SECTION 03300 - CABT-IN-PLACE CONCRETE 03300-22 3. When pumping or pneumatic equipment is used, samples shall be taken at discharge end. 4. Mold three specimens from each sample in accordance with ASTM C31 and cure under standard moisture and temperature conditions in accordance with ASTM C31, Section ?(a). 5. Test two specimens at 28 days in accordance with ASTM C39, and one specimen at 7 days. 6. 28 day test result shall be average of strengths of two (2) specimens. 7. When high early strength is required, specimens shall be tested at seven (7) days. 8. Make one (1) strength test for each 100 cubic yards or fraction thereof for each mix design of concrete placed in one (1) day. B. Additional Testing That May Be Required= 1. Determine air content of normal weight concrete on regular and frequent basis in accordance with either ASTM C231 for air content and with ASTM C567 for unit weight. 2. Report temperature of concrete at time of placing. 3. Report total water quantity added to concrete batches, including that added after departure of concrete trucks from batch plant. 4. Check slump consistency and uniformity of concrete to the extent deemed necessary to assure compliance with Specifications. 5. Inspect reinforcement as follows= a. Visual inspection prior to placement for size, type quantity and quality of materials. b. Make continuous inspections of placement of reinforcement immediately prior to concreting. C. Evaluations: 1. Strength level of concrete will be considered satisfactory provided averages of all sets of three consecutive strength test results equal or exceed specified 28 day strength, and no individual strength test result falls below specified 28 day strength by more than 500 psi. GINN & CASE, INC. GRAPEVIN~ CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TE~A~ DIVIBION 3 - CONCRUTB PAGE BBCTZON 03300 - CAHT-ZN-PLACE CONCRETE 03300-23 2. If strength tests fail to meet minimum requirements, concrete represented by such tests - shall be considered questionable and shall be subject to further testing at expense of Contractor. 3. Take at least three representative cores from each member or area of concrete in place that is considered potentially deficient. Location of cores shall be determined by Engineer so as least to impair strength of structure. 4. Conduct additional tests of questionable concrete at expense of Contractor in accordance with ASTM C42. ...... 5. Concrete in area represented by a core test will be considered adequate if average strength of cores is equal to at least 95% of and if no single core is less than 85% of specified 28 day strength. 6. Fill core holes with low slump concrete or mortar. 7. If core tests are inconclusive or impractical to obtain and structural analysis does not confirm the safety of the structure, load test may be required at no additional cost to the Owner. The results shall be evaluated in accordance with ACI 318, Chapter 20. 8. Concrete work judged inadequate by structural analysis or by load test shall be reinforced with additional construction or replaced at no -- additional cost to the Owner. Any additional construction shall be approved by the Engineer prior to the start of the work. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 1.5 MBCH~dqICi~L GINN & CASE, INC. GRAPEVINE CREEK 8ENER TRUNK PAIN PROJECT 454/455 CITY OF COPPELL, TEX~S 8ECTION ~SL00 - MISCELIJdIEOU8 PIPING LS100-I PART 1 - GENERAL 1.01 SCOPE: This section covers drainage piping, and other miscellaneous piping. See other specification sections for fabricated steel pipe, concrete pipe, PVC sewer pipe, and ductile iron pipe. Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, hangers and supports, anchors, and other necessary appurtenances. Pipe supports, anchors, and spacing of expansion joints are covered in the pipe supports section. PART 2 - PRODUCTS 2.01 MATERIALS: A. Steel Pipe 1. Standard Weight Pipe ASTMA120, standard weight (Schedule 40) or Fed Spec WW-P-406, Weight A. 2. Fittings Flanged Cast iron, 125 lb., ANSI B16.1 Welding ANSI B16.9. 3. Flanges ANSI B16.1, 125 lb. or ANSI B16.5, 150 lb. Flange Bolts & ASTM A307, length such -- Nuts that after installation bolts will project 1/8 to 3/8 inch beyond outer face of nut. Flange Gaskets ASTM D1330, Grade I; red rubber, ring type, 1/8 inch thick. B. Copper Tubing 1. Water Tubing ASTM B88 or Fed Spec WW-T-799, Type K; cadmium plated where used for chlorine service. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS DIVISION 15 - ItfI~CHANICAL PAGE SECTION LSL00 - MISCELLANEOUS PIPING 15100-2 2. Fittings Flared ANSI B16.26. Solder ANSI B16.18 or B16.22. 3. Solder Solid wire, ASTM B32, Alloy Grade 50A (50-50). 4. Soldering Flux Paste type, Fed Spec O-F-506, Type I, Form A. 5. Brazing Filler Metal AWS A5.8, Bcup-5; Engelhard "Silvaloy 15," Goldsmith "GB-15," or Handy & Harman "Sil-Fos." 6. Brazing Flux Paste type, Fed Spec 0-F-499, Type B. C. PVC Pipe 1. Irrigation Service ASTM D1785, Schedule 80, PVC 1120, bearing nsf seal. D. Watertight/Dusttight O-Z Electrical Manufac- Pipe Sleeves turing Company, Inc., "Thruwall" and "Floor Seals," Thunderline Corp., "Link-Seal," modular -- rubber sealing elements with galvanized bolts. E. Protective Coatings Tape Wrap AWWA C209; Protecto Wrap "200" or Tapecoat "CT." Coal Tar Coating MIL-C-18480; Koppers "50 Bitumastic," Porter "Tarmastic 101," or Tnemec "476 Super Tnemecol." GINN & CASE, INC. GRAPEVINE CREEK 8ENE~ TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ SECTION 3.53.00 - MTSCI~LLANEOUS PZPZNG 3.53.00-3 PART 3 - EXECUTZON 3.01 SERVICE AND TYPE REQUIREMENTS: Except as otherwise specified or authorized, pipe and tubing shall conform to the general requirements which follow. Kinds of pipe for service conditions not listed shall be as specified in other sections, as indicated on the drawings or, in the absence of any definite requirement, as determined by the Engineer. A. Copper Water Tubing 1. Soft Annealed with Flared Fittings. To be used for piping in contact with earth or submerged. 1-1/4 inch or smaller cold water supply piping. 2. Hard Drawn with Solder Fittings. To be used for 3" or smaller piping inside structures. Cold water supply piping. B. PVC Pipe 1. PVC Water Service Pipe With Push-on Solvent Welded Joints. Irrigation piping. 3.02 PIPE JOINTS: Pipe joints shall be carefully and neatly made in accordance with the requirements which follow. A. Threaded. Pipe threads shall conform to ANSI B2.1, NPT, and shall be full and cleanly cut with sharp _. dies. Not more than three threads at each pipe connection shall remain exposed after installation. Ends of pipe shall be reamed, after threading and before assembly, to remove all burrs. B. Flared. Ends of annealed copper tubing shall be cut square and all burrs shall be removed. Flared ends _ shall be uniform without scratches or grooves. C. Solder and Brazed. Joints in 2 inch and larger copper tubing shall be brazed. Where solder fittings are specified for lines smaller than 2 inch, joints may be soldered or brazed at the option of the Contractor. Joints in copper chlorine tubing (if needed) shall be brazed; solder will not be acceptable. GINN & CASE, INC. QRAPEVINE CREEK 8EWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~ SECTXON XSX00 - KXSCELXJ~IEOUS PIPING X5X00-4 Surfaces to be joined shall be thoroughly cleaned with flint paper and coated with a thin film of flux. At each joint, tubing shall enter to the full depth of the fitting socket. Care shall be taken to avoid overheating the metal or flux. Each joint shall be uniformly heated to the extent that filler metal will melt on contact. While the joint is still hot, surplus filler metal and flux shall be removed with a rag or brush. D. Solvent Welded. The ends of PVC pipe shall be cut square and smooth and shall be wiped clean. Solvent cement shall be applied to the outside of the pipe and the inside of the fitting socket with a small paint brush. The coated surfaces shall be immediately pushed snugly together and the pipe rotated approximately 1/2 turn to insure uniform distribution of the cement. Excess cement shall be removed by wiping. E. Flanged. Flange bolts shall be tightened sufficiently to slightly compress the gasket and effect a seal, but not so tight as to distort the flanges. F. Welded. Welding shall conform to the specifications and recommendations contained in the "Code for Pressure Piping," ANSI B31.1. G. Push-on. Gasket installation and other jointing operations shall be in accordance with the recommendations of the manufacturer. Each spigot end shall be suitably beveled to facilitate assembly. Ail joint surfaces shall be lubricated with a heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. 3.03 PIPE SLEEVES: Piping passing through concrete or masonry shall be installed through sleeves installed before the concrete ks placed. Unless otherwise indicated on the drawings, all pipes passing through walls or slabs which have one side in contact with earth or exposed to the weather shall be sealed watertight with special rubber gasketed sleeve and joint assemblies or with sleeves and modular rubber sealing elements. GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK M~IN PROJECT 454/455 CITY OF COPPBLLt 8ECTIO~ ~SL00 - NIBCELLANEOUS PZPZN~ ISL00-5 3.04 PIPE INSTALLATION: Pipe shall be installed as specified, as indicated on the drawings or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. In all piping, insulating fittings shall be provided to prevent contact of dissimilar metals wherever copper tubing or fittings are connected to iron or steel pipe or fittings. Buried PVC piping shall be "snaked" in the trench and shall be kept as cool as possible during installation. PVC pipe shall be kept shaded and shall be covered with backfill immediately after installation. 3.05 PROTECTIVE COATING: Black steel pipe in buried locations shall have exterior surfaces protected with a shop applied AWWA C209 approved coating. All fittings, couplings, specials, and other exterior surfaces of buried piping not shop coated shall be tape wrapped in the field. All surfaces to be tape wrapped shall be thoroughly cleaned immediately before wrapping. Tape wrapping shall be two ply (half lap) application. 3.06 CLEANING: The inside of all pipe, valves, and fittings shall be smooth, clean, and free from blisters, loose mill scale, sand, and dirt when erected. All lines shall be thoroughly blown before placing in service. 3.07 TESTS: All specified tests shall be made by and at the expense of the Contractor in the presence, and to the satisfaction of, the Engineer or his representative. Piping shall be tested at the following pressures: Service Test Pressure Test Medium Water supply 150 psi water Other piping 1-1/2 times suitable fluid working pressure or gas --- but not less than 100 psi GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B DIVXSION ~S - I~CHANICAL PAGE SECTION XSL00 - MXSCBLLANEOU8 PIPXNG L5X00-6 Leakage may be determined by loss of pressure, soap solution, chemical indicator, or other positive and accurate method acceptable to the Engineer or his representative. All fixtures, devices, or other accessories which are to be connected to the lines and which would be damaged if subjected to the specified test pressure shall be disconnected and ends of the branch lines plugged or capped as required during the testing procedures. All necessary testing equipment and materials, including tools, appliances, and devices shall be furnished and all tests shall be made by and at the expense of the Contractor and at such time as directed by the Engineer. All joints in piping shall be tight. Ail joints which are found to leak by observation or during any specified test shall be repaired and tests repeated. END OF SECTION GINN & CASE, INC. GRAPEVINE CREEX SEWER TRUNXI~IN PROJECT 454/455 CITY OF COPPELLv APPENDIX GINN & CASE, INC. GP~PEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS APPEND~'X ~ DEFINITIONS OF TEI~8 GINN & CASE, INC. GI~APEVINE CREEK 8ENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TENAH PAGE APPENDIX ~ - DEFINITION OF TERMS ~PP-A-1 Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these specifications, in the _. contract, in the bonds, in the advertisement, or any other document or instrument herein contemplated, or to which these specifications apply or may apply, the intent and meaning shall be interpreted as follows: Addend&. The Owner reserves the right to issue addenda to the Project Manual prior to accepting bids for the work. Such addenda shall be and are hereby made a part of these Specifications and Contract Documents. Upon receipt of the addenda, the Contractor shall acknowledge their receipt by listing the addenda and signing the appropriate spaces in the Proposal. The failure of any bidder to receive any such addenda shall not relieve such bidder from any obligation under his bid as submitted. ~dvertisement. Ail of the legal publications pertaining to the work contemplated or under contract. ~Dproved Ecfu&l Substitutions. Several items in the Technical specifications and on the plans are specified by a manufacturer's brand name and catalog number followed by the phrase "or approved equal." This is not intended to unduly restrict competitive procurement or bidding, but it is done to assure a minimum standard of quality which the Engineer and Owner believe to be best for the item specified. If a Contractor wishes for a substitute item to receive consideration as an "approved equal," the Contractor and each item must meet the following requirements without exception: (1) An item to be considered as a substitute must meet the same substantial specifications of materials, fabrication or construction, dimension or size, shape, finish, performance standards, warranty or guarantee, and any other pertinent and salient features of quality as indicated in the manufacturer's specifications for the original specified item. (2) A sample of the item, along with a written request for consideration, shop drawings, and written specifications, must have been received by the Engineer a minimum of fourteen (14) days before the item is to be integrated into the project. The item will then be examined, and the Contractor will be notified in writing seven (7) days later whether or not the item is an "approved equal." The Engineer, acting for the Owner, shall be the final judge of whether or not an item submitted for consideration qualifies as an acceptable substitute. (3) Under no circumstances will an item be given consideration as an "approved equal" substitute later than fourteen (14) days before item is to be integrated into the project. After that date, all items will be constructed per the original GINN & CASE, INC. GRAPEVINE CREEK SENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEXAS PAGE APPENDIX A - DEFINITION OF TERMS APP-A-2 specifications. Likewise, unless certified as an "approved equal" per the time frame and requirements above, the successful Contractor will install all items per the original Plans and Specifications. Bidder. Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a proposal for the work contemplated. City. The City of Coppell, Texas, acting by and through (a) its governing body, or (b) its City Manager. Completion Time. The work shall be completed within the number of calendar days provided as part of the Bid Proposal. Contract. The written agreement covering the performance of the work. The contract includes the advertisement, proposal, specifications, including special provisions, plans or working drawings and any supplemental changes or agreements pertaining to the work or materials therefor, bonds, and all portions of the project manual. Contractor. The person, persons, partnership, company, firm association, or corporation entering into contract for the execution of the work, acting directly or through a duly authorized representative. Fees and Permits. This Contractor shall be responsible for securing and paying for all permits, fees, bonds, inspections, etc., as required by the City of Coppell, Texas. Intent of Plans and Specifications. The Contractor shall complete all work as provided for in this contract, including plans, drawings, and technical specifications. Anything mentioned in the Specifications and not shown on the drawings, or shown on the drawings and not mentioned in the Specifications, shall be included and shall be applicable. Record Drawings. The Contractor shall maintain a complete set of Contract Drawings in the field, upon which he is required to note in red, or other clear manner, all deviations, final dimensions, and explanatory notes arising out of actual work installed or performed in the field, and showing all changes arising out of performance of such work. Notes on these drawings shall indicate the installed locations and dimensioned clearances. A set of record (as-built) drawings shall be delivered by the Contractor to the Engineer at the completion of the Project. Measurements. Before ordering materials or doing any work, the Contractor shall in all cases verify measurements at the site or premises and check same against the Drawings. No extra charge or compensation will be allowed on account of differences between GINN & CASE, INC. GRAPEVINE CREEK 8EN~R TRUNEMAIN PROJECT 454/455 CITY OF COPPELL, TEXA~ &PPENDZ~ & - DEFINITION OF TEllS actual dimensions and measurements shown on the drawings. Any differences found shall be submitted to the Owner for resolution --- before proceeding with the work. Payment Bond. The approved form of security furnished by the Contractor and his surety as a guaranty for the protection of all claimants supplying labor and material in the prosecution of the work provided for in this contract~ said security shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. Performance Bond. The approved form of security furnished by the Contractor and his surety as a guarantee of good faith on the part of the Contractor to execute the work in strict accordance with the plans, specifications and terms of the contract, and that the condition for the period of time required~ said security shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. Plano Plans, or Drawings. Ail the drawings pertaining to the contract and made a part thereof, including any supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the work hereinafter authorized, or for showing details not shown thereon. Preconstruction Conference. Prior to commencement of the work, the Contractor shall meet with the Owner and the Engineer to develop mutual understanding relative to compliance with this provision regarding the construction of the Work. Proposal. The written statement or statements duly filed with the City of the person, persons, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved form on which the formal bids for the work are to be prepared. Proposal Guaranty or Bid Bond. The security designated in the advertisement and proposal, to be furnished by each bidder as a guaranty of good faith to enter into a contract with the City and execute the required bonds for the work contemplated after the work is awarded to him, and payment of damages upon his failure to enter into the contract. Punch List. The Engineer , upon receipt of written notice that work is ready for final observation will arrange to observe and shall observe for compliance of work with terms of the Contract Documents. During observation, the Engineer will prepare duplicate list of deficiencies noted, as a matter of record, and will give one copy to Contractor for his use in correcting said deficiencies. GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLv TEXAS PAGE APPENDIX ~ - DEFINITION OF TERMS APP-A-4 Delivery of such a "Punch List" to the Contractor by the Engineer shall not be construed by the Contractor as an acceptance of work not performed, nor as an acceptance of work not strictly conforming to Contract Document requirements; nor shall such list be construed as limiting work remaining to be performed by the Contractor for the Project. Special Provisions. The special clauses setting forth conditions or requirements peculiar to the specific project involved, supplementing the standard specifications, and taking precedence over any conditions or requirements of the standard specifications with which they are in conflict. Specifications. The directions, provisions, and requirements contained herein, together with the special provisions, supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the contract. Sureties. The corporate bodies which are bound by such bonds as are required with and for the Contractor. Said sureties engaged to be responsible for the entire and satisfactory fulfillment of the contract, and for any and all requirements as set out in the specifications, contract or plans. Temporary Water. The Contractor shall make arrangements to provide temporary water and shall pay all associated costs. The Work. Ail work, including the furnishing of labor, materials, tools, equipment, and incidentals, to be performed by the Contractor under the terms of the contract. Working Day. A working day is defined as: a calendar day including Saturdays, Sundays, or legal holidays in which weather or other conditions not under the control of the Contractor will permit the performance of the principal units of work underway for a continuous period of not less than 7 hours between 8 a.m. and 6 p.m. One day will be charged against the contract working time when weather conditions will permit 7 hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the contract. Nothing in this definition shall be construed as prohibiting the Contractor from working on Saturdays if he so desires and has the approval of the Engineer. Work on Sundays will not be permitted (except in cases of extreme emergency and then only with the written permission of the Engineer). END OF ~PPENDIX & GINN & CASE, INC. GRAPEVINE CREEK HEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TBF, A~ · .PPENDIX ~, BOILB INVESTIG&TION REPORT GINN & CASE, INC. GRAPEVINE CREEK BENER TRUNK MAIN PROJECT 454/455 CITY OF COPPELL, TEX~B -- SUBSURFACE EXPLORATION FOR GRAPEVINE CREEK SEWER TRUNK MAIN PHASE I COPPELL, TEXAS Prepared For Ginn and Case, Inc. Dallas, Texas May 4, 1992 SWL Report No. 91-586 Material~, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Sr.