ST0701-CN090430CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR THE
CONSTRUCTION OF
STREET PAVING, DRAINAGE
AND UTILITY IMPROVEMENTS
FOR
SOUTHWESTERN BLVD.
FROM COPPELL RD. TO GRAPEVINE CREEK
PROJECT # ST07-O1
AND FOR
SOUTHWESTERN BLVD.
FROM GRAPEVINE CREEK TO BELT LINE RD.
PROJECT #
COPPELL, TEXAS
FOR
PW COMMERCE CENTER, L.P.
AND
THE CITY OF COPPELL
HALFF ASSOCIATES, INC.
1201 NORTH BOWSER RD.
RICHARDSON, TEXAS 75081
AVO 24732 & 25816
APRIL 2009
TABLE OF CONTENTS
SUBJECT
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
General Conditions of the Contract for Construction.
Standard Form of Agreement between Owner and Contractor.
Invitation to Bid
Instruction to Bidders
Bid Form and Schedule of Values
NOTE - Documents to use for this division to be determined between City of Coppell and PacTrust.
DIVISION I - GENERAL REQUIREMENTS
01001 General Project Requirements
01014 Protection of the Environment
01563 Temporary Erosion and Sediment Control During Construction
DIVISION 2 - SITE WORK (SPECIFICATIONS)
02000 General Provisions
02001 Trench Safety Systems
02110 Site Clearing and Grubbing
02226 Excavating, Backfilling, Grading and Compacting for Site Work and Pavement
02229 Cement Sand Backfill
02230 Flexible Base Courses
02245 Lime Stabilized Subgrade
02270 Grass Seeding for Slope Protection and Erosion Control
02510 Asphaltic Concrete Paving
02520 Portland Cement Concrete Paving
02525 Portland Cement Concrete Curb and Gutter
02570 Bar-Wrapped Steel Cylinder Concrete Pressure Pipe and Fittings
02665 Water Main
02720 Storm Sewer
02730 Sanitary Sewer
APPENDIX A - GEOTECHNICAL REPORT-SOIL BORINGS
EXHIBIT C.- LIST OF DRAWINGS
LIST OF SPECIFICATIONS
BRIDGE CONSTRUCTION SHALL CONFORM WITH THE STANDARD SPECIFICATIONS FOR
CONSTRUCTION AND MAINTENANCE OF HIGHWAY, STREETS AND BRIDGES (TEXAS
DEPARTMENT OF TRANSPORTATION 2004 EDITION)
AVO 24732 & 25816 Table of Contents
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 0 -BIDDING AND CONTRACT DOCUMENTS
AVO 24732 & 25816
April 2009
Division 0
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
BASE BID -SECTION I
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price Total
In Fi res
1 A 1 LS Mobilization, complete in place, for the sum of
Dollars
$ $
and Cents
per lump sum.
2A 1 LS Traffic Control, complete in place, for the sum of
Dollars
$ $
and Cents
per lump sum.
3A 1 LS Street striping including reflective buttons as required by the
City of Coppell, complete in place, for the sum of
Dollars $ $
and Cents
per lump sum.
4A 1 LS Site clearing and grubbing within right-of--way, complete in
place, for the sum of
Dollars $ $
and Cents
per lump sum.
SA 3,600 SY Removal of existing asphalt, complete in place, for the sum of
Dollars
$ $
and Cents
per square yard.
6A 95 SY Install asphalt pavement, complete in place, for the sum of
Dollars
$ $
and Cents
er s uare yard.
AVO 24732 & 25816
April 2009
00140-4 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION I
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price
In Figures Total
7A 4,350 SF 4" Thick reinforced concrete sidewalk, complete in place, for
the sum of
Dollars $ $
and Cents
per square foot.
8A 455 SY 6" Thick Class C reinforced concrete, complete in place, for
the sum of
Dollars $ $
and Cents
per square yard.
9A 2,400 LF 6" Thick integral curb, complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
l0A 5,505 SY 8" thick reinforced concrete for paving, complete in place, for
the sum of
Dollars $ $
and Cents
per square yard.
11A 6,230 SY Limed and compacted subgrade, complete in place, for the sum
of
Dollars $ $
and Cents
per square yard.
AVO 24732 & 25816
April 2009
00140-5 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION I
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
12A 120 TON Hydrated lime to stabilize subgrade, complete in place, for the
sum of
$ $
Dollars
and
Cents
per ton.
13A 1 LS Grass seeding by hydromulch of area within right-of--way
including temporary irrigation and fertilizer, complete in place,
for the sum of
$ $
Dollars
and Cents
per lump sum.
14A 6 EA Relocation of mailbox, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
15A 4 EA Removal of existing trees, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
16A 4 EA Relocation of traffic signs, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
AVO 24732 & 25816
Apri12009
00140-6 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION I
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price Total
In Fi ures
17A 90 LF Construction of retaining walls, complete in place, for the sum
of
Dollars $ $
and Cents
per linear foot.
18A 345 SY Removal of existing concrete rip rap, complete in place, for the
sum of
Dollars $ $
and Cents
per square yard.