~r Drive · I~. O. Box 224~327, Dallae, Texea 7~5:m2~ · tel 4/631-~700 May 4, 1992 Ginn and Case, Inc. - 17103 Preston Road Suite 100 Dallas, Texas 75248 Attention: Mr. Gabe Favre Re: Subsurface Investigation Proposed Grapevine Creek Sewer Trunk Main-Phase I Coppell, Texas Draft of SWL Report No. 91-586 Dear Mr. Favre: Attached is our geotechnical report for the above referenced project. This investigation was authorized by Mr. Sanford W. Case on October 17, 1992. A report for Phase II is in progress and will be submitted as a separate report. It has been a pleasure to perform this work for you. If, during the course of this project we can be of further assistance, please do not hesitate to call on us. Clement~ Bommarito, P.E. t~i~y...,~ t~.~G~ Geotechnical Division Michael L Lester, P E Senior Project Manager Geotechnical Division CBB: MLL: eb Attachment HOUSTON · DALLAS · AUSTIN · BEAUMONT ! GALVESTON COUNTY · RIO GRANDE VALLEY · ALEXANDRIA SAN ANTONIO · F=ORT WORTH ·MIDLANO · MONROE · BHREVEF~ORT · TEXARKANA · OENISON · BATON ROUGE TABLE OF CONTENTS Page Project Information ................................ 1 Scope of Investigation ............................. 3 Field Operations ................................... 3 Laboratory Testing ................................. 6 Geology/Subsurface Conditions ...................... 7 Active Clays ................................... 9 Groundwater .................................... 10 Analysis and Recommendations Allowable Bearing Pressures .................... 11 Construction Considerations-Footing~ ........... 13 Trench Excavations ............................. 14 Construction Considerations-Trench Excavations..19 Trench Backfill ................................ 21 Limitations and Reproductions ...................... 24 APPENDIX Table 1 - Observation Well Readings .............. A-1 Figure 1 - Design Illustration Utility Trench Open Cut Configurations ........ A-2 Figure 2 - Earth Pressures for Temporary Braced or Tied Back Shoring .......... A-3 Figures 3A thru 3C - Boring Location Diagrams ............... A-4 thru A-6 Figure 4 - Soil and Shale Stratigraphy ............ A-7 Logs of Boring .................................... A-8 Sieve Analyses .................................... A-24 SUBSURFACE INVESTIGATION PROPOSED GRAPEVINE CREEK SEWER MAIN PHASE I COPPELL, TEXAS PROJECT INFORMATION The Phase I section of the sewer alignment will be approximately 13,300 linear feet of 30 inch diameter PVC sanitary sewer line. This line will begin at Denton Tap Road and extend in an easterly direction to MacArthur Boulevard. The line will generally run parallel and north of the St. Louis and Southwest Railroad alignment. The proposed sewer line will be approximately 30 feet deep as it passes under Denton Tap road on the western end of the alignment. As the line progresses east from Denton Tap Road it will enter the Grapevine Creek channel. The line will be installed in an excavation made in the bottom of the natural channel near Station 129+00, continuing eastward to approximately Station 91+00. This channel alignment will have trench excavation depths of approximately 6 to 8 feet. 91-586 -1- The proposed sewer line becomes parallel to an existing 12 inch sanitary sewer near Station 91+00. From this location, the line will continue east generally parallel to this existing sanitary sewer, within it's 20 foot wide easement. Anticipated depths of trench excavations required for the new line will be on the order of 24 feet and can be as deep as 34 feet, where it runs parallel to the existing sewer. As the line continues to the east, it gradually requires shallower cuts for installation, although the invert continues to drop in elevation at a 0.1 percent slope. At Moore road proposed cuts will be on the order of 14 feet deep. As the line approaches the SL&SW Railroad right-of-way near Mockingbird Lane, (about Station 36+85), it will turn and progress in a generally easterly direction parallel and approximately 80 feet north of the centerline of the railroad alignment. Trench excavation depths along this segment of the line will vary from approximately 6 to 28 feet. The line will progress under MacArthur Boulevard and extend approximately 200 feet east of MacArthur Boulevard to Station 0+00. Trench excavation depths along this area are anticipated to be on the order of 10 to 16 feet. 91-586 -2- SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) discuss subsurface and groundwater conditions along the alignment and how they will affect the proposed constructions, 4) provide allowable bearing pressures for manholes and other structures along the alignment, 5) provide minimum side slopes for trench excavations and pressure envelopes for braced shoring of trench excavations and 6) provide suggestions to complete backfill and finish work for excavations in the creek bottom. FIELD OPERATIONS A total of 22 borings were initially proposed to investigate subsurface conditions along the alignment. Due to the nature of site accessibility, property easement problems, and alignment relocations in some locations, work is in progress to complete the remaining borings. A total of 15 borings have been completed to date along the Phase I section. Five borings from the original proposal are not accessible and will not be drilled. Boring B1-9 is in the process of being completed and will be provided at a later date. Borings Bi-IA through B1-5A associated with relocation of the 91-586 -3- alignment will be provided in a supplement to this report. - Test borings were made at the site during the period January 29 to March 9, 1992, at the approximate locations shown on the Boring Location Diagram in the Appendix. Truck-mounted and all terrain vehicle (ATV) mounted auger drilling rigs were used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed specimens of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless Shelby tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Where cohesionless or very stiff clay soils were encountered, an indication of their engineering properties was obtained by means of the Standard penetration test. This test consists of determining the number of blows required for a 140 pound hammer falling 30 inches to drive a standard split-spoon sampler 12 inches into the soil. 91-586 -4- The consistency of the shales were evaluated during drilling by the Texas Highway Department (THD) Cone Penetrometer Test. This tests consists of determining the penetration of a 3-inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. Observation wells were installed in several of the borehole excavations after the boring was completed. These wells were installed to facilitate long-term water level measurements at these locations. Wells were constructed by installing 2-inch diameter PVC screen pipe from the bottom of the hole to within 18 inches of the ground surface. A blank PVC riser pipe was attached to the top of this screen to extend the well slightly above the ground surface. The screen pipe interval was backfilled with coarse sand to within a foot of the ground surface where a bentonite seal was provided to prevent surface water infiltration into the well. The results of the boring program are presented on the Logs of Boring in the Appendix. Observation well readings are provided on Table 1 in the Appendix. 91-586 -5- LABORATORY TESTING Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to laboratory tests under the supervision of this engineer. The boring logs were edited by this engineer to reflect visual examination of the samples and the results of laboratory testing. The in-situ unit weight and moisture content of the samples were determined and used in conjunction with the Atterberg Limits tests to evaluate the potential volumetric change of the different strata, and as an indication of the uniformity of the material. - Unconfined compression tests were performed on selected undisturbed samples of the cohesive soils. These tests were performed to evaluate the strength of these materials. The results of our testing program are presented on the Logs of Boring in the Appendix. Based on the results of these tests, the natural soils were classified using the Unified Soil Classification System (USCS) and these classifications are indicated on the logs. 91-586 -6- GEOLOGY/SUBSURFACE CONDITIONS The subsurface conditions encountered in the borings are presented on the Logs of Boring in the Appendix. Detailed descriptions of the various strata and their depths and thicknesses are given. A brief summary of the stratigraphy and geology indicated by the borings is given below. Subsurface conditions encountered along the alignment generally varied with location due to the close proximity of Grapevine Creek. Several of the borings encountered the clay soils and shales of the Eagle Ford Formation that outcrops along the alignment and is exposed in much of the creek bottom. In other areas, some or all of the Eagle Ford Formation has been eroded and replaced with sandy to silty clay alluvial soils associated with Grapevine Creek. Similar variation is anticipated along the sewer alignment as it generally follows parallel to Grapevine Creek. Fill soils were also present in Borings Bi-i, B1-8 and Bl-19. The fills typically overly the alluvial soils and Eagle Ford residual soils when encountered, and may be present between borings in other locations. Fill soils were encountered in Borings Bi-i, 8 and 21 along the 91-586 -7- alignment. These fills generally consisted of dark brown to brown clays and tan silty clays, with some brown tan and reddish brown clayey sands, sands and sandy clays present in Boring Bi-1. Based on visual examination of the samples, these fills extended to depths of 2 to 9 feet at these locations. Alluvial soils were generally present in all of the Borings along the Phase I alignment, with the exception of Borings Bl-18, 19 and 22. These alluvial soils typically varied from silty to sandy clays classifying as CL by the Unified Soil Classification System (USCS). Shallow (2 to 3 foot thick) surficial clayey sands were present at the ground surface in Borings B1-6 and B1-7. These alluvial soils generally graded to clayey sands, sands and sand and gravel mixtures with depth and these materials classify as CL, SC and SP, respectively by the USCS system. These alluvial soils typically were a combination of tan, brown and gray in color. The alluvial soils extended from the ground surface to boring termination at 18 to 20 feet in Borings B1-7, 8, 10, 11 and 12, and continued to gray shales in Boring B1-6 at a depth of 14 feet. In the remaining borings, the alluvial soils were underlain by residual clay soils of the Eagle Ford Formation. 91-586 -8- Residual soils of the Eagle Ford formation typically consist of dark brown clays grading to tan and gray to grayish-brown clays and shaly clays with depth. These soils typically classify as CH by the USCS system. The clays were encountered at the ground surface in Borings Bl-18 and 22, continuing to shale or boring termination _ in these locations. These clay soils were also present beneath alluvial soils at depths varying from 2 to 3 feet in Borings Bl-15, 16, and 17, and below 7.5 to 17.5 feet in Borings Bi-i, 14, 20 and 21. The shales and clayey shales of the Eagle Ford Formation were encountered in Borings Bi-i, 6, and 15 through 18. The shales are generally dark gray in color and are sometimes overlain by similar weathered clayey shales. Although not encountered in the borings, thin seams and layers of bentonite can be present at various depths in the shales of the Eagle Ford Formation. The shales and clayey shales were encountered at depths of 9 to 22 feet and continued to termination of these borings 19 to 30 feet below the existing ground surface. Active Clays The Atterberg limits series tests indicate that the 'clay soils encountered at this site area are active. Active 91-586 -9- clays are subject to moisture induced volume changes (expansion and contraction) with fluctuations in their moisture content. Groundwater Groundwater seepage was encountered in all of the borings along the alignment, with the exception of Borings Bi-10, 15 through 18, and 22 where no seepage was observed. Groundwater observations at individual boring locations are indicated on the Logs of Boring in the Appendix. Water level readings in the observation wells are presented on Table 1 in the Appendix. Seepage observations and water level readings generally indicated water is present in the alluvial soils where these soils overly shale, or the sandy soils extend down to relatively deep elevations. Seepage is typically present above the shales and residual shaly clays of the Eagle Ford Formation. Water can also be present at various depths in existing fill materials (i.e. Boring Bl-19) . Water levels will tend to fluctuate due to seasonal variations in rainfall and fluctuations in the water level in Grapevine Creek. Water seepage will most likely 91-586 -10- be encountered in the sandy alluvial soils. The possibility of encountering seepage increases in locations closer to the creek. ANALYSIS AND RECOMMENDATION Allowable Bearing Pressures Subgrade soils and rock beneath structures such as manholes located along the alignment will vary with location and the depth of the proposed sewer line. Suitable bearing pressures for these structures will depend on the type and condition of bearing materials present. In most cases, either clay soils or shales will be present. In some locations, the base of these - structures may be founded in sandy soils. Where fill soils are encountered, it will be necessary to extend footing excavations for the structures through these fills and at least 2 feet into the natural soils. From Station 0+00 to between Station 15+20 (Boring Bl-19) and Station 20+20 (Boring Bl-18), the invert elevation of the proposed sewer line will generally be located in clay soils. These clays are stiff to very stiff in consistency. A maximum allowable bearing pressure of 2,000 pounds per square foot (psf) should be used to proportion footings or structure bottoms situated in the 91-586 -11- natural clays through this section of the alignment. This bearing pressure includes a factor of safety of at least 3 against general shear failure. West of Station 19+00, the invert of the proposed line will begin to penetrate into the deeper shale strata. These shales generally continue to the west to between Station 34+70 (Boring Bl-15) and Station 41+75 (Boring B1-14). Th ese shales are considered hard in consistency. A maximum allowable bearing pressure of 5,000 pounds per square foot can be used for footings or structure bottoms bearing in undisturbed shale along this section of the alignment. A factor of safety of at least 3 is also included in the allowable bearing value given for these materials. As the alignment continues westward to Station 91+00 (where it will enter the creek bottom) the invert of the sewer line will again be located in clay soils. These clays tend to be more sandy in nature and in some areas, structures bearing near the invert elevation could be situated in sands and gravels, although these materials were not encountered in our boring locations. The sandy to silty clays are generally stiff to very stiff in consistency and footings bearing in these materials can 91-586 -12- be proportioned using an allowable bearing pressure of 2,000 pounds per square foot. This bearing pressure includes a factor of safety of at least 3 against a general shear failure. From Station 91+00 to approximately Station 129+00 the alignment will be located in the creek bottom. Based on our visual observations at the site, the creek has eroded most of the overburden soils and has exposed the underlying shales. Structures such as manholes located along this alignment should also bear in these shales. The remaining section of the alignment from Station 129+00 to the end of the Phase 1 alignment at Station 132+93 will no longer be located in the creek bottom, but cuts for this line will most likely still penetrate into the shale strata. A maximum allowable bearing pressure of 5,000 pounds per square foot can be used in footings bearing in undisturbed shale along this section of the alignment. A factor of safety of at least 3 is included in the allowable bearing value given for the shale materials. Construction Considerations-Footings Excavation of the footings, placement of concrete and steel, and any required backfilling should proceed in as 91-586 -13- continuous a manner as practical. This will serve to minimize deterioration of the bearing surfaces. Footing excavations should be maintained at/or near their in-situ moisture levels prior to concrete placement. Any bearing surface subjected to ponding of water should be excavated to firm ground immediately prior to concrete placement. If bearing soils are allowed to become dry, post-construction movement of footings can occur due to volume changes in the active clays. Footing excavations which will remain open for more than 48 hours should be protected by a seal slab of footing strength concrete. Individual footings may be square, round, or rectangular and should maintain a minimum width of 3 feet. Concrete should be placed directly against the sides of footing excavations with no loose or pervious backfill placed below the level of the general excavation and around the structure. Trench Excavations Excavations along the proposed alignment will encounter a variety of conditions including clays, sandy soils and shales. In most areas, overburden soils will be penetrated near the ground surface. In the deeper excavations, the underlying shales may be encountered. 91-586 -14- Shales will also be present from Station 91+00 to Station 129+00, where the alignment will be located in the creek bottom and excavations will generally encounter little or/no overburden soils. In general, most trench excavations will not exceed 20 feet. In areas where excavations will be greater than 20 feet, shale will be encountered before the excavations reach the 20 foot depth. It is our understanding that all excavation operations for the project will be short term and therefore excavations will not remain open for more than a few days. The overburden soils encountered in trench excavations along most of the alignment will consist primarily of clays, silty clays and sandy clays. The more plastic residual clay soils are predominate east of Station 34+70 (Boring Bl-15) and sandy to silty clay alluvial soils are predominate to the west of this location. Some clayey sands, silty sands and sand and gravel mixtures may be present in the lower horizons of the alluvial soils, with the coarser grained soils generally occurring with depth. The underlying shales will generally be encountered in trench excavations west of Station 19+00 and continue to 91-586 -15- the west to between Station 34+70 (Boring Bl-15) and Station 41+75 (Boring Bl-14). A significant portion of the overburden soils will be fill material where the new sewer runs parallel to backfill for the existing sewer line. _ The clays and clay fill materials are subject to caving and must be sloped or braced in the interest of safety. The gray shales contain fractures and possible bentonite layers and should also be sloped back or braced. Excavations in the firm unweathered gray shale can be cut on near vertical slopes for short periods; however, due to the presence of possible joints, bentonite seams and - old fault planes, they should be shielded or very carefully monitored by qualified personnel to identify areas which could require additional support or bracing. Along a significant portion of the alignment, it is anticipated that groundwater will be encountered. Based on the results of the boring program, this ground water appears most likely east of Station 20+20 (Boring Bl-18) and west of Station 34+70 (Boring Bl-15). This ground water will primarily be moving in the overburden soils above the shale and/or in existing fill materials. Excavations in the creek bottom may also encounter 91-586 -16- seepage in joints and fissures in the shales, but we anticipate water in these excavations will most likely be associated with surface flow in the creek. The quantity of ground water will also be influenced by seasonal conditions. During periods of seasonal rain, greater quantities of ground water should be expected. Seepage in the clays soils will most likely occur in joints and fissures in these materials and can often be controlled by perimeter ditches in the trench. Seepage in the sandy alluvial soils is expected to be more significant and dewatering techniques such as well points could be required, particularly if construction proceeds during a wet period of the year. Excavation slopes of 1.5 horizontal to 1 vertical or flatter will be required if water levels are not lowered below the bottom of the trench excavation. Care must be taken when excavating near and below any existing utility trenches. The backfill materials for these lines may be loose and saturated. Careful observations will be required to determine if changes in the side slopes or temporary bracing are necessary. Where gravel backfill materials are encountered, sloughing and caving of these materials will require that 91-586 -17- they be sloped flatter than indicated or that continuous shoring is used. Design illustrations for temporary trench excavation slopes are presented on Figure 1 in the Appendix. As indicated on this illustration, different side slopes are recommended based on the material type present. An earth pressure envelope for temporary shoring of the trench excavation is presented on Figure 2. Surcharge loads (due to traffic, equipment, spoil material, etc.) must be considered when they are located closer than three feet or one-half the depth of the excavation. A minimum surcharge equivalent of two feet of soil is recommended. Therefore, the depth to the bottom of the excavation (H) or the depth to unweathered rock (H) should be increased by two feet or more. For calculation of surcharge loads, use of a soil unit weight of 125 pounds per cubic foot is recommended. Excavations made in close vicinity to existing structures may require use of retention systems to prevent excavation limits from encroaching on these structures. It should be recognized that movement of the ground behind the retention system will occur. The extent of 91-586 -18- movement and any resulting damage is highly dependent on the workmanship and procedures used in constructing and removing the retention system. This office should be contacted to evaluate existing structures with foundations bearing within a 1 horizontal to 1 vertical slope from the base of the proposed excavation. Underpinning of the nearby portions of the existing structures may be necessary to reduce potential movements of these structures. Construction Considerations-Trench Excavations In the event a trench box is utilized, the manufacturer of the box should certify that the trench box will resist an active earth pressure of 85 pounds per square foot per foot of depth. SwL also emphasizes the importance of continuous observations by qualified geotechnical personnel during trenching or excavation operations at the site. These observations are required to verify that the conditions encountered are as anticipated, that side slopes are as recommended, or that shoring is as specified. The relatively rapid excavation and cover process associated with pipe installations will require that these personnel be capable of making on site decisions regarding changes 91-586 -19- in the side slopes or shoring or that work in a given area should be halted until additional investigations and analyses can be performed. Pressure diagrams and slope configurations represent recommended design approaches consistent with generally accepted practice. Proper monitoring during construction must be provided to verify the subsurface conditions and confirm that these recommendations are applicable. Any changes in subsurface conditions must be evaluated to determine if adjustments are necessary in shoring or slope configurations. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. The contractor is responsible for construc- tion site safety through the means, methods and sequencing of construction activities. 91-586 -20- Trench Backfill We recommend that utility trenches be backfilled in lifts with density controlled compaction to prevent unusual settlement. We do not recommend the use of jetting, even if granular (sandy) backfill materials are used. All trenches and excavations should comply with OSHA and state law requirements for trench safety. Where trenches are located in existing and/or proposed paving and structure areas and trench backfill is made with on-site swelling soils (PI >20), we recommend the fill be placed in loose lifts less than 9 inches thick, compacted between 93 percent and 98 percent of Standard Proctor density (ASTM D 698) at optimum moisture to five percent above the soil's optimum moisture content. Where backfill will exceed four feet in depth, minimum compaction of deeper backfill material should be increased to between 95 and 100 percent. Properly compacted fill sections up to 20 feet deep could settle on the order of 2 to 3 inches after construction. Granular, generally non-active to slightly active, soils (PI < 20) should be compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698). Granular soils should be placed in loose lifts 6 to 9 inches thick and 91-586 -21- compacted from -2% to +3 percentage points above their optimum moisture content. Use of very granular free-draining soils (coarse sands, sand/gravel mixtures, or gravel) which could trap and hold water in utility trenches should be avoided in areas where the surrounding soils are predominately clay materials. Current land use along some sections of the alignment consist of open areas with no present structures, paving or planned future construction. Trench backfill in these areas can be placed in loose lifts less than 9 inches thick and compacted to a minimum of 90 percent of Standard Proctor Density (ASTM D-698) near optimum moisture content. Trench backfill placed in this manner could be subject to future settlement, particularly in deep trenches. As previously indicated, the sewer line will be installed in the bottom of the natural channel from approximately Station 91+00 to 129+00. Much of this segment of the sewer line will require cuts into the exposed shale. It is our understanding that the proposed trench excavation for this sewer be backfilled to within 1 foot of the surface with Portland cement concrete. Several methods are being considered to backfill and finish the upper 1 91-586 -22- foot of this trench to provide as natural an appearance as practical after completion of the work. ..... Erosion of the creek bottom is a continuous process, and will occur regardless of whether or not the proposed sewer is installed. Erosional water flow that occurs in the bottom of the creek channel will have some undesirable affects on the appearances of the creek - bottom. Differences in the durability of the natural and undisturbed shales, concrete, rock or any other materials used as backfill in the upper portions of the trench will result in uneven erosion of the creek bottom. To our knowledge, methods are not available to prevent differential erosion caused by disturbance and installation of new or reworked materials in the bottom of a natural creek. Several methods of finishing the surface of the trench backfill can be considered to attempt to reduce this problem and to try and maintain a naturally appearing creek bottom: 1. Place a concrete or cement grout mixture tinted to match the shale to complete the remaining - backfill in the trench excavation. The surface of this concrete or grout can be finished to appear similar to the texture of the existing creek bottom and should be finished slightly below the level of the creek bottom to allow for later erosion of the adjacent shale that has been disturbed. The surface of the concrete 91-586 -23- should be concave downward to try to channelize the creek on this concrete during periods of low flow since it is a more errosion resistant material. 2. A gabion mat can be installed in the upper 12 inches of the creek excavation. This gabion mat will eventually trap soil fines moving along the creek and give a more natural looking appearance. 3. Installation of reworked shale can be considered as a temporary measure of finishing the surface during construction. Reworked shale is highly erodible and this method should only be considered if the creek bottom will be evaluated at a later date and necessary measures are taken to repair eroded areas and control future erosion. Stabilization of the shale with Portland Cement can be considered as a means of slowing the erosion process. - Use of any of the above methods does' not eliminate the differential erosion problems but are considered as a means to attempt to reduce this problem. The method of excavation used for trenches will also have a significant affect on the final appearance of the creek bottom. Some means of cutting the limits of the excavation before shales are removed would help reduce disturbance of the shale beyond limits of the excavation. LIMITATIONS AND REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with the 91-586 -24- assumption of uniform variation in the soil properties between borings. Should any conditions at variance with this report be encountered during construction, this office should be notified immediately so further investigations can be made and supplemental recommendations can be given. ..... The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for foundation design and trench _ safety purposes only and that verification of the subsurface conditions for purposes of determining - difficulty of excavation, trafficability, etc. , are responsibilities of others. This report should not be used as a construction specification but as a guide for developing final foundation and excavation plans and specifications. Analysis performed by: Clement B. Bommarito, P.E. 91-586 -25- TABLE 1 OBSERVATION WELL READINGS GRAPEVINE CREEK SEWER TRUNK MAIN COPPELL, TEXAS Depth Depth Depth Depth Depth Well to water to water to water to water to water No. 2/14/92 2/18/92 2/27/92 3/10/92 3/23/92 Bi-1 - 17.1 16.5 16.3 15.9 B1-7 10.2 10.1 10.2 9..2 10.0 Bl-14 - - - 0.2 2.1 Groundwater conditions during drilling: Bi-i: Seepage at 17' during drilling, Water at 26.5' at completion B1-7: Seepage at 12.5' during drilling, Water at 16' at completion Bl-14: Seepage at 15' during drilling, Water at 2' after 2.5 hours SLOPING BENCHING CONFIGURATIONS SIMPLE SLOPE COMPOUNB SLOPE IN LAYERED SYSTEM .. MAX.sLoPEALLOWABLE. .// / LAYER  . ~/~v LAYER ///H~ V LAYER MULTIPLE BENCHES COMPOUND PROTECTION MAX. ALLOWABLE / ~_5 /~V SLOPE FOR NATURAL / 'MAX. · [ __ ~5' MAX. WEATHERED 1.5' 2 SHALE / :5' MAX. ! ~ SHALE SUPPORT OR /~1~2 SHIELD SHALE SYSTEM MAX. ALLOWABLE SLOPE (H:V) SOIL/ROCK TYPE 12 FT. OR LESS I 12 - 20 FT. CLAY FILL 1:1 1.5:1 GRANULAR 1.5:1 1.75:1 NATURAL CLAYS OR 0.75:1 1:1 WEATHERED SHALE SHALE 0.5:1 0.5:1 NOTES: 1. NO EQUIPMENT OR SPOIL NEARERTHAN 3FT. OR ONE-HALF THE DEPTH OF EXCAVATION. WHIOHEVER IS GREATER. TO THETOPOF SLOPE.' g~OUTHWESTE.N LABOI=IATDIClIEB 2. ASSUMES ABSENCE OF GROUNDWATER. SEEPAGE CAN REQUIRE ADJUSTMENTS IN FIGURE 1 THE SLOPE ANGLES AND I OR DEWATERING. 3. NO SLOPE EXPOSED FOR MORE THAN 72 HOURS. DESIGN ILLUSTRATION 4. FIELD OBSERVATIONS BY A QUALIFIED UTILITY TRENCH OPEN CUT GEOTECHNICAL ENGINEER REQUIRED. CONFIGURATIONS 5. ASSUMES MAXIMUM OVERBURDEN SOIL SLOPE HEIGHT OF 2O FT. GRAPEVINE SEWER TRUNK MAIN - PHASE I SWL 91 - 586 COPPELL. TEXAS SURCHARGE (ASSUME 2') '-- TOP OF SUPPORTED ~ A. AVERAGE CONDITION, ADJACENT TERRAIN GENERALLY BANK ~ FLAT AND NOT STEEPER THAN 5 ho~.: I yen. , / p-40(H+2) H BOTTOM OF EXCAVAT!ON SURCHARGE / B. SLOPED BACKFILL OR EXCAVATION NEAR CREEK EMBANKMENT  p=4OHe H~ He ~'H ( 1+ 2 vi h) ~H (1+0.o4~) o~ He=,H~ +2 H WHICHEVER IS LESS ¥ ~ , I C..EAWSURCHARGE I / p-40(H+Hq)+ Pq A | W (I- 0.6 x 0.SW .q Pq. -) < H H(~t+x) H' -- H(~+x) Pq CAN BE DISREGARDED WHEN x~_H ~ I /~- LENGTH OF EQUIPMENT OF UNE LOAD P · IN THE DIRECTION OF THE TRENCH W - TOTAL FORCE EXERTED BY WEIGHT OF EQUIPMENT OR LINE LOAD NOTES; 1. NO EQUIPMENT OR SPOIL NEARER THAN 3' OR ONE- HALF THE DEPTH OF EXCAVATION, WHICHEVER IS GREATER, TO THE TOP OF EXCAVATION, UNLESS SYSTEM IS DESIGNED FOR SURCHARGE LOADS. 2. IF WHEEL SPACING IS WIDE, pq SHOULD ALSO BE CHECKED FOR DISTANCE x = DISTANCE FROM EDGE OF EXCAVATION TO CLOSEST WHEEL AND W = WEIGHT SUPPORTED BY CLOSEST WHEEL. 3. ASSUMES ABSENCE OF HYDROSTATIC PRESSURE. GROUNDWATER SOUTHWESTERN I.ABORATORIES MAY REQUIRE ADDITIONAL BRACING Off DEWATERING. FIGURE 2 4. CONTINUOUS OBSERVATIONS BY QUALIFIED GEOTECHNICAL EARTH PRESSURES FOR PERSONNEL REQUIRED. TEMPORARY BRACED OR 5. H I" FEET. TIED BACK SHORING GRAPEVINE SEVVER TRUNK MAIN- PHASE I 6. BASED ON A MAXIMUM DEPTH, H OF 20 FEET. COPPELL, TEXAS SWL 91 - 586 NOTE: BORING LOCATIONS ARE APPROXIMATE B-2 THRU B-5 NOT DRILLED-INACCESSIBLE PI~OJECT /TITLE SITE LOCATION SHEET I OF 3 PROPOSED GRAPEVINE SEWER TRUNK MAIN COPPELL, TEXAS FIGURE 3A STA. 4 NOTE: BORING LOCATIONS ARE APPROXIMATE ' ' -- B-9 NOT DRILLED- INACCESSIBLE pr~OJ£CT /TITLE srrE LOC~TK)N SHEET 2 OF PROPOSED GRAPEVINE SEWER TRUNK MAIN COPPELL, TEXAS BORING LOCATION DIAGRAM SWL 91 - 586 SCALE: 1' = 300' */- DATE: 031 17192 I DRAWN BY: CD FIGURE 3B STA :54-$8_ ~ · ~3\ STA. O+40 /' PROPOSED SEWERLINE .~/~ .~_ .~l- ~*"" , ,._~,-~o~.~,_.~_, ..... __?~,-~ mI S.L. 81 S.W. RAILROAD I / NOTE: BORING LOCATIONS ARE APPROXIMATE PIK:)JECT IT.rE SIIE LOCATION SHEET 3 OF 3 PROPOSED GRAPEVINE SEWER TRUNK MAIN COPPELL, TEXAS BORING LOCATION DIAGRAM SWL 91 -586 I SCALE: 1' = 300' +,- DATE: 03,17,92 I DRAWN BY: CD '-- FIGURE 3C LEGEND:. (~) FILL MATERIALS (~) SITY TO SANDY CLAYS. STATION 130-75 CLAYEY SANDS, CLAYS wi SAND 490B_~NGn,~, B1 I (~ CLAYS & SHALY CLAYS ~ (~) SANDS, SILTY SANDS (~) GRAY SHALE 480 - (~ .,~ '~ SEEEPAGE ENCOUN'T'EFIED WATER AT COt&PLETION ~ GROUND SURFACE S4 * 70 ~ LATEST LONG TERM WATER 470 78+2~ ~'/ 73.40 / AT BORING LOCATION B!-15 -- -- ~ B! - 6 LEVEL READING B1 8 61+73 56+73 51.75 41.75 .~ B1-17 460 - -~ B1-10 B1 11 20*20 15 *20 __~/_.. '"'" ) B1 19 10+ 20 B1-21 0+40 DRY ~ DRY ~ J__ DRY ~ P.o~os~ se~. co-P. co-P. mY ~ co.P. ~ ® '~'""//..~ DRY COMP. 420- 410 - FIGURE 4 SOIL & SHALE STATIGRAPH¥ GRAPEVINE CREEK SEWER TRUNK MAIN PHASE I COPPELL, TEXAS SWL 91 - 586 LOG OF BORING STA. 130+75 PROJECT: Sewer Trunk Hain-Phase 1 BORING NO.:BI-1 CLIENT: Ginn and Case, Tnc. LOCATION: Coppell, TX DATE: 2-11-92 TYPE: Auger CASED TO: GROUND ELEV: Brown, tan and reddish brown sandy clay and clay (l~ill) 22 105' I 5- | ~(Fill) / '_20 ......................................................... ...1 Dark brown-to brownish gray I ~silty clay w/traces of reddisl~ ~ \~brown sandy clay (Fill) 10- \T. an sand and dark gray clay / __21 .... A0_6__~___Ag____2.~ ............ _~_~_6__1_0____A_2_:_9_ \ ~,Fill) // . · ~Dark gray silty clay w/ ~ 15 121 3,260 11.3 1 5 - ' ~alcareous nodules (CL) / Tan, brown & gray sandy clay o clayey sand w/pebbles / CL- $C') / ~0--~51 ~)and gray silty shaly cla~/ ' ' . Dark grayish brown clayey 3/4" /shale ............................................................... . 25- i ~ _ [" Gray shale ¢ Bo- \ / ............................................................... Boring terminated at 29.0' 35- Note: Observation well ................................................................ installed after completion. PROJECT NO. : 91-586 A-8 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA. 78+25 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-6 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 2-10-92 TYPE: AuFer CASED TO: GROUND ELEV: _+467 Brown clayey sand to sandy clay 15 113 (SC-CL) Brown to dark reddish brown 96.0 5- silt~ clay w/trace of sand (CL) _20_ ......................................................... Tan, bro~ and gray silty clay 18 114 49 21 28 w/calcareous nodules & iron ore ~O deposits (CL) 17 ~ Tan and gray sandy clay (CL) 15 ~ 2" 100 Gray shale 20- , II ............................................................... lOO - 3" 25 100 Boring terminated at 25.0' PROJECT NO. : 91-586 SOUTHWESTERN LABORATORIES INC. A-9 LOG OF BORING STA 73+40 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: B1-7 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 2-10-92 TYPE: AuRer CASED TO: GROUND ELEV: _+465 Bro~ clayey sand (SC) 11 18 17 1 Dark brown silty clay w/iron 23 102 or~ pebbles (CL) 23 101 46 22 24 4,220 6.3  Brown sandy clay (CL) 17 110 59 21 4,580 i9.4 10 - - ..................................... A-~ ................... Tannish brown silty clay (CL)_ I ~ 15- \ /--~ ............... =~ .............. A0~ .................... t / I Tannish brown sandy silty clay I to clayey sand w/iron ore pebbles ] 20 · \& calcareous nodules (CL-SC)/ I ~I Light brown silty clay w/ / calcareous nodules (CL) / 25- Boring termianted at 20.0' ................................................................ Note: Observation well installed after completion. 30- 35- ' I PROJECT NO. : 91-586 A- 10 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 68 + 3O PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bi-8 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 3-9-92 TYPE: Sample CASED TO: GROUND ELEV: _+461 Dark bro~ ciay and tan 26 94 4,000(P) siity ciay (Fili) 4,000(P) 20 101 2,410 5.3 5 Gray and tan ciay with 16 118 39 16 23 7,000(P) interbedded sandy ciay (CH-CL) 10 ............................................................... --ILl Tan clayey sand with trace 15 33 ._. 15~ gravel (SC) .................... ~ ......................................... Grayish brown and light yellowish brown silty shaly 20 c]my %~; 6,000(P) i Boring terminated at 20.0' PROJECT NO.: 91-596 SOUTHWESTERN LABORATORIES lNG. A-ii LOG OF BORING STA 66+75 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.' BI-10 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: ._1._-.3.1~91 TYPE: Aug~r CASED TO: GROUND ELEV: +462  TUBE AUGER ' SPLIT. ROCK THD NO ~ SAMPLE . SAMPLE : S~OON CORE CONE RECOVERY. ~ m Seepage at 10'; dry at completio ~ c[av (C~) ~trace sand (CL) J:I iI :3,000(P) 5~ Grayish tan sandy clay (CL) " 10-- ~ Tan and gray sandy clay (CL) ~ -becoming very sandy with depth Tan and gray silty cl~y ~ith trace to little sand (CL) i ,, 20-- Boring teminated at 18.0' ................................................................ . ~ l 40- : ' ' ' ' 45 * -~ I PROJE¢I NO. - 91-586 A- 12 SOUtHWEStERN L~BORATORtE$ tNC. LOG OF BORING STA 56+75 PROJECT: Sewer Trunk Main-Phase i BORING NO.: Bi-ll CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 1-31-91 TYPE: AuRer CASED TO: GROUND ELEV: +458.5 . _ o o ~ Q 0 - O [,ooo(~)" Dark grayish bro~ clay 25 94 54 22 32 2,550 6.8 with trace sand (CH) ~- ~yish t~n silt~ ela~ ......................................... t.~Ofl{~J_ with trace sand (CL) Gray and tan sandy clay (CL) 20 108 53.02,000(P)  15 .5~000(?) 15- Tan and gray sandy clay .............................................................. with gravel (CL) 5,000(P) Boring terminated at 18.0' --- PROJECT NO. : 91-586 A- 13 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 51+75 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-12 CLIENT: Ginn and Case, Inc. LOCATION: Coppex-, TX DATE: 1-31-91 TYPE: Auger CASED TO: GROUND ELEV: +-458.0 - =o~ e · :2 ,-, Grayish brown sandy clay (CL) 18 106 57.5 3,000(P) Grayish tan clay with trace 3,500(P) to little sand (CH) 20 106 53 21 32 4,500 4.6 5............................................................... 5,500(P) 23 5,000(?) Tan and gray sandy clay 3,000(P>  18 36 15 21 _ 15 ..................... = ........................................... 6,000(P) 20- Boring terminated at 18.0' .............................................................. PROJECT NO. : 91-586 A-14 SOUTHWESTERN LABORATORIES lNG. LOG OF BORING STA 41 +75 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-14 - CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 3-q-q? TYPE: S=,~pl= CASED TO: GROUND ELEV: +458 m ~ ~ ~ Water at 2' in 2.5 hours ~ ~ = ~ ~ ~ ~ 8 ~ ........................................... _~,~D~ ....... 2~500(~D Tan and gray shaly clay (CH) .. 15 - ~ ..................... : .................... Boring terminated at 16.0' 20- [ Note: Observation well .............................................................. I installed after completion. I PROJECT NO. : 91-586 A-15 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 34+70 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-15 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 2-_01-91 TYPE: AuRer CASED TO: GROUND ELEV: +468 .°F 8 · Grayis.h tan silty c.Lay ((.;.b) 1,_500(P~' 1,500(?) Dark grayish tan shaly clay 28 94 b§ 27 3N A,~O(P) 19 9,000(P) (CH) w/trace to little silt 5- Tan and brown clay with limy pebbles (CH) 22 106 11,760 5.8 9.000(P) 10 - ~ 3" .............................................................. 100 Gray shale 15 - ~ .................... = ......................................... -- 100 20- ~ ............................................................... 100 25- , 1~" 100 30 100 Boring terminated at 30.0' PROJECT NO. : 91-586 A-16 SOUTHWESTERN 1.4BOFIATORIES INC. LOG OF BORING STA 30+20 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-16 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 1-31-92 TYPE: Auger CASED TO: GROUND ELEV: +463 o - O z = O 2 Grayish tan sandy clay (CL) 25 93 79.7 2,460 6.9 2,5O0(?) 18 5- Tan and brown clay (CH) 7,500(P) with limy pebbles 9,000(P) 22 99 71 32 39 8,610 5.6 9,000(?) 0 ............................................................... J Gray shale -1 3/A" 157 ~100 .................... = .......................................... i 20 - ~100 ................................................................ _1!" 25 - ~1~)0 Boring terminated at 25.0' PROJECT NO. : 91-586 A-17 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 25+20 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-17 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, DATE: 1-30-91 TYPE: Auger CASED TO: GROUND ELEV: +459.5 Grayish tan sil<y clay w/little 29 91 82.8 3,000[P)3.000 sand (GL) 29 89 22230(p) 4.8 5-- pebbles (CH) 22 98 67 31 36 9,000(P) Tan clay with trace calcite (CH) 9,000(P) 0 ............................................................... Gray shale -3/4" 20 - ~100 25 : nn Boring terminated at 25.0' PROJECT NO. : D1-586 A-18 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 20+20 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: Bl-18 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 1-30-91 TYPE: Auger CASED TO: GROUND ELEY: !456.5 ~ o~{~{ ~ 2.5 hours after completion ~ ~ ~ ~ ~ ~ 1,000(P) Grayish brown clay with trace 28 67 27 40 90.1 2,500(P) sand (CH) 95 7 9,o <p) ' 9,000(P) Tan and brown clay with 10- calcareous traces (CH) ,25 95 65 35 30 7,180 4.1 { 15-~- Grayish brown and tmn clajf (CH) 19 9,000(P) Gray shale -- 1 3/4" ~ z0u Boring terminated at 19.0' PROJECT NO. : 91-586 A- 19 SOUTHWESTERN LABORATORIES lNG. LOG OF BORING STA 15+2o PROJECT: Sewer Trunk Main-Phase i BORING NO.: Bi-19 CLIENT: Ginn and Case, Inc. lOCATION: Coppell, TX DATE: 1-30-91 TYPE: Auger CASED TO: GROUND ELEV: +_447.0 D ~ I ~ completion o o ~ Grayish bro~ to bro~ish tan 27 50 20 30 83.7 1,000(P) 2,000(~) clay w/trace to little silt 3,500(P) and sand (Fill) 21 23 101 55 21 34 93.2 4,800 9.2 Dark gray clay (CH) 4,000(P) 15- ~ Gray clay (CH) 33 86 78 28 50 2,500(P) [] 20- Boring terminated at 18.0' .............................................................. 25 -~ ............................................................... PROJECT NO. : 91-586 A-20 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 10+20 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: B1-20 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE: 1-30-91 TYPE: Auger CASED TO: GROUND ELEV: +445.0 Bromish tan silty clay with 21 98 42 23 19 68.51,O00(P) sandy clay layers (CL) 20 104 ~:~88(P) 8.4 4.000(P) Dark gray clay (CH) 29 92 69 30 39 4,500(P) ~ 0 .......................................... ~ .................... Grayish bro~ clay with lime ~5- ~ ~races (CH) __~ .... ~_ ............................. ~_~_ ...... ~_~__ - 20-I i Tannish brown clay with trace ......................................... .4_:_U__U__O_(__~_)_ ........ I little sand (CH) to I 4,000(P) Boring terminated at 24.0' PROJECT NO. : 91-586 A-21 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 5+20 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: B1-21 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX DATE:,., 1-2!)-91 x TYPE: Augor CASED TO: GROUND ELEV: +446.0 ~ [ g ~ ~ Seepage 9', water at 9' at ~ O m~ o~-o= ~ ~ completion, water at 9' in 6 hrs.~ ~ ~ O~ ~ ~ ~ 22 101 54 23 31 2,000(P) Bro~ish tan and gray clay with some sand (CH) 5,000(P) (upper 2' possible fill) 21  18 108 69.7 6,000(P) ~Tan sand (SP) ~ ............................................................... 10- Dark gray clay (CH) 27 g5 3,140 3.6 Boring te~inated at 12.0' PROJECT NO. : 91-586 A.-22 SOUTHWESTERN LABORATORIES INC. LOG OF BORING STA 0+40 PROJECT: Sewer Trunk Main-Phase 1 BORING NO.: B1-22 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, TX 2_-Ol-ql TYPE: A~tger CASED TO: GROUND ELEV: +_443 DATE:= .m =o-~ ~ ~ = '" Dry at completion =~ ~ m - ~ ~ Z- 4,500(~) 22 too 2,380 5.2 4,000(P) Grayish tan clay with trace silt and li~y pebbles (CH) 27 97 61 27 34 3,240 4.4 ~orinB te~i~ated at PROJECT NO. : 91-586 A-23 SOUTHWESTERN I.~BORATORIE$ INC. GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openings in InchaI U.S. Standard Sieve Numbers I-lydmmeter 90 -.,--' 80 20 "- '~ 70 50 ~ ,", 60 40 ._c50 50 .~- ~ 0 > Q_ 40 60 ~ 30 70 a. 20 80 10 9O 0 5 2 5 2 5 2 ~ 2 5 2 1 O0 100 10 1 0.1 0.01 0.001 Grain Size in Millimeters GRAVEL SAND Coarse I Fine CoarseI Medium I Fine SILT or CLAY SYMBOL BORING DEPTH SOIL DESCRIPTION ~ B1-1 14-15' Ton, Brown & Gray Clayey Sand w/Pebbles (SC) SwL 91-586 GRAIN SIZE DISTRIBUTION U.S, Standard Sieve Openlng~ in Inche~ U.S. Standard Sieve Number~ Hydrometer ~0 90 % 10 -.,-' 80 20 "'" ~ 70 30 -~ 60 40 · -~ 50 50 ._c > n 40 60 n," ~ 30 70 a_ 20 80 10 90 0 ~ ~ ~ ~ ~ ~ ., ~ _~ ~ 1 O0 100 10 1 0.1 0.01 0.001 Grain Size in Millimeters G RAVE L SAN D Coarse [ Fine CoarseI Medium I Fine SILT or CLAY SYMBOL BORING DEPTH SOIL DESCRIPTION 6'F'FT~ B1-6 1-2' Brown Clayey Sand (SC) SwL 91-586 GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Op®nlngI In Inch$i U.S. Standard Sieve Numbers Hydrometer ~oo '' "' ' ~F' 'F''~ '"' ',o ,. ,,,o . . . ~ ,~ ,..~ 90 -~ 10 -,.., _%= 80 20 "- "~ 70 30 ,",60 40 '-o~~ 50 ~ 50 .~o > a_ 40 60 n- ~ 30 70 k_ n 20 80 10 90 0 _, , ~ ~ ~ ~ ~ ~ ~ , 1 O0 100 10 1 0.1 0.01 0.001 Grain Size in Millimeters GRAVEL SAND coo.. I Fi". CoarseI ~0~u~ I Fine SILTorCLAY SYMBOL BORING DEPTH SOIL DESCRIPTION (3Ei:3Ei~ B1-7 1-2' Brown Clayey Sand (SC) SwL 91-586 GRAIN SIZE DISTRIBUTION U.S. Standord Sieve Openingi In Inchel U.S. Standard Sieve Numbers Hydrometer lOO I I I I ,-, ~ I I I I I I 0 90 ~ 80 ~ 70 30 _m 60 40 .E 50 50 .E Q- 40 60 n- ! ~ 30 70 o m 20 80 10 9O 0 5 2 5 2 ~ ~ ~ ~ ~ 2 100 1 O0 10 1 O. 1 0.01 0.001 Grain Size in Millimeters GRAVEL SAND SILT or CLAY Coorse I Fine Coorsel Uediu.~ I Fine SYMBOL BORING DEPTH SOIL DESCRIPTION (312]313[D B1-12 14-15' Ton & Groy Sondy Cloy (CL) SwL 91-586 GRAIN SIZE DISTRIBUTION U,S, StQndard Sieve Openingl in Inchel U.S. Standard Sieve Numbem Hydrometer 100 ~1 = '"1'1~~ '~'1 "1 ,0 1,1 ,a,Ol ~0"*1~ '01,mi "1 =1 ~°1 0 90 10 ..,-.' 80 20 ..c ") 70 30 ~ 60 '~'". 40 ~ ._c 50 50 .c_ r,.n 0 o > n 40 60 n- ~ 50 70 0 0 n 20 80 r, 10 90 0 5 2 5 2 ~ 2 5 2 5 2 100 100 10 1 0.1 0.01 0.001 Groin Size in Millimeters GRAVEL SAN D SILT or CLAY Coer,. I ri.,, Coorsel Medium I nr, e SY"BOL BOR'NG DEPTH SO'L DESOR'PT'ON ~ B2-9 14-15' Ton Silty Send & Grovel SwL 91-586 GRAIN SIZE DISTRIBUTION U.S. Standard Sieve Openingl in Inchel U.S. S~ondard Sieve Numbem H,/drometer O0 3 2 1.$ I 1 3 a I 4. 4. s 10 14 1020 ~ 40 50 70 100 140 2~0 270 I I I '~F" ~1 I I I I I I I I I 0 90 -'N~.,~ 10 80 ' 20 70 30 60 40 50 50 40 60 30 70 20 80 0 5 2 5 2 ~ , 2 ~ 2 -~ 2 100 100 10 1 0.1 0.01 0.001 Grein Size in Millimeters GRAVEL SAND SILT or CLAY Coarse I Fine Coor.eI Medium I Fine SYMBOL BORING DEPTH SOIL DESCRIPTION ~ B2-10 7-8.5' Brown & Gray Clayey Sand (SC) SwL 91-586 · O0 0 0 0 0 0 0 0 0 0 0 I O 03 O ~ E,?-°- ~ bT. z ___s~ '- ~_. c Ltl N -- ~ Z L~I .~l~ 0 U3 ~ ,- ~< E "' o -- .__.___j o 1- I =.~.__ 0 ~'-- --.I o o "~ ~ o >- O O O O O O O O O O O O~- A-30 SUPPLEMENTAL SUBSURFACE EXPLORATION FOR GRAPEVINE SEWER TRUNK MAIN PHASE I COPPELL, TEXAS Prepared For Ginn and Case, Inc. Dallas, Texas June 19, 1992 Addendum No. 1 to SWL Report No. 91-586 Materials, environmental and geotecknical engineering, nondestructive, metallurgical and analytical services 2575 Lone Stamp [Drive · IR O. Box 224227. [Dallae, Texee 7,.~;R22 · 214/631 -2'700 June 19, 1992 Ginn and Case, Inc. -- 17103 Preston Road Suite 100 Dallas, Texas 75248 Attention: Mr. Gabe Favre Re: Supplemental Subsurface Investigation Grapevine Creek Sewer Trunk Main-Phase I Coppell, Texas Addendum No. 1 to SWL Report No. 91-586 Dear Mr. Favre: In accordance with your request, a supplemental - subsurface investigation has been performed for an alternate route of a section of the proposed Grapevine Creek Sewer Trunk Main. Seven Additional borings were made along the Bethel Road Alignment. Laboratory testing was performed to compare the subsurface conditions along the alternate route of the proposed sewer main to conditions encountered during our initial investigation. The results of this supplemental investigation and a comparison of conditions along the alternate route to the original alignment are provided in the attached report. It has been a pleasure to perform this work for you. If, during the course of this project we can be of further assistance, please do not hesitate to call on us. Sincerely, SOUTHERN LABORATQ~, INC. Michael L. Lester, P.E. Geotechnical Division CBB: MLL: ams Attachment HOUSTON · DALLAS · AUSTIN · BEAUMONT · GALVESTON COUNTY · I::110 GF::IANOE VALLEY · AcEXANDI;:IIA SAN ANTONIO · FORT WORTH · MIDLAND · MONROE · SHF~EVEPORT · TEXAIqKANA · DENISON · BATON I:IOUGE TABLE OF CONTENTS Page New Sewer Alignment ................................ 1 Field Operations ................................... 2 Laboratory Testing ................................. 4 Geology/Subsurface Conditions ...................... 5 Boring B1-9 .................................... 5 Borings B1-A thru B1-7A (Alternate Alignment) .. 6 Active Clays ................................... 8 Groundwater .................................... 9 Analysis and Recommendations Allowable Bearing Pressures .................... 10 Construction Considerations-Footings ........... 13 Trench Excavations ............................. 14 Construction Considerations-Trench Excavations..21 Trench Backfill ................................ 23 Limitations and Reproductions ...................... 24 APPENDIX Boring Location Diagram ........................ A-1 - Log of Boring .................................. A-2 Grain Size Analysis ............................ A-11 ADDITIONAL SUBSURFACE EXPLORATION GRAPEVINE CREEK SEWER TRUNK MAIN PHASE I COPPELL, TEXAS NEW SEWER ALIGNMENT The original alignment of the proposed 30 inch diameter sewer main included a section along the Grapevine Creek channel from Denton Tap Road (Sta. 129+00) at the western end of the Phase I alignment, to about Sta. 91+00. At about Sta. 91+00, the proposed sewer would leave the natural creek channel and become parallel to an existing sanitary sewer line within an existing sewer easement. The planned alternate route being considered would replace the section of the alignment located in the creek bottom with a line running along Bethel Road which is located south of the creek in this location. The line would be installed in the roadway right-of-way of Bethel Road, beginning at Denton Tap Road and extending eastward to the end of the road in the Creek View Addition. The line would then turn northeast between lots 10 and 11 of Block B in this addition, and join an existing sanitary sewer easement at the north end of these lots. 91-586 -1- This portion of the alignment will be microtunneled to avoid cut and cover excavations near the existing residences. Once the alignment joins the existing sanitary sewer easement, it will continue to the east along the originally proposed alignment described in our initial investigation (SwL Report No. 91-586). FIELD OPERATIONS A total of 7 additional borings were made to investigate the alternate route of the proposed sewer along Bethel Road. These borings were made in the right-of-way for Bethel Road and spaced approximately 500 feet apart, along this alignment. In addition to these borings, Boring B1-9 was completed east of the sewer alignment's crossing below Moore Road. This boring was made on an unchanged portion of the alignment, and is included in this report because it had not been completed at the time of the original report was submitted. Boring B1-9 was made at the site on April 17, 1992, and it's location is indicated on Figure lB, Boring Location Diagram. Borings BI-IA through B1-7A were made during the period May 12 to 15, 1992 at the approximate locations shown on Figures lA and lB, Boring Location Diagrams. Truck-mounted and all terrain vehicle (ATV) mounted auger 91-586 -2- drilling rigs were used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed specimens of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless Shelby tube samplers. These specimens were extruded in the field, logged, sealed and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Where cohesionless or very stiff clay soils were encountered, an indication of their engineering properties was obtained by means of the Standard Penetration Test. This test consists of determining the number of blows required for a 140 pound hammer falling 30 inches to drive a standard split-spoon sampler 12 inches into the soil. The consistency of the shales were evaluated during drilling by the Texas Highway Department (THD) Cone Penetrometer Test. This tests consists of determining the penetration of a 3-inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. 