TOTAL AMOUNT BID FOR PAVING AND GRADING (ITEMS NO. lA THROUGH 18A) $
AVO 24732 & 25816
Apri12009
00140-7 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION II
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price Total
In Figures
19A 770 LF Furnish and install 1" copper pipe, complete in place, for the
sum of
Dollars
$ $
and Cents
per linear foot.
20A 110 LF Furnish and install 6" AWWA C900 DR18, Class 150, PVC
water line including trenching, embedment and backfill,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
21A 45 LF Furnish and install 8" AWWA C900 DR18, Class 150, PVC
water line including trenching, embedment and backfill,
complete in place, for the sum of
$ $
Dollars
and Cents
per linear foot.
22A 1,205 LF Furnish and install 12" AWWA C900 DR18, Class 150, PVC
water line including trenching, embedment and backfill,
complete in place, for the sum of
$ $
Dollars
and Cents
per linear foot.
23A 1,250 LF Design and implement Trench Safety Systems in accordance
with OSHA specifications, complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
AVO 24732 & 25816
April 2009
00140-8 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION II
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
24A 4 EA Fire hydrant, per City of Coppell standards, complete in place,
for the sum of
Dollars $ $
and Cents s
per each.
25A 4 EA Furnish and install 6"" gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
26A 3 EA Furnish and install 8" gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
27A 3 EA Furnish and install 12" gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
28A 1 EA Furnish and install 12"x12" tapping sleeve and valve
(including connection), complete in place, for the sum of
Dollars $ $
and Cents
per each.
AVO 24732 & 25816
April 2009
00140-9 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION II
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price
In Fi ures Total
29A 1 EA Furnish and install 24"x12" tapping sleeve and valve
(including connection), complete in place, for the sum of
Dollars $ $
and Cents
per each.
30A 2 TON Furnish and install ductile iron fittings, complete in place, for
the sum of
Dollars $ $
and Cents
per ton.
31 A 4 CY Concrete thrust blocking and backfill, complete in place, for
the sum of
Dollars
$ $
and Cents
per cubic yard.
32A 1 LS Testing and chlorination, complete in place, for the sum of
Dollars
$ $
and Cents
per lump sum.
33A 1,250 LF TV Inspection of water system, complete in place, for the sum
of
Dollars $ $
and Cents
per linear foot.
AVO 24732 & 25816
April 2009
00140-10 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION II
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
34A 9 EA Removal of 1" water service line, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
35A 9 EA Furnish and install 1"water service connection, complete in
place, for the sum of
Dollars $ $
and Cents
per each.
36A 1 EA Removal and salvaging of fire hydrant, complete in place, for
the sum of
Dollars $ $
and Cents
per each.
TOTAL AMOUNT BID FOR WATER SERVICES (ITEMS NO. 19A THROUGH 36A) $
AVO 24732 & 25816
April 2009
00140-11 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION III
WASTEWATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit DescriptionlUnit Price In Words Unit Price
I
Fi Total
ures
n
37A 1,070 LF Furnish and install 8" SDR 26 PVC wastewater pipe, including
trenching and backfill, complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
38A 5 EA Furnish and insta114' diameter standard cast-in-place manhole,
complete in place, for the sum of
Dollars $ $
and Cents
per each.
39A 1 EA Connect existing wastewater line to new manhole, complete in
place for the sum of
Dollars $ $
and Cents
per each.
40A 1 LS Test wastewater system and manholes, complete in place, for
the sum of
Dollars $ $
and Cents
per lump sum.
41A 1,070 LF TV Inspection for wastewater system, complete in place, for
the sum of
Dollars $ $
and Cents
per lump sum.
AVO 24732 & 25816
Apri12009
00140-12 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION III
WASTEWATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
42A 1,070 LF Design and implement Trench Safety systems in accordance
with OSHA Specifications, complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
43A 9 EA Furnish and install wastewater service connection each to
property line, complete in place, for the sum of
Dollars $ $
and Cents
per each.
44A 4 EA Abandonment of existing wastewater manholes, complete in
place, for the sum of
Dollars $ $
and Cents
per each.
TOTAL AMOUNT BID FOR WASTEWATER SERVICES (ITEMS NO. 37A THROUGH 44A) $
AVO 24732 & 25816 00140-13 Bid Form
April 2009 Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION IV
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/CJnit Price In Words Unit Price Total
In Fi ures
45A 100 LF Furnish and install 12" Schedule 40 PVC including trenching,
embedment and backfill, complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
46A 10 LF Furnish and install 18" Class IIl reinforced concrete pipe
including trenching, embedment and backfill, complete in
place, for the sum of
Dollars $ $
and Cents
per linear foot.
47A 730 LF Furnish and install 24" Class III reinforced concrete pipe
including trenching, embedment and backfill, complete in
place, for the sum of
Dollars $ $
and Cents
per linear foot.
48A 285 LF Furnish and install 36" Class III reinforced concrete pipe
including trenching, embedment and backfill, complete in
place, for the sum of
Dollars $ $
and Cents
per linear foot.