91-586 -3- The results of the boring program are presented on the attached Logs of Boring in the Appendix. LABORATORY TESTING Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to laboratory tests under the supervision of this engineer. The boring logs were edited by this engineer to reflect visual examination of the samples and the results of laboratory testing. The in-situ unit weight and moisture content of the samples were determined and used in conjunction with the Atterberg Limits tests to evaluate the potential volumetric change of the different strata, and as an indication of the uniformity of the material. Unconfined compression tests were performed on selected _ undisturbed samples of the cohesive soils. These tests were performed to evaluate the strength of these materials. The results of our testing program are presented on the attached Logs of Boring. Based on the results of these tests, the natural soils were classified using the 91-586 -4- Unified Soil Classification System (USCS) and these classifications are indicated on the logs. GEOLOGY/SUBSURFACE CONDITIONS The subsurface conditions encountered in the borings are presented on the Logs of Boring in the Appendix. Detailed descriptions of the various strata and their depths and thicknesses are given. A brief summary of the stratigraphy and geology indicated by Boring B1-9 (Moore Road) included on this addendum is given below. A summary of the stratigraphy and geology indicated by Borings Bi-iA through B1-7A follows the description for Boring B1-9. Boring B1-9 Subsurface conditions encountered in Boring B1-9 made near the east side of Moore Road were consistent with Boring BI-10 located approximately 500 feet east of this location. Existing fill soils were encountered at the ground surface, typically consisting of grayish-brown sandy clays with pieces of broken asphalt, becoming dark brown and brown clay fills with depth. Based on visual examination of the samples, these fills extended to a depth of approximately 4.5 feet. 91-586 -5- Dark grayish brown silty to sandy clays were then present, with tan and gray sandy clays and then shaly clays present with depth. This soil profile is typical of the alluvial deposits overlying the decomposed (shaly clays) and weathered shales (clayey shales) of the Eagle Ford formation. Borings B1-A thru B1-7A (Alternate Aliqnment) Concrete paving of Bethel Road was penetrated at the ground surface in the borings made along Bethel Road. This paving generally varied from 5.5 to $ inches thick. The subsurface conditions encountered along Bethel Road were generally similar in the areas of Borings Bi-iA, B1-5A, B1-6A, B1-7A, and between Borings B1-2A,and B1-3A. Boring B1-4A indicated a deeper interval of sands and gravel than encountered at the other boring locations. Conditions along this section of the alignment show some variation between borings due to the close proximity of Grapevine Creek, normal differences in the alluvial soils deposited in this area, and cut/fill operations associated with construction of Bethel Road. In Borings Bi-iA, B1-5A, B1-6A and B1-7A, clay, sandy clay and silty clay fill soils were present to depths of 3.5 to 6 feet. These fills generally were tan, brown and 91-586 -6- gray in color. The surficial fill soils in Borings Bi-iA and B1-5A were underlain by dark brown sandy clays extending from 6 to 7 feet, where tan and gray or reddish tan sandy clays were encountered and extended to 12 to 14 feet. Tan and gray clays were present below the sandy clays in Boring Bi-lA and B1-5A. These clays extended to gray shale at a depth of 17 feet in Boring BI-iA to boring termination at a depth of 20 feet in Boring B1-5A. Tan clays with traces of silt and lime and gypsum partings were present at a depth of 6 feet in Borings B1-6A below the overlying fill. This tan clay extended to gray weathered shale at a depth of 17 feet. The boring was terminated in gray shale at a depth of 23 feet. Tan sandy clay with occasional gravel was encountered below the fill at a depth of 5 feet in Boring B1-7A. This sandy clay extended to a depth of 12.5 feet where tan clay was encountered. This tan clay became light grayish tan below a depth of 17 feet and extended to dark gray weathered shale at a depth of 23 feet. The boring was terminated in gray shale at a depth of 32 feet. Borings B1-2A and B1-3A encountered shallow sandy clays below the pavement, varying in color from brownish gray, 91-586 -7- dark brown, tan and brown. The upper 2.5 and 7.5 feet of these sandy clays appeared to be fill materials in Borings B1-2A and B1-3A, respectively. In Boring B1-2A these sandy clays become tan and gray with depth and extend to tan sand at a depth of 17.5 feet with the boring terminated in this sand at a depth of 20 feet. Sands, silty sands and clayey sands and sand and gravel mixtures were encountered in Boring B1-4A from the bottom of the pavement to a depth of 9.5 feet where gray shale was encountered. These sands vary in color from tan to reddish tan. In Boring B1-3A a one foot interval of sand and gravel was encountered below the fill. At a depth of 8 feet and was underlain by tan and gray shaly clay which extended to gray shale at a depth of 13 feet. The boring was terminated in this shale at a depth of 20 feet. Active Clays The Atterberg limits series tests indicate that the clay soils encountered in the area of this site are highly active. The sandy clays and silty clays are considered moderately active. Active clays are subject to moisture induced volume changes (expansion and contraction) with fluctuations in their moisture content. 91-586 -8- Groundwater Seepage was encountered at a depth of 16 feet in Boring B1-9 during drilling and sampling. Water was measured at a depth of 10 feet 1.5 hours after completion. Seepage was encountered at depths of 8 to 17.5 feet during the advancement of most of the borings made along the alternate (Bethel Road) alignment; Borings B1-2A, B1-3A, B1-4A, B1-6A, and B1-7A. The remaining borings (Borings Bi-iA and B1-5A) were dry at completion. Groundwater observations after completion at individual boring locations are indicated on the Logs of Boring in the Appendix. Seepage observations and water level readings generally - indicated water is present in the alluvial soils where these soils overlie shale or shaly clay, or in the sandy soils where they extend down to relatively deep elevations. Seepage is typically present above the shales and residual shaly clays of the Eagle Ford Formation. Water can also be present at various depths in existing fill materials. Water levels will tend to fluctuate due to seasonal variations in rainfall. Water seepage will most likely be encountered in the sandy alluvial soils. The 91-586 -9- possibility of encountering seepage increases in locations closer to the creek. ANALYSIS AND RECOMMENDATION Allowable Bearinq Pressures Subsurface conditions along the proposed new alignment will vary with location. The typical profile of shale overlain by residual clay soils and shallow sandy alluvial soils will vary. This is primarily due to creek's previous alignment that eroded away some of these soils and shales and replaced them with alluvial deposits, and to cut/fill operations associated with grading and construction of Bethel Road. The alluvial deposits are predominately sandy soils, including sands, silty sands, clayey sands and sandy clays and the fills generally consisted of sandy clays, silty clays and clayey sands. - Although excavations for structures such as manholes are likely to extend through the surficial fills, excavations near the existing culverts and buried utilities may encounter fills at the bearing depth of these structures. It is important that all footing excavations ._ be extended through these fill materials and bear at least 12 inches into the natural soils or on the - unweathered gray shale. 91-586 -10- Based on profile drawings of the improvements recently made to Bethel Road, creek channels were located near Stas. 5+00, 15+70, and Sta. 24+40 at depths extending to 14 to 17 feet below the finished elevation of Bethel Road. These creek~ were routed through concrete box culverts or drain lines to cross Bethel Road and backfilled to establish finished grades for the roadway. We anticipate that the soils in the vicinity of these creek channels will be predominately the sandy alluvial soils along the creek banks and be fill soils in the creek channel. With the exception of these creek channel areas, excavations for the sewer line in the proposed new alignment section will extend into clays or the underlying shale or weathered shale strata. Shales were encountered in Borings No. Bi-iA, B1-3A, B1-4A, B1-6A and B1-7A at depths as shallow as 9.5 feet in Boring B1-4A, and were as deep as 25 feet in Boring B1-7A. Shales were not encountered in Boring B1-2A made near the old creek channel around Sta. 5+00, and in Boring B1-5A, although the presence of shaly clays near the bottom of Boring B1-5A indicates this depth approaches of the underlying shales. 91-586 -11- In summary, we anticipate that sandy soils will be encountered near the base of manhole structures in the vicinity of the old creeks (existing culverts and creek - diversion lines) near Sta. 5+00 and Sta. 15+70 (in the areas of Borings B1-2A, B1-3A and B1-4A) and possibly in the vicinity of the old creek at Sta. 24+40. These soils __ could be wet and soft. The bottom of pipe and structure excavations in these areas may need to be stabilized with crushed stone to establish a working platform. Where water is encountered, dewatering techniques may be necessary to establish a firm subgrade. A maximum allowable bearing pressure of 1,500 pounds per square foot is recommended in these soils for footings or mat type foundations. If the excavations expose the underlying shales, a maximum allowable bearing pressure of 5,000 pounds per square foot is recommended in these shales. The above bearing pressures contain a factor of safety of at least 3 against a general shear failure. In the remaining areas uncut by creeks, manholes will most likely bear in shale where they exceed depths of 15 to 17 feet. An allowable bearing pressure of 5,000 pounds per square foot is recommended in these shales, provided that the footing support is based a minimum of 1 foot penetration into the shale stratum. Manholes in some areas may not extend deep enough to bear in the 91-586 -12- shales and would most likely bear in the overlying clays, shaly clays or weathered, clayey shales. We recommend a maximum allowable bearing pressure of 3,000 pounds per square foot be used for any structures supported on the clays, shaly clays or weathered shales. These bearing pressures contain a factor of safety of at least 3 against a general shear failure. As previously indicated, the conditions encountered in Boring B1-9 were similar to conditions in the adjacent Boring Bi-10. Bearing strata and the recommended maximum allowable bearing pressure for any structures in the area around Boring B1-9 are the same as discussed in our original report for this section of the alignment. Construction Considerations-Footings Excavation of the footings, placement of concrete and steel, and any required backfilling should proceed in as continuous a manner as practical. This will serve to minimize deterioration of the bearing surfaces. Footing excavations should be maintained at/or near their in-situ moisture levels prior to concrete placement. Any bearing surface subjected to ponding of water should be dewatered as quickly as possible and soft, wet soils should be excavated to a firm subgrade immediately prior to concrete placement. If bearing soils are allowed to 91-586 -13- become dry, post-construction movement of footings can occur due to volume changes in the active clays. Footing excavations which will remain open for more than 48 hours should be protected by a 3 to 4 inch thick seal (mud) slab of footing strength concrete. Individual footings or structure bottoms may be square, round, or rectangular and should maintain a minimum width of 3 feet. Concrete should be placed directly against the sides of footing or mat excavations with no loose or pervious backfill placed below the level of the general excavation and around the structure. Trench Excavations Excavations along the proposed alignment will encounter a variety of conditions due to the alluvial deposits associated with the creek and the fill deposits installed to grade Bethel Road. Existing fill soils primarily consisting of silty to sandy clays and clayey sands are anticipated at the ground surface in most areas, typically varying in thickness from 2.5 to 7.5 feet. Clays, sandy clays and silty clays overlying a deeper shale strata will typically be the natural soils and rock underlying these fills along most of the proposed new alignment. Some sections of the alignment will be predominately sandy clays, clayey sands, silty sands, and 91-586 -14- sand and gravel mixtures, and these will most likely occur in the vicinity of the old creek channels. Based on the construction plans for Bethel Road, excavations for the sewer line should encounter shallow fills (up to 5 feet) along most of the new alignment, with deeper fills present in the vicinity of each old creek crossing (Sta. 5+00, 15+70 and 24+40), and from approximately Sta. 5+00 to 10+00, Sta. 20+00 to 24+40 and Sta. 27+50 to 28+50. Construction plans for Bethel Road indicate that the fills were compacted. Shales were generally encountered at depths varying from 13 to 25 feet in the borings, but were as shallow as 9.5 feet in Boring B1-4A, and were not encountered in the 20 foot deep Borings B1-2A and B1-5A. Planned invert elevations along most of the new alignment will be on the order of 15 to 25 feet below the existing ground surface. Based on the proposed invert elevation of the sewer line, we estimate the underlying gray shale strata will be at or above the sewer invert elevation from approximately Sta. 92+00 to 99+90 and in the vicinity of Borings Bi-iA and B1-3A. In the deepest section of the alignment near Boring B1-7A, shales were present at a depth of 25 feet and the invert of the planned sewer is more that 30 feet below the existing grade. 91-586 -15- In general, most trench excavations will not exceed 20 feet along most of the new alignment, with the exception of the section east of Sta. 99+90, where excavation depths will be from 22 to 30 feet deep. In the areas of the new alignment where excavations will be greater than 20 feet, shales and clayey shales were encountered at depths of 17 to 23 feet. Trench safety parameters for excavation depths of 20 feet or less were provided in our original geotechnical report. These parameters would apply in any areas where trenches are 20 feet deep or less and can be sloped back as indicated. It is anticipated that deeper excavations will require temporary bracing or shoring due to the limited area available to slope back the excavations and the presence of existing pavement, structures and other underground utilities which would be disturbed or removed by sloping back the excavation. As previously indicated, the proposed new alignment will run in a northeasterly direction from the proposed manhole at Sta. 95+45. This alignment will pass between existing residences at 248 and 252 East Bethel Road. It is our understanding the sewer line in this area will be installed in a microtunnel through this section of the alignment to avoid disturbing the foundations, pavements, and landscaping of the existing residences. 91-586 -16- Based on the subsurface conditions encountered in Boring B1-7A, shale was encountered at a depth of 25 feet. The microtunnel crown will be approximately 28 feet below grade, which is approximately one tunnel diameter below the top of shale. We recommend that additional subsurface investigations be made prior to construction in the middle and at the northeastern end of the microtunnel alignment, to determine the amount of shale cover through the tunnel section. We also recommend that the ground surface above the microtunnel be monitored during construction. This monitoring is a means to detect if tunnel excavations begin to undermine the overburden soils. Tunneling should be discontinued if movements approach levels that could cause structural distress in the existing residences, walls, etc. It is our understanding that all trenches or structure excavation operations for the project will be short term and therefore excavations will not remain open for more than 1 or 2 days. The clays and clay fill materials are subject to caving and must be sloped or braced in the interest of safety. The gray shales contain fractures and possible bentonite layers and should also be sloped back or braced. Excavations in the firm unweathered gray shale can be cut on near vertical slopes for short periods; however, due to the presence of possible joints, 91-586 -17- bentonite seams and old fault planes, they should be shielded or very carefully monitored by qualified personnel to identify areas which could require additional support or bracing. Along a significant portion of the alignment, it is anticipated that groundwater will be encountered. Based on the results of the boring program, this ground water appears most likely in the old creek channels and deeper sandy soils (including areas around Borings B1-2A, B1-3A and B1-4A) and above the shales at the eastern end of the alignment (near Borings B1-6A and B1-7A). The quantity of ground water will also be influenced by seasonal conditions. During periods of seasonal rain, greater quantities of groundwater should be expected. Seepage could also occur in joints and fissures in the clay rocks. Seepage in the clays and above the shales can often be controlled by pumping any water accumulation from low points along the trench bottom. Seepage in the sandy alluvial soils is expected to be more significant and dewatering techniques such as well points could be required, particularly if construction proceeds during a wet period of the year. Excavation slopes of 1.5 horizontal to 1 vertical or flatter will be required if 91-586 -18- water levels are not lowered below the bottom of the trench excavation. Care must be taken when excavating near and below any existing utility trenches. The backfill materials for these lines may be loose and saturated. Careful observations will be required to determine if changes in the side slopes or temporary bracing are necessary. Where gravel backfill materials are encountered, sloughing and caving of these materials will require that they be sloped flatter than indicated or that continuous shoring is used. An earth pressure envelope for temporary shoring for trench excavations is presented on Figure 2 of the original report. This diagram is considered applicable for the planned excavations along the proposed new alignment. As previously indicated, temporary surcharge loads (due to traffic, equipment, spoil material, etc.) must be considered when they are located closer than one-half the depth of the excavation. A minimum surcharge equivalent of two feet of soil is recommended. Therefore, the depth to the bottom of the excavation or the depth to unweathered shale should be increased by two feet or more to account for this surcharge. For calculation of surcharge loads, use of a soil unit weight 91-586 -19- of 125 pounds per cubic foot is recommended. Design of trench shoring or bracing systems should be submitted to the city of Coppell for approval prior to beginning construction. Excavations made in close vicinity to any existing structures or pavement will require use of retention systems to prevent excavation limits from encroaching on these structures or reducing the amount of pavement removed. Design of the retention systems must consider surcharge loads imposed by the structures or pavements. It should be recognized that some movement of the ground behind the retention system will occur. The extent of movement and any resulting damage is highly dependent on the workmanship and procedures used in constructing and removing the retention system. Existing structures with foundations bearing within a 1 horizontal to 1 vertical slope from the base of the proposed excavation must be considered in the design of shoring systems. Underpinning of the portions of the existing structures next to excavations could be considered to reduce potential for movement of these structures during and after the construction. The type of existing foundation system supporting these structures should be determined to evaluate the need for underpinning. Monitoring of the ground surface, adjacent to the braced trench excavations 91-586 -20- for ground movement should be performed while the trench excavations are open; particularly in the area of structures sensitive to ground movement. Construction Considerations-Trench Excavations In the event a trench box is utilized, the manufacturer of the box should certify that the trench box will resist an active earth pressure of 85 pounds per square foot per foot of depth. The capacity of the trench box should be based on the depths of the excavation plus any surcharge loads. It is emphasized that use of a trench box could allow surface movement to occur if the trench walls slough or cave. SwL also emphasizes the importance of continuous observations by qualified geotechnical personnel during trenching or excavation operations at the site. These observations are required to verify that the conditions encountered are as anticipated, that side slopes are as recommended, or that shoring is as specified. The relatively rapid excavation and cover process associated with pipe installations will require that these personnel be capable of making on site decisions regarding changes in the side slopes or shoring or that work in a given area should be halted until additional investigations and analyses can be performed. 91-586 -21- Pressure diagrams and slope configurations represent recommended design approaches consistent with generally accepted practice. Proper monitoring during construction must be provided to verify the subsurface conditions and confirm that these recommendations are applicable. Any changes in subsurface conditions must be evaluated to determine if adjustments are necessary in shoring or slope configurations. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor should submit a trench shoring plan to the city prepared by a Registered Professional Engineer experienced in the design of trench shoring systems. The contractor's engineer should submit sufficient experience history to indicate qualifications to design these systems. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. The contractor is responsible for construction site safety through the means, methods and sequencing of construction activities. 91-586 -22- Trench Backfill We recommend that utility trenches be backfilled in lifts with density controlled compaction to prevent unusual settlement. We do not recommend the use of jetting, even if granular (sandy) backfill materials are used. All trenches and excavations should comply with OSHA and state law requirements for trench safety. Where trenches are located in existing and/or proposed paving and structure areas and trench backfill is made with on-site swelling soils (PI >20), we recommend the fill be placed in loose lifts less than 9 inches thick, compacted between 93 percent and 98 percent of Standard Proctor density (ASTM D 698) at optimum moisture to five percent above the soil's optimum moisture content. Where backfill will exceed 5 feet in depth, minimum compaction of deeper backfill material should be increased to between 95 and 100 percent. Properly compacted fill sections up to 20 feet deep could settle on the order of 2 inches after construction. Granular, generally non-active to slightly active, soils (PI < 20) should be compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698). Granular soils should be placed in loose lifts 6 to 9 inches thick and compacted from -2% to +3 percentage points above their 91-586 -23- optimum moisture content. Use of very granular free-draining soils (coarse sands, sand/gravel mixtures, or gravel) which could trap and hold water in utility trenches should be avoided in areas where the surrounding soils are predominately clay materials. LIMITATIONS AND REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with the assumption of uniform variation in the soil properties between borings. Should any conditions at variance with this report be encountered during construction, this office should be notified immediately so further investigations can be made and supplemental recommendations can be given. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for foundation design and trench safety purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., are 91-586 -24- APPENDIX NOTE' BORING LOCATIONS ARE APPROXIMATE PF'iOJECT /TITLE SITE LOCA'r~'~ SHEET I OF Z PROPOSED GRAPEVINE SEWER TRUNK MAIN COPPELL, TEXAS BORING LOCATION DIAGRAM SWL 9'1-586 I SCALE: 1'=300' +1- DATE: 03/17192 DRAWN BY: CD FIGURE IA ~. X~ ~ ~ ~ PROPOSED SEWERLINE ' ~-- ~ '' (ALTERNATE ALIGNMENT) NOTE: BORINGS 6A 6 7A INCLUDED IN ADDENDUM REPORT. ~ ADDENDUM REPORT ) -- /EXISTIN~ SEWERLINE NOTE: BORING L~ATIONS ARE APPROXIMATE ~ MATCH LINE D PI~ECT /TITLE PROPOSED GRAPEVINE ~EWER TRUNK MAIN COPPELL, BORING LOCATION DIAGRAM SWL 91 -586 I SCALE: 1"=3~' +1- DATE: 03117192 D~WN BY: CD FIGURE lB LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-9 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 4-17-92 TYPE: Auger CASED TO: GROUND ELEV: 0 z . i~o~ oxide t~ces -FIT.T,- I 5~ ~ clay with calcareous nodule --~ Dark grayish bro~ silty / · ' --~ clay to sandy clay (CL) Tan and gray sandy clay with calcareous nodules and iron ore pebbles (CL} Tan and gray shaly clay with bentonite seams (CH) 20 ~ ! Dark gray and tan shaly clay I I with shale se~s (CH) i 25~ ~ Boring te~inated at 20' .............. ~I ............................................... 30-- ' 40 ....... ' ........ 45 ............... ~ ..................... r ........................... A-3 LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: BI-iA CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-12-92 TYPE: AuRer CASED TO: GROUND ELEV: ~ ~ ~ Dry at completion. o , ,~ 5-3/4" Pavement 16 43.8~ Bro~ and tan clay ~ i Tan silty sand  -FILL- q ~ Brown clayey sand 14 36 18 ' 18 10 -FILL- - .............. - ................................................. Dark brown to black sandy ~, clay (CL) ~ i Gray and tan sandy clay ,2J___~ ........................................................ -with pebbles below 10' i[ Tan and gray shyly clay 20 ~''~* ~: , -~ithlayersOmbedd~d shale (CH) Boring terminated at 20' 4o5i ....... , ............................ [ ........................... 45 -' LOG OF BORING PROJECT: Grapevine Sewer Trunk Main o Phase I BORING NO.: B1-2A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-12-92 TYPE: Auger CASED TO: GROUND ELEV: ~ ~ 5 5-13-92. - ~ = ~ * O ~ ~ _ m 2 O z Dark bro~ and gray silty 13 1121 i 4,040 3.2  ~ _ ...... ~ .....................( ...... 5 to sandy clay I ~ Brown sandy clay (CL) ' .ii I Brownish gray sandy clay J , with pebbles (GL) Tan and gray sandy clay [ :~ ~ Gray and tan sandy clay I ~ -with clayey sand layers ] i 20 ! M ~ b~ow ~6' (Ct) / ~ ~ ;I Tan sand (SM) ~ -with clay seams below 19' ; I . 25 .............. ~ ............................ r ............. ~ ...... i Boring terminated at 20' 30 ~ .......................................... ~ .................... ~5 ............... J ................................................. ~ I 4o ~ ...... ~ ...... ~ ................................................. 45 ............... ~, ................................................. P~O~fiCl ~0. : 91-586 ~O~H~T~ ~BO~ATO~I~ I~. LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-3A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-13-92 TYPE: Auger CASED TO: GROUND ELEV: ~ ~ ~ ~ 14' at completion. ~ [0 z Tan and brown ,andy clay 5 -FII,I,- Bro~ and Stay sandy clay [ ~0~ ~ 25 Tan ,andy clay (CL) i Tan sand and gravel (~-GM) , 3 0' 15- ~ Tan and ~ray shaly clay (CH) ............................................................... ~ -~ith shale seams belo~ 11~ 20 ~ Gray ~ea~hered shale I terminated at 20 Boring 35 - ! .............. L .................................. 4§ ................................................................. PROJECT NO. : 91-586 SOUTHWESTERN LABORATORIES INC. A-6 LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-4A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-15-92 TYPE: AuRer CASED TO: GROUND ELEV: m Seepage at 8', water at 12' ~~ Tan clayoy sand (SC) Ii~ ~ 21 ~ Tan clayey sand with gravel(sc) . ~ ~m*~ Reddish tan silty sand (SM) ............................................................... 10 q ~ ~ith trace gravel 15-- ~ Gray shale .............. , ................................................. i i lOOq 2o ' Boring terminated at 20' ~0 ........ ~ ....... ' ................................................. 35 ~ .................................... , ........................... i 40 ......................................................... '., ...... ! ! · 45 ............... ~ ...... -~ .......................................... I ~{ ~ I i PROJECT NO.: 91-586 SOUTHWESTERN LABORATORIES INC. A-7 LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-5A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-15-92 TYPE: Auger CASED TO: GROUND ELEV: ~ :W O~UN~ATER INFO~ATION  6" Pavement ~ 11 126 23 16 7 45.6 9,220 2.8 Tan sandy clay with dark 5 bro~ silty clay with trace : Bro~ and gray sandy clay ~ ~ to clayey sand ~ ~ : ~ -FILl.- 14 120 6,440 4.0 10 ~ ~ Dark brown sandy clay (CL) i ' ' Roddish tan sandy clay (eL) 27 15- ! .............. ~ .......................................... ...... ~ Tan clay (CL) ~ , 20 ~ i Tan and gray shaly clay ~ith I, ' ~silt traces [ ~ -with shale seams below 18 25~ Boring terminated at 20' . ~ ....... [ ...... [ .................... ............................. 45 m .............. q ...... ~ ................................... . ...... PROJECT NO.: 91-586 SOU:~HWESTERN ~BORATORIES lNG. A-8 LOG OF BORING PROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-6A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-15-92 TYPE: AuRer CASED TO: GROUND ELEV: - O O 20 113 2,750 4.3 Tan and gray silty clay 5 - '-T2- .......................................................... ~ '-FILL- Bro~ and tan sandy clay . ~ ~Sth occasSonal burnt . 16 105 ~ i 7,020 3.9 ~0- ~ood f~~ t .............. . ...... ~ ..................... [ .................... Tan clay (limy) ~ith gypsm I I '~ partings (CH) , ~5- -~ith shale seams below 12' .............. 2 ...... ~ ....... [ ...... ~ ...... ~ .................... Gray weathered shale - 40* -with occasional bentonite ........ _ ..... I ...... ~ ....... ~ ........................... ~ ...... 20 - ' ~ ~ ~oo*~ I i ~ ~/~,, Gray shale , 25~ Boring terminated at 23' 30 ........................................... ~ .................... ' 35 ~ ..................... ~ ....... : .................................. I I 40 .............. ~ ............................ ~ .................... 45- t ............. , ................................................. P~O~fiCl ~O.: 91-586 ~O~TH~T~ ~O~ATO~I~ I~. A-9 LOG OF BORING ~ROJECT: Grapevine Sewer Trunk Main - Phase I BORING NO.: B1-7A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Texas DATE: 5-15-92 TYPE: Auger CASED TO: GROUND ELEV: m9 Seepage at 17', water at 22'  8" payment ~ 10 116' 22 1~ 6 39.1 2,320 2.9 Tan sandy clay and clayoy ~ sand ~ FILL- ~ 13 121 7,350 ~.3 I Tan sandy clay with (CL) 10 ~ occasional gravel ~ ' . I ~ Tan clay ~ith silt and 15 J lime traces 29 98 i 3,960 2.5 ' -with bentonite se~ at 14.5'~ .................... ~ .................... ~, .................... I I i . ~ ~ Light grayish tan clay with ~ , 20~ silt se~s and iron oxide ...... 4 ............. ~ .............. k ........................... ~ traces (CH) i ; 25 ~ Dark gray clayey weathered - 100~' Dar~ gray shale 30 ~ ~ 4~" ................................................................ I Boring terminated at 32' 40~ I PROJECT NO. : 91-586 A- 10 SOUTHWESTERN LABORATORIES INC. GRAIN SIZE DISTRIBUTION U.S. Stand,ltd Sieve O~nlngm In IncheI U.S. Standard Sieve NumberI I~drometer 90 ~ 10 ~ 80 20 .? ~ 70 30 -Q 60 40 .- 50 50 .-~ , n 40 60 ~ 30 70 0 n 20 80 10 90 0 , 2 ~ 2 s 2 5 2 5 ~ 100 1 O0 10 1 O. 1 0.01 0.001 Grain Size in Millime[ers G RAVEL SAN D Coarse J Fine Coarse J Medium I Fine SILT or CLAY SYMBOL BORING DEPTH SOIL DESCRIPTION ~ B1-4A 7-8' Reddish Tan Silty Sand w/Trace Gravel SwL 91-586 SUBSURFACE EXPLORATION FOR GRAPEVINE CREEK SEWER TRUNK MAIN PHASE II COPPELL, TEXAS Prepared For Ginn and Case, Inc. Dallas, Texas June 23, 1992 SWL Report No. 91-586-2 Material~, environmental and geotechnical engineering, nondestructive, metallurgical and analytical sen, ices Lone Sr~mr [Drive · I=. [D. Box :m242:mT, [i)ellBB. Texes 75222 · :~14/631 June 23, 1992 Ginn and Case, Inc. 17103 Preston Road Suite 100 Dallas, Texas 75248 Attention: Mr. Gabe Favre Re: Subsurface Investigation Proposed Grapevine Creek Sewer Trunk Main-Phase II Coppell, Texas Draft of SWL Report No. 91-586-2 Dear Mr. Favre: Attached is our geotechnical report for the above referenced project. This investigation was authorized by Mr. Sanford W. Case on October 17, 1992. It has been a pleasure to perform this work for you. If, during the course of this project we can be of further assistance, please do not hesitate to call on us. Sincerely, SOUTHWESTERN LABORATORIES, INC. Cl Bo~ Geotechnical Division Senior Project Manager Geotechnical Division CBB: MLL: eb Attachment HOUSTON · DALLAS · AUSTIN · BEAUMONT · GALVESTON COUNTY · R.O G=IANDE VALLEY · ALEXANDRIA SAN ANTONIO · FORT WORTt~ · MIDLAND · MONROE · SHREVEPORT · TEXARKANA · OENISON · BATON ROUGE TABLE OF CONTENTS Page Project Information ................................ Scope of Investigation ............................. 2 Field Operations ................................... 3 Laboratory Testing ................................. 5 Geology/Subsurface Conditions ...................... 6 Active Clays ................................... 8 Groundwater .................................... 8 Analysis and Recommendations Allowable Bearing Pressures .................... 9 Construction Considerations-Footings ........... 12 Trench and Manhole Excavations ................. 13 Construction Considerations-Trench Excavations..17 Trench Backfill ................................ 18 Bore Tunnel Excavations ........................ 20 Limitations and Reproductions ...................... 21 APPENDIX Table 1 - Observation Well Readings .............. A-1 Figure 1 - Design Illustration Utility Trench Open Cut Configurations ........ A-2 Figure 2 - Earth Pressures for Temporary Braced or Tied Back Shoring ........... A-3 Figure 3 - Boring Location Diagram ................ A-4 Figure 4 - Soil and Shale Stratigraphy ............ A-5 Logs of Boring ................................. A-6 Grain Size Distribution [.. [. .[. A-15 SUBSURFACE INVESTIGATION PROPOSED GRAPEVINE CREEK SEWER MAIN PHASE I COPPELL, TEXAS PROJECT INFORMATION The Phase II sewer alignment has recently been revised to reflect changes in the Phase I alignment to avoid placing sections of the sewer route in Grapevine Creek. The new alignment for Phase II will consist of approximately 4,200 linear feet of 24-inch diameter PVC sanitary sewer line. This alignment will begin on Bethel Road just west of Denton Tap Road at approximately Sta. 6+15. The line will follow Bethel Road westward to approximately Sta. 15+67 where it turns south and crosses Bethel Road on the east side of Grapevine Creek. The sewer alignment then generally follows the Grapevine Creek, remaining east of the creek to its termination at Coppell Road. The proposed sewer line will be approximately 18 feet deep as it passes under Denton Tap Road at Bethel Road. As the sewer line progresses west from Denton Tap Road, it will increase in depth to approximately 30 feet, due 91-586 -1- a rise in profile grade elevation of Bethel road. As surface grades then gradually drop moving west on Bethel Road, the sewer line will again be approximately 20 feet below grade. As the sewer turns to the south at Grapevine creek, its depth will generally vary between 6 to 25 feet, with sections of the line on the order of 10 foot deep or shallower encased in concrete. Plans indicate that the sewer alignment will be bored between Sta. 38+44 to Sta. 40+00 to pass beneath the St. Louis and Southwest Railroad Line and a high pressure gas line. The sewer line will gradually become more shallow to the south and will be approximately 11 feet below grade at its termination near Sta. 48+20. SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) discuss subsurface and groundwater conditions along the alignment and how they will affect the proposed construction, 4) provide allowable bearing pressures for manholes and other structures along the alignment, and 5) provide minimum side slopes for trench 91-586 -2- excavations and pressure envelopes for braced shoring of trench excavations. FIELD OPERATIONS A total of 11 borings were initially proposed to investigate subsurface conditions along the original alignment. Due to recent changes in the alignment, fewer borings were required to maintain the desired boring spacing of approximately 500 feet for our subsurface explorations. A total of 9 borings have been completed along the Phase II section of the proposed sewer line. Borings were not made for the section of the line replaced by the new Bethel Road alignment. Test borings were made at the site during the period February 11 to May 12, 1992, at the approximate locations shown on the Boring Location Diagram in the Appendix. Truck-mounted and all terrain vehicle (ATV) mounted auger drilling rigs were used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed specimens of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless Shelby tube samplers. These specimens were extruded in the field, logged, sealed and packaged to 91-586 -3- protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Where cohesionless soils, stiff clay soils and shales were encountered, an indication of their density or hardness was obtained by means of the Standard penetration test. This test consists of determining the number of blows required for a 140 pound hammer falling 30 inches to drive a standard split-spoon sampler 12 inches into the soil. The consistency of the shales were also evaluated during drilling by the Texas Highway Department (THD) Cone Penetrometer Test. This test consists of determining the penetration of a 3-inch diameter cone driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. Observation wells were installed in Borings B2-$A and B2-gA after the borings were completed. These wells were installed to facilitate long-term water level measurements at these locations. 91-586 -4- Wells were constructed by installing 2-inch diameter PVC screen pipe from the bottom of the hole to within 18 inches of the ground surface. A blank PVC riser pipe was attached to the top of this screen to extend the well slightly above the ground surface. The screen pipe interval was backfilled with coarse sand to within a foot of the ground surface where a bentonite seal was provided to prevent surface water infiltration into the well. The results of the boring program are presented on the Logs of Boring in the Appendix. Observation well readings are provided on Table i in the Appendix. LABORATORY TESTING Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to laboratory tests under the supervision of this engineer. The boring logs were edited by this engineer to reflect visual examination of the samples and the results of laboratory testing. The in-situ unit weight and moisture content of the samples were determined and used in conjunction with the Atterberg Limits tests to evaluate the potential volumetric change of the different strata, and as an indication of the uniformity of the material. 91-586 -5- Unconfined compression tests were performed on selected undisturbed samples of the cohesive soils. These tests were performed to evaluate the strength of these materials. The results of our testing program are presented on the Logs of Boring in the Appendix. Based on the results of these tests, the natural soils were classified using the Unified Soil Classification System (USCS) and these classifications are indicated on the logs. GEOLOGY/SUBSURFACE CONDITIONS The subsurface conditions encountered in the borings are presented on the Logs of Boring in the Appendix. Detailed descriptions of the various strata and their depths and thicknesses are given. A brief summary of the stratigraphy and geology indicated by the borings is given below. Subsurface conditions encountered along the alignment generally varied with location due to the close proximity of Grapevine Creek. The borings along the Phase II alignment generally indicated that most of the residual clays of the Eagle Ford Formation have been eroded along the alignment and sandy, alluvial soils have replaced 91-586 -6- these clays. Grading of the area has also resulted in the fill materials encountered in some borings locations. Shallow fill soils (less than 1 foot thick) were encountered along Bethel Road, with deeper fills (6.5 to 12 feet thick encountered in Borings B2-7, B2-9 and B2-10. The fill soils generally consisted of sandy clays mixed with some clay and silty clay soils and varying amounts of gravel and rock fragments. In general, the alluvial overburden soils that predominate along the Phase II alignment consisted of sandy to silty clays near the ground surface, gradually grading to silty sands and clayey sands with depth. Sands were predominate in Borings B2-5 and B2-10. The sands in Boring B2-11 continued to termination of this boring at a depth of 18 feet. Sands were generally not encountered in Boring B2-8 except for clayey sand seams near the top of the shale. An interval of clay (CH or CL) was generally encountered below the sands and above the shale. Some of these clays contained gravel seams. Shales were encountered at depths of 12 to 20 feet, and were as deep as 28 feet in Boring B2-2. In borings where shale was encountered, the 91-586 -7- borehole was terminated in this shale 14 to 32 feet below the existing ground surface. Active Clays The Atterberg limits series tests indicate that the sandy clay soils predominate at this site are moderately active. Active clays are subject to moisture induced volume changes (expansion and contraction) with fluctuations in their moisture content. Groundwater Groundwater seepage was encountered while advancing most of the borings, with the exception of Borings B2-6 and B2-7. Water was typically encountered while advancing the borings at depths of 9 to 16 feet, and in Boring B2-2A at a depth of 23 feet. Water levels were measured at depths of 15 to 28 feet at completion of the borings, with the exception of Borings B2-5, B2-6 and B2-7 where no water was encountered. Groundwater conditions at specific boring locations are described on the Logs of Boring in the Appendix. Water levels measured in the observation wells are recorded on Table I in the Appendix. 91-586 -8- Water was generally encountered in the sandy soils overlying the deeper clays and shales. Seepage was also present in the deeper fill soils in Boring B2-9. Water levels will tend to fluctuate due to seasonal variations in rainfall and could fluctuate with in the water level in Grapevine Creek. Seepage will most likely be encountered in the sandy alluvial soils and deep fills, particularly during wet periods of the year. The possibility of encountering seepage increases at locations closer to the creek. ANALYSIS AND RECOMMENDATION Allowable Bearing Pressures Subgrade soils and shale strata beneath structures such as manholes located along the alignment will vary with location and the depth of the proposed sewer line. suitable bearing pressures for these structures will depend on the type and condition of bearing materials present. The borings indicate shales will be present at or near the sewer invert elevation and manhole foundations from Denton Tap Road westward along most of the alignment. Old creek channels may have eroded these shales and resulted 91-586 -9- in deeper shale overlain by sandy soils in some local areas. Toward the southern end of the Phase II alignment, south of Boring B2-8 (Sta. 36+00), the shales and overlying shaly clays become deeper relative to the sewer flowline elevation. Shaly clays or sands will most likely be encountered in the bottom of the sewer trench excavations. At the south end of the line (Boring B2-11), the shales and shaly clays were not encountered. It is anticipated that silty sands will be encountered near the bottom of the sewer excavations in this area. The shales anticipated at/or near the base of the majority of the manhole excavations along the alignment excavations are considered hard in consistency. A maximum allowable bearing pressure of 5,000 pounds per square foot can be used for footings or structure bottoms bearing at least 6 inches into the undisturbed shale along this section of the alignment. It may be necessary to perform some overexcavation of manhole footings to bear in unweathered firm shale where erosion has resulted in deeper shale. Care should be taken that excavations penetrate any soft weathered shale encountered in the transition from clay to shale to use the above design bearing pressure. A factor of safety of at least 3 is included in the allowable bearing value given for these materials. 91-586 -10- Toward the southern end of the alignment, manhole excavation will gradually be terminated in the shaly clays overlying the shale strata. Similar shaly clays may be present at the base of manholes along central and eastern portions of the alignment where shales were eroded to a greater depth than encountered in the borings. These shaly clays are typically stiff to very stiff in consistency. We recommend a maximum allowable bearing pressure of 3,000 pounds per square foot be used in this clay layer. The allowable bearing value given for these clays has a factor of safety of at least 3 is included in the allowable bearing pressure of these clays. If greater load carrying capacity is desired, consideration can be given to overexcavting the manhole excavations to bear in the underlying shale strata. The depth to these shales will generally increase at locations to the south. At the southern end of the alignment, the manhole excavations will gradually rise relative to the shales and shaly clays resulting in excavations most likely terminating in the overlying sands. These sands are medium dense in consistency. We recommend a maximum allowable bearing pressure of 3,000 pounds per square foot. This bearing pressure also includes a factor of safety of at least 3 against a general 'shear failure. 91-586 -11- Construction Considerations-Footinqs Excavation of the footings, placement of concrete and steel, and any required backfilling should proceed in as continuous a manner as practical. This will serve to minimize deterioration of the bearing surfaces. Footing excavations should be maintained at/or near their in-situ moisture levels prior to concrete placement. Any bearing surface subjected to ponding of water should be excavated to firm clay or rock immediately prior to concrete placement. If bearing soils are allowed to become dry, post-construction movement of footings can occur due to volume changes in these active clays. Footing excavations which will remain open for more than 48 hours should be protected by a 3 to 4 inch seal (mud) slab of footing strength concrete. Individual footings may be square, round, or rectangular and should maintain a minimum width of 3 feet. Concrete should be placed directly against the sides of footing excavations with no loose or pervious backfill placed below the level of the general excavation and around the structure. 91-586 -12- Trench and Manhole Excavations Excavations along the proposed alignment will encounter a variety of conditions. In general, the stratigraphy will be silty to sandy clays grading to silty sands, clayey sands and sand and gravel mixtures with depth. Some of these surficial clay soils will be fill materials and could contain various amounts of sand, gravel, debris, etc. Sand and clayey sand intervals of varying thickness will be encountered in most of the borings. Thicker sand intervals are anticipated in the vicinity of Borings B2-1A, B2-2A, B2-5, B2-7, B2-9, B2-10 and B2-11. In general, most trench excavations will not exceed 20 feet. In areas where excavations will be greater than 20 feet, shale will most likely be encountered before the excavations reach the 20 foot depth. In the vicinity of Boring B2-2A, excavations will be on the order of 30 feet and shale is present at 28 feet. It is our understanding that all excavation operations for the project will be short term and therefore excavations will not remain open for more than 72 hours. The clay soils, clay fill materials and sand soils are subject to caving and must be sloped back or braced in the interest of safety. Excavations in the firm 91-586 -13- unweathered gray shale can be cut on near vertical slopes for short periods; however, due to the presence of possible joints, bentonite seams and old fault planes, they should be shielded and very carefully monitored by qualified personnel to identify areas which could require additional support or bracing. Along a significant portion of the alignment, it is anticipated that groundwater will be encountered. Based on the results of the boring program, seepage and/or groundwater levels were measured above the planned depth of the sewer installation. Very little or no seepage was encountered in Borings B2-5, B2-6 and B2-7. These borings did contain significant sand strata and we do anticipate groundwater in this area, particularly during wet periods of the year. Water in this sand would be expected to increase th~' instability of these sands. Dewatering with well points or other dewatering techniques may be necessary prior to beginning trench excavations. Where the bottom of the trench consist of sands or clays, groundwater should be drawn down several feet below the trench bottom while the excavation is open. The groundwater will primarily be moving in the sandy overburden soils above the shale and/or at various depths 91-586 -14- in existing fill materials. The quantity of ground water will also be influenced by seasonal conditions. During periods of seasonal rain, greater quantities of groundwater should be expected. Seepage in the clays fill soils will most likely occur in less compacted zones and/or in the more sandy soils in these fills and can often be controlled by pumping the water from low points along the trench. Seepage in the sandy alluvial soils is expected to be more significant and dewatering techniques such as well points could be required, particularly if construction proceeds during a wet period of the year. Care must be taken when excavating near and below any existing utility trenches. The backfill materials for these lines may be loose and saturated. Careful observations will be required to determine if changes in the side slopes or temporary bracing are necessary. Where gravel backfill materials are encountered, sloughing and caving of these materials will require that they be sloped flatter than indicated or that continuous shoring is used. 91-586 -15- Design illustrations for temporary trench excavation slopes are presented on Figure 1 in the Appendix. As indicated on this illustration, different side slopes are recommended based on the material type present. An earth pressure envelope for temporary shoring of the trench excavation is presented on Figure 2. Surcharge loads (due to traffic, equipment, spoil material, etc.) must be considered when they are located closer than one-half the depth of the excavation. A minimum surcharge equivalent of two feet of soil is recommended. Therefore, the depth to the bottom of the excavation (H) or the depth to unweathered shale (H) should be increased by two feet or more. For calculation of surcharge loads, use of a soil unit weight of 125 pounds per cubic foot is recommended. Excavations made in close vicinity to any existing structures may require use of retention systems to prevent excavation limits from encroaching on these structures. It should be recognized that movement of the ground behind the retention system will occur. The extent of movement and any resulting damage is highly dependent on the workmanship and procedures used in constructing and removing the retention system. This 91-586 -16- office should be contacted to evaluate existing structures with foundations bearing within a I horizontal to i vertical slope from the base of the proposed excavation. Underpinning of the nearby portions of the existing structures may be necessary to reduce potential movements of these structures. Construction Considerations-Trench Excavations In the event a trench box is utilized, the manufacturer of the box should certify that the trench box will resist an active earth pressure of 85 pounds per square foot per foot of depth. SwL also emphasizes the importance of continuous observations by qualified geotechnical personnel during trenching or excavation operations at the site. These observations are required to verify that the conditions encountered are as anticipated, that side slopes are as recommended, or that shoring is as specified. The relatively rapid excavation and cover process associated with pipe installations will require that these personnel be capable of making on site decisions regarding changes in the side slopes or shoring or that work in a given area should be halted until additional investigations and analyses can be performed. 91-586 -17- Pressure diagrams and slope configurations represent recommended design approaches consistent with generally accepted practice. Proper monitoring during construction must be provided to verify the subsurface conditions and confirm that these recommendations are applicable. Any changes in subsurface conditions must be evaluated to determine if adjustments are necessary in shoring or slope configurations. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. The contractor is responsible for construc- tion site safety through the means, methods and sequencing of construction activities. Trench Backfill We recommend that utility trenches be backfilled in lifts with density controlled compaction to prevent unusual settlement. We do not recommend the use of jetting, even if granular (sandy) backfill materials are used. All 91-586 -18- trenches and excavations should comply with OSHA and state law requirements for trench safety. Where trenches are located in existing and/or proposed paving and structure areas and trench backfill is made with on-site swelling soils (PI >20) , we recommend the fill be placed in loose lifts less than 9 inches thick, compacted between 93 percent and 98 percent of Standard Proctor density (ASTM D 698) at optimum moisture to five percent above the soil's optimum moisture content. Where backfill will exceed four feet in depth, minimum compaction of deeper backfill material should be increased to between 95 and 100 percent. Properly compacted fill sections up to 20 feet deep could settle on the order of 2 to 3 inches after construction. Granular, generally non-active to slightly active, soils (PI < 20) should be compacted to a minimum of 95 percent of Standard Proctor density (ASTM D 698). Granular soils should be placed in loose lifts 6 to 9 inches thick and compacted from -2% to +3 percentage points above their optimum moisture content. Use of very granular free-draining soils (coarse sands, sand/gravel mixtures, or gravel) which could trap and hold water in utility trenches should be avoided in areas where the surrounding soils are predominately clay materials. 91-586 -19- Bore Tunnel Excavations From Sta. 38+50 to Sta. 39+95, plans are to bore beneath the existing St. Louis and Southwestern Railroad embankment and the adjacent creek. This tunnel boring will also pass beneath an existing 6-inch diameter gas pipeline and open drainage trench that runs parallel to the railroad alignment. Based on the conditions encountered in Borings B2-8 and B2-9, the tunnel bore will generally be in shale, with very little or no shale cover above the tunnel crown. The soils immediately above the shale in this vicinity consist primarily of sandy clays near Boring B2-8, and shaly clays overlain by sand and gravel in Boring B2-9. The surface contour of the shale between these borings could vary and sections of the tunnel may have little or no shale cover, and may penetrate into the upper clays and sands. Seepage was encountered above the sewer level and dewatering would be required to bore the tunnel excavation under dry conditions. The borings indicate water is present in the sandy soils above the shale, and tunnel excavations that encounter these sands could cause undermining of the railroad embankment and rupturing the 91-586 -20- gas main, particularly if the tunneling excavation encounters the overlying wet sand strata. Additional borings in this area are recommended beneficial to further define the amount of shale cover through the bore section if microtunneling is used. Adjustments in the tunnel elevation should be considered to avoid possible construction problems. Access will be somewhat limited due to the existing railroad track in this embankment section. LIMITATIONS AND REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with the assumption of uniform variation in the soil properties between borings. Should any conditions at variance with this report be encountered during construction, this office should be notified immediately so further investigations can be made and supplemental recommendations can be given. 91-586 -21- The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for foundation design and trench safety purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., are responsibilities of others. This report should not be used as a construction specification but as a guide for developing final foundation and excavation plans and specifications. Analysis performed by: Clement B. Bommarito, P.E. 91-586 -22- APPENDIX TABLE 1 OBSERVATION WELL READINGS GRAPEVINE CREEK SEWER TRUNK MAIN COPPELL, TEXAS Depth Depth Depth Depth Depth Well to water to water to water to water to water No. 2/14/92 2/18/92 3/23/92 6/22/92 6/24/92 B2-$ ........ 14.0 B2-9 13.5 13.5 13.5 14.0 - - Groundwater conditions during drilling: B2-8: Seepage at 11.5,' Water at 16' at. completion on 4/16/92 B2-9: Seepage at 12.5' Water at 17' at completion on 2/10/92 SLOPING 8, BENCHING CONFIGURATIONS SIMPLE SLOPE COMPOUND SLOPE IN LAYERED SYSTEM MAX.sLoPEALLOWABLE. ~f ~ LAYER  , /~v LAYER 7//HH~ V LAYER MULTIPLE BENCHES COMPOUND PROTECTION MAX. ALLOWAB LE SLOPE FOR NATURAL / J5 MAX. CLAY, CLAY OR I/ SHALE / 5' MAX. SHALE .._ SUPPORT OR 12 SHIELD SHALE SYSTEM · MA~I, MUM ALLOWABLE SLOPE (H: V) SOIL I ROCK TYPE 12 FEET OR LESS 12-20 FEET 21 -30 FEET CLAY FILL 1:1 1.5:1 1.75:1 GRANULAR 1.75:1 2:1 2.25:1 NATURAL CLAYS OR 0.75:1 1:1 1.25:1 WEATHERED SHALE SHALE 0.5:1 0.5:1 0.5:1 NOTES: 1. NO EQUIPMENT OR SPOIL NEARER THAN 3 FT. WHICHEVER IS GREATER. TO THE TOP OF SLOPE. BOUTHWESTERN LABORATORIES 2. ASSUMES ABSENCE OF GROUNDWATER. SEEPAGE CAN REQUIRE ADJUSTMENTS IN FIGURE 1 THE SLOPE ANGLES AND/OR DEWATERING. 3. NO SLOPE EXPOSED FOR MORE THAN 72 HOURS. DESIGN ILLUSTRATION 4. FIELD OBSERVATIONS BY A QUALIFIED UTILITY TRENCH OPEN CUT GEOTECHNICAL ENGINEER REQUIRED. CON FIG U RATIONS 5. ASSUMES MAXIMUM OVERBURDEN SOIL SLOPE HEIGHT OF :50 FT. GRAPEVINE SEWER TRUNK MAIN - PHASE 11 I SWL 91 - 586 COPPELL. TEXAS 6-16-92 SURCHARGE (ASSUME 2') TOP OF SUPPORTED ~ A. AVERAGE CONDITION, ADJACENT TERRAIN GENERALLY FLAT AND NOT STEEPER THAN 5 ho~.: I vert. BANK p-40(H+2) · H BOTTOM OF EXCAVATION- · SURCHARGE / f B. SLOPED BACKFILL OR EXCAVATION NEAR CREEK EMBANKMENT //~ p=4OHe H~ He ~'H ( 1 +2vlh)~-'H (1 + 0.04/.~ ) o~ He-H, +2 H WHICHEVER IS LESS ¥ ,~.  C. HEAVY SURCHARGE I p-40(H+ Hq)+ Pq W (I-0.6 x H H(.~'I'X) H' -- H(I+x) Pq CAN BE DISREGARDED WHEN x~.H  ,.. ~ = LENGTH OF EQUIPMENT OR UNE LOAD P ~ "- IN THE DIRECTION OF THE TRENCH W ,, TOTAL FORCE EXERTED BY WEIGHT OF EQUIPMENT OR LINE LOAD NOTE~ 1. NO EQUIPMENT OR SPOIL NEARER THAN 3' OR ONE-HALF THE DEPTH OF EXCAVATION. WHICHEVER IS GREATER, TO THE TOP OF EXCAVATION. UNLESS SYSTI=M IS DESIGNED FOR SURCHARGE LOADS. 2. IF WHEEL ~PACING IS WIDE, pq SHOULD ALSO BE CHECKED FOR DISTANCE x ,, DISTANCE FROM EDGE OF EXCAVATION TO CLOSEST WHEEL AND W- WEIGHT SUPPORTED BY CLOSEST WHEEL. 3. ASSUMES ABSENCEOFHYDROSTATICPRESSURE. GROUNDWATER ~ ~~'~' MAY REQUIRE ADDITIONAL BRACING OR DEWATERING. SOUTHWESTERN I.J},BORATORIES FIGURE 2 4. CONT~NUOUSpERSO,NEL REQUiRED.OBSERVATiONS BY QUAUFIED GEOTECHN,CAL EARTH PRESSURES FOR TEMPORARY BRACED OR 5. H I" FEET. TIED BACK SHORING GRAPEVINE SEWER TRUNK MAIN- PHASE II 6. BASED ON A MAXIMUM DEPTH, H OF 3K) FEET. COPPELL, TEXAS SWL 91 - 586 ^-3 NOTE: BORING NO. B2-1 THRU B2-4 NOT DRILLED. OR IG ! HAL ALIGNMENT ~ ./~ ~ ~ ~ .~ PROPOSED f ~ (_.NEW AL,$NMENT BETHEL ~AD ~ ..... ~-; --'7--~- .......... ~ STA~ ~ STA. /B2-~A B2-1A SEWER TRUNK MAIN /~ ~ /  ' ~sTa. 2~ - ~o as~ -7 TA. 29 ~ 95 A. 34 ~ 2T -8 ~B2-9 STA. 41 B2-1C~ Jo B2-1I STA. 4e+2 ® COPPELL ROAD NOTE: BORING LOCATIONS ARE APPROXIMATE PROPOSED GRAPEVINE CREEK SEWER TRUNK MAIN ~ITE LOC~TIO~ BORING LOCATION DIAGRAM COppELL, TEXAS S~ 91 - 5~ SCALE: 1' - 450' · / - DA~: 6 / 23 192 ~ D~WN BY: CD ~ A-4 Figure 3 40+10 B2-9 STATION 48-1-20 43+15 '~ BORING az-11 82-10 ~GROUND SURFACE 10+50 5,0- {~ (~ (~ AT BORING LOCATION B2.:>A (TYPICAL) -- ~ -- ~ ~n 1 8+ O0 ~ _ ~L~~ ~+oo SZ-5 500- ~ ~ ~ -~- B~6 ~ ~ ~ ~ ~ 29+50 -- B2-1A m ~ m ~ . ~ -- PROPOSED SEWER 480 - ~ RY -- INVERT ELEVATION COMP DRYAT ' COMP DRY AT COMR 470 - F~URE 4 SOIL & SHALE STRATIGRAPHY GRAPEVINE CREEK SEWER TRUNK MAIN PHASE II COPPELL, TEXAS SWL 91 - 586 LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-1A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 5-12-92 TYPE: Sample CASED TO: GROUND ELEV: ~ ~ Seepase encountered at 9.0'; ~ Caved at 17.0' and water at ~ ~ g g ~ ~, ~ ~ ~ ~m ~ 11.0' on 5-13-92. -- Asphaltic Concrete (4") on tan and gray broken limestone 10 30 15 15 ' with tan clay (FILL) 8 5- 8 Bro~ sandy C~Y (CL) with .... ~--~ 26.4 ~: ~bedded p~bbles .... ~ I T~ clayey S~(8C) Tan and gray shaly C~Y (CH) -with gray clayey shale layers below 13.0' 15- ~ 50 Gray S~LE ........ ' ~100 ' ! Boring terminated at 20.0' 25 ~ ,'- - .................................. ~ ~ ........................... -- i I 30 -' ............................. ~ ...... . --- I ' ' I .................... .............. ...... [ ............. j ...... ~ . 452 ........................................... [ ............. ~ ...... ~ . 91 - 586 A - 6 SOUTHWES TERN ~BORA TORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-2A CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 5-12-92 TYPE: Sample CASED TO: GROUND ELEV: Seepase encountered at 23.0'; o Asphaltic concr~t~ (4"); ~ i - 15 tan and gray broken LI~ESTO~EI with tan clay (FILL) ~ 11 126 32 15 17 19,460 3.5 ~ Bro~ and r~ddish-bro~ sandy ._[~__~ ........ ~fl__~_27_ .... 23__; ........................... --] Bro~ and gray sandy C~Y (CL) I i i ' I ~ with iron ore pebbles I ~ '~ '. 104 ....... ~ ................................................. , ...... ~ Tan and light gray sandy C~Y (CL) with iron stains i ; : 15~ X 8 Tan clayey S~ (SC) ---~--J ............. J ..................... [ .................... I i i ~ ' '- ~. ~ 23 i 20 ~ I I ' --~ , - i i __I I . Tan and gray shaly C~Y (CH)' .............. ~ ............................ ~ .................... ~ 100 Gray S~E 30- ~ 4" .............. ~ .............. r .................................. Borin~ terminated at 32.0' 35 : ~ ..................... j ....... ~ ............. ~ .................... '. I 40~ ....................... 45 ~ ...... ~ ........................................................ P~O~EGI ~O. : 91-586 A-7 LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-5 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 4-16-92 TYPE: Sample CASED TO: GROUND ELEV: m Seepage encountered at 16.0'; ~ _~ ~ ~_. ~ ._1 o:2 ,', Z 6 Tan SAND with gravel and I. I ' 5_I 10 occasional clayey sand seams (SP~ 10 ~ --' Ii Tan and gray silty sandy CLAY (CL) i i~i Tan and brown CLAY with interbedded i i -- ~ sandy gravel seams (CH) ~ : I 20 ~ ....... : ' ' ' ~ · . ! [ ] ~1 50Gray SHALE i i i ; i Boring terminated at 23.0' I i ' I 40 -t ..................... -~. ..................... : ................... 45 ..................... ' ...... PROJECT NO.: 91-586 A-8 SOUTHWESTERN LABORATORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-6 CLIENT: Ginn and Case LOCATION: Coppell, Tx. DATE: 4-16-92 TYPE: Sample CASED TO: GROUND E. LEV: - o Dark bro~ sandy C~Y (CL) with : ~ron ore pebbles , Bro~ silty C~Y (CL) with iroQ = , [ ore pebbles . 14 119~- 42 18 24 6,7~0 7.3 5- ~ Gray silty C~Y (CL) with ~ ....... ~ ~ . calcareous nodules and iron ore~ = ~ pebbles 10- ~ Tan and gray clayey S~D (SC) 1 .................... j .............. ~ .................... ~ ....... ~ with sand and gravel se~s 14 ~ ~35.1 Ii : ;  50 Gray S~LE . ~ Boring terminated at 21.0' I i 30 .............. · ...... ; ......................................... , i : i 40 ~ ~ ............. ; .............. ., ...... ~ .......................... ~ I 45 ~ .............. ~ ...... J ................................... ~ ...... I ! ' ' · I I , , ' i I I ; ' PROJECT NO. : g~-586 A-9 SOUTHWESTERN ~BORATORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2o7 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 4-16-92 TYPE: Sample CASED TO: GROUND ELEV: Dry at completion; dry 2 hours o z Grayish-brown, light bro~ and yellowish-bro~ C~Y and sandy 20 105 clay with ~ravel and broken __j ~ 13 Tan S~ with gravel (SP) 7 , ~1~ ~ 4'50 ~ gravel'Br°~ C~Yse~sWith( CH)interbedded fi --i Boring terminated at 14.0' 20 , 40 ~ .................................... . ............................ PROJECT NO. : 91-586 A-10 SOUTHWESTERN LABORATORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-8 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 4-16-92 TYPE: Sample CASED TO: GROUND ELEV: [ g I~[ Seepage encountered at 11.5'; Dark, grayish-bro~ sandy (CL) ' ' Gray and tan C~Y ~ith iron or~ ....... ~ ..................... ~ ..................................  and calcaroous nodules (CH) 17 1116 5g 19 ~ 34 6,140 7.6 . 10-- Tan and gray sandy C~Ywith + ......] ......~ ......~ ..................... ~ .................... tan clayey sandy seams (CL) ,  Gray S~LE ' 50 ~. Boring torminated at 17.0~ ' 25 -] ' i 30 .~i .................................... ~ ........................... 40 2 , ' ' - 4{5 ............................ PROJECT NO.: 91-586 A- 11 SOUTHWESTERN LABORATORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-9 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE-.2-10-92 TYPE:Auger CASED TO: GROUND ELEV: . . . Bro~ clayey S~ with 16 46.0  imestone gravel (FILL) ~ 16 42 19 23 5_ Dark brown, bro~ and gray ...........................................................  silty C~Y and sandy clay with gravel, iron ore pebbles, 20 broken rock, shells and sand 10- pockets (Fill) Tan silty S~ and gravel (SM) 2" Tannish brown silty shaly CLAY 20-- ~ ~ (c~.) ......................................................... : ...... \ , 1" Gray SHALE 25 lOO Boring terminated at 25 0' 35 ........................................... t .................... 45 ............................................ r .................... PROJECT NO. : 9!-586 A- 12 SOUTHWESTERN LABORATORIES INC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-10 CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx. DATE: 2-11-92 TYPE: Auger CASED TO: GROUND ELEV: g s~,,© '- .... &--~ ~ ~ _z~ E . ,,=, - = ~ =~ ~ ~ at completion ~ ~ ~ ~~ limestone ]7 Dark bro~ C~Y and tan silty calcareous nodules with fra~ents (Fill) 19 1 29 16 13 5- Bro~,to clayeytans~and withgraY occasionalSandy clay ....................................................... ] ...... ~ 8 ~ravel (Fill) 15 Bro~ and gray clayey S~D (SC) with gravel (SC)~ I_ a~" , Bro~ and gray shaly C~Y ....... ~ ....... ~ ...... 20- ~ ~00 ~c~) ....... ~ .................. Dark gray S~LE 2fi .......................................................... ~ ...... - 1' 100 Boring terminated at 28.0~ ~0 I ~ - .............~ ..................... ~ ...... 1 ' 4o ........ ] ................................................. ! ...... PROJECT NO. : 91-586 A-13 SOUTHWESTERN LABORATORIESINC. LOG OF BORING PROJECT: Grapevine Creek Sewer Trunk Main-Phase II BORING NO.: B2-ll CLIENT: Ginn and Case, Inc. LOCATION: Coppell, Tx DATE: 3-9-92 TYPE: Sample CASED TO: GROUND ELEV: . , ,, , ' ' Seepage encountered at 13.0'; ~: ~ c~i ~--~ ~ ~ ~ i '~ Dark brown, brown and tan CLAY ~! O and silty, clay .with limestone 19 102 ~ebbles (CH-CL) : Grayish tan CLAY with trace to 22 60 23 37 i6,500(P) 5- little sand (CH) ......................................... [ .................... I Tan and gray sandy CLAY to I i clayey SAND (CL-SC) , i ~ i I ~ i , Tan silty SAND with small pea ! i i i 1 5-2 16 gravel (SM) ............................, ,F ............................... 15 i, Borin§ terminated at 18. O' I 20 ' I ! I 25 .......................................................... ~ ...... ', 35 ~ .............. ~ ...... J .......................................... ' 1 40 ~ ,- ............. 45 -~ ....... ~ ............. ~, ......................................... PROJECT NO. : 91-586 A-14 SOUTHWESTERN LABORATORIES INC. GRAIN SIZE DISTRIBUTION U.S. Standard Sleve Openingi In IncheI U.S. St~nd~3rd Slevi Numbe~ I+/dmmeter 90 10 '$ 7O 30 .o t50 40 .c_ 5O 5O .E > a. 40 150 o 30 - 70 tO m 20 80 m ]0 90 0 5 2 5 2 ~ 2 ~ ~ . 2 100 1 O0 10 1 O. 1 0.01 0.001 Grain Size in Millimeters GRAVEL SAND SILT or CLAY Coarse I nne CoarseI Medium I Fine SYMBOL BORING DEPTH SOIL DESCRIPTION ~ B2-5 3.5-5' Ton Sand SwL 92-586 APPENDIX B BTANDAI~D CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK NAIN PROJECT 454/455 CITY OF COPPELL, TEXAS STANDARD CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT, dated , 19 , is made by and between Dallas Area Rapid Transit, a regional transportation authority created and existing pursuant to Article lllSy, as amended, Texas Revised Civil Statutes, as confirmed by a vote of the people, hereinafter called "DART" and hereinafter called "Contractor". W I T N E S S E T H: 1. For the period not to extend beyond , 1992, DART hereby permits Contractor to enter upon the property of DART at Mile Post 606.84 in Coppell, Dallas County, Texas, as may be necessary in connection with work to be performed on DART premises by Contractor under agreement between Contractor and City of Coppell (the "Contract"), and for no other purpose. Contractor understands that the Contract and all work to be performed thereunder is subject to the terms and conditions contained in License Agreement No. , dated the day of , 199__, issued by DART to City of Coppell, which is incorporated herein by reference. 2. Contractor agrees to: (a) Perform that portion of the work on DART premises in accordance with plans and specifications approved by DART and Railroad in such manner and at such times as shall not endanger or- interfere with DART's or Railroad's representatives. Contractor shall submit to DART and Railroad for approval all construction details, falsework and other incidentals not detailed in plans, insofar as they affect DART and Railroad. (b) Maintain, at Contractor's expense, competent flagmen to protect and control movement of vehicles and equipment of Contractor while upon DART premises. (c) Notify DART and Railroad at least five (5) working days before commencing work on DART premises and within five (5) working days after such work is completed and notify SPTelecom at 1-800-283-4237 to determine if a telecommunications system is buried about work area and to make arrangements with SPTelecom to relocate or otherwise protect the system prior to beginning work. (d) Keep all equipment, tools and materials stored at least fifteen (15) feet from the center line of any operable track. Explosives or other highly inflammable substances or any COPPCROE.DOCjms 1 hazardous materials regulated pursuant to federal or state regulation will not be stored on DART premises without the prior approval of DART's representative. (e) Remove all of Contractor's tools, equipment and materials from DART premises promptly upon completion of work, restoring DART premises to the same state and condition as when Contractor entered thereon. (f) Reimburse DART and Railroad for all costs and expense incurred by DART and/or Railroad in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as DART and Railroad deems necessary, the installation and removal of falsework beneath tracks, and restoration of DART's property to the same condition as when Contractor entered thereon, or to a condition satisfactory to DART's representative. (g) Remove any lien against DART's' property arising 'from performance of work hereunder by Contractor or any subcontractor. 3. Contractor agrees to release, defend and indemnify DART and Railroad, from and against all loss, damage, claims, costs, expenses, including attorney's fees, and liability for bodily injury to death of any persons and loss of or damage to any property and loss of use thereof (including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or in any way connected with the work under said agreement upon or adjacent to DART property, whether or not caused or contributed to by the presence or operation of DART or Railroad trains, enqineso cars or other eGuipment, structures or facilities of DART or Railroad or any other party, or by neGliGence or alleged negligence on the Dart of DART or Railroad, or any of DART's or Railroad's agents, employees, contractors, subcontractors or invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. For the purposes of this section, the term "Railroad" shall include any other railroad company using DART property with DART's consent and any affiliate, subsidiary or lessor of DART. 4. Prior to start of work or occupancy of premises under this agreement, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with an insurer or insurers and form satisfactory to DART: Comprehensive general and automobile liability insurance with contractual liability endorsement and products and ~PPCROE.DOCjms 2 completed operations hazards included, which shall provide coverage for combined single limits of not less than $2,000,000, as further outlined below. All insurance coverages required by the attached agreement shall provide the following as a minimum standard: (a) Comprehensive General Liability With Contractual Liability Endorsement. - Combined single limit of at least $2,000,000. - DART and Railroad are named as additional insureds without any qualifications or restrictions. - Contractual liability endorsement must have exclusions for operations within 50 feet of a railroad and for XCU hazards deleted. - DART must have 30 days notice of cancellation or modification. (b) Comprehensive Automobile Liability Policy - Combined single limit of at least $2 million. - DART and Railroad are named as additional insureds without any qualifications or restrictions. - DART must have 30 days notice of cancellation or modification. (c) Workers' Compensation Insurance - Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this agreement. - Employer's Liability Insurance with limits of liability of not less than $100,000 each accident, $100,000 each employee for disease and $500,000 policy limit for disease. - Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the Authority. (d) Certified copy of insurance policy is required in the State of Texas. Review will be expedited if the following items are marked with a tab or a paper clip: - The page showing the limits on the policy. uOPPCROE.DOCjms 3 - Endorsement showing the DART and Railroad named as additional insureds and requiring that DART be given 30 days notice of cancellation or modification. - Contractual liability endorsement. - Endorsement removing exclusions from contractual liability endorsement for operations within 50 feet of a railroad and for XCU hazards. 5. All policies should contain a cross liability endorsement reading as follows: "It is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person, corporation, organization, firm or entity with respect to any claim, demand, suit or judgment made, brought or recovered by or in favor or any other insured. This policy shall protect each person, corporation, organization, firm or entity in the same manner as though a separate policy had been issued to each; provided that this endorsement shall not operate to increase the company's limits of liability as set forth elsewhere in this policy." Contractor agrees to furnish DART with a certified copy of insurance policy providing such coverage and to name DART and St. Louis Southwestern Railway Company as additional insureds. Liability of Contractor under Section 3 hereof shall not be limited to coverage provided under said insurance policies. 6. Contractor shall deposit with DART the sum of -0-__ ($ -0- ) representing the estimated expense to be incurred by--DART in connection with said work. Contractor shall deposit with Railroad the sum of -0- ($ -0-__) representing the estimated expense to be incurred by Railroad in connection with said work. If there is no amount indicated in the blank space provided above for the deposit to be made by Contractor, in lieu of such deposit Contractor shall cause the attached performance bond to be executed by a reliable surety acceptable to DART and Railroad, condition upon the faithful performance of the provisions of this agreement. 7. The permission herein given shall not be assigned by Contractor without the prior written consent of DART except in the case of subcontractors who shall be deemed agents of Contractor subject to the terms of this agreement. 8. No vehicular crossing over DART's track shall be installed or used by Contractor without prior written permission of DART. COPPCROE.DOCjms 4 9. No work shall be done between the hours of 6:00 p.m. and 6:00 a.m., nor on Saturdays, Sundays or legal holidays without prior written permission of DART. 10. At DART's request, Contractor shall remove from DART premises any employee of Contractor or any subcontractor who fails to conform to the instructions of DART's or Railroad's representatives in connection with work on DART premises, and any right of Contractor to enter upon DART premises shall be suspended until such request of DART or Railroad is met. Contractor shall indemnify DART and Railroad against any claim arising from the removal of any such employee from DART premises. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in triplicate the day and year first above written. DALLAS AREA RAPID TRANSIT By JOHN HOEFT Interim Deputy Executive Director APPROVED AS TO FORM: Office of General Counsel DALLAS AREA RAPID TRANSIT CONTRACTOR By: Title: Address: £OPPCROE.DOCjms 5 APPENDIX B PREVAILING WAGE RATE SCALE COPPELL, TX GINN & CASE, INC. GRAPEVINE CREEK SEWER TRUNK MAIN PROJECT 454/455 CITY OF COPPELLt TEXAS