49A 2 EA Furnish and install pipe wyes, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
AVO 24732 & 25816
April 2009
00140-14 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION IV
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price
In Fi ures Total
SOA 3 EA Furnish and install standard 10' standard inlet, complete in
place, for the sum of
Dollars $ $
and Cents
per each.
S1A 1 EA Type "B" Headwall for 36" Class III reinforced concrete pipe
outfall, complete in place, for the sum of
Dollars $ $
and Cents
per each.
52A 1 EA Furnish and install 6' Storm drain manhole, complete in place,
for the sum of
Dollars $ $
and Cents
per each.
53A 85 CY Furnish and insta112' thick TxDOT type "A" rock rip rap
(common stone) with non-woven filter fabric at headwall,
complete in place, for the sum of
$ $
Dollars
and Cents
per cubic yard.
54A 6 CY Furnish and install 8" to 12" diameter rock rip rap (common
stone) with non-woven filter fabric at culvert, complete in
place, for the sum of
$ $
Dollars
and Cents
per cubic yard.
AVO 24732 & 25816 00140-15 Bid Form
Apri12009 Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION IV
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit DescriptionlUnit Price In Words Unit Price
In Figures Tota]
SSA 1,020 LF Design and implement Trench Safety systems in accordance
with OSHA specifications, complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
56A 2,910 CY Ditch excavation, complete in place, for the sum of
Dollars $ $
and Cents
per cubic yard.
57A 1 LS Install, implement and inspect erosion control facilities
including preparation of Storm Water Pollution Prevention
Plan (SWP3), complete in place, for the sum of
$ $
Dollars
and Cents
per lump sum.
TOTAL AMOUNT BID FOR DRAINAGE (ITEMS N0.45A THROUGH 57A) $
AVO 24732 & 25816
April 2009
00140-16 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION V
BRIDGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price Total
In Figures
58A 260 LF Drilled shaft foundations (24" Diameter), complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
59A 100 LF Drilled shaft foundations (30" Diameter), complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
60A 40 CY Class "C" concrete (Abutment), complete in place, for the sum
of
Dollars $ $
and Cents
per cubic yard.
61 A 60 CY Class "C" concrete (Bent), complete in place, for the sum of
Dollars
$ $
and Cents
per cubic yard.
62A 200 CY Class "S" concrete (Approach Slab), complete in place, for the
sum of
Dollars $ $
and Cents
per cubic yard.
AVO 24732 & 25816
Apri12009
00140-17 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION V
BRIDGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
63A 20 CY Class "S" concrete (Sidewalk), complete in place, for the sum
of
Dollars $ $
and Cents
per cubic yard.
64A 6,800 SF Reinforced concrete slab, complete in place, for the sum of
Dollars
$ $
and Cents
per square foot.
65A 405 LF Prestressed concrete slab beams (4SB15), complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
66A 895 LF Prestressed concrete slab beams (SSB15), complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
67A 635 SY Concrete surface treatment (Class 1), complete in place, for the
sum of
Dollars $ $
and Cents
per square yard.
AVO 24732 & 25816
April 2009
00140-18 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION V
BRIDGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
68A 150 LF Railing (T411 Rail), complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
69A 150 LF Railing (C411 Rail), complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
70A 180 LF Temporary railing (CSB Type 1), complete in place, for the
sum of
Dollars $ $
and Cents
per linear foot.
71A 150 LF Joint sealant, complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
72A 1 EA Remove structure (bridge 100-499 ft length), complete in
place, for the sum of
Dollars $ $
and Cents
per each.
TOTAL AMOUNT BID FOR BRIDGE (ITEMS NO. 58A THROUGH 72A) $
AVO 24732 & 25816
Apri12009
00140-19 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION VI
ELECTRICAL SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price
In Fi res Total
73A 2,780 LF Furnish and install 2" electrical conduit, complete in place, for
the sum of
Dollars
$
$
and Cents
per linear foot.
74A 4 EA Furnish and install pull box, complete in place, for the sum of
Dollars
and Cents $ $
per each.
75A 2 EA Connection of electric to bridge, complete in place, for the sum
of
Dollars
$
$
and Cents
per each.
TOTAL AMOUNT BID FOR ELECTRICAL (ITEMS NO. 73A THROUGH 75A) $
AVO 24732 & 25816
Apri12009
00140-20 Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
BID SUMMARY
SOUTHWESTERN BLVD. -FROM COPPELL RD. TO BELT LINE ROAD
SECTION I -TOTAL AMOUNT BID FOR PAVING AND GRADING
(Item No. 1 A through Item No. 18A)
SECTION II -TOTAL AMOUNT BID FOR WATER
(Item No. 19A through Item No. 36A)
SECTION III -TOTAL AMOUNT BID FOR WASTEWATER
(Item No. 37A through Item No. 44A)
SECTION IV -TOTAL AMOUNT BID FOR DRAINAGE
(Item No. 45A through Item No. 57A)
SECTION V - "TOTAL AMOUNT BID FOR BRIDGE
(Item No. 58A through Item No. 72A)
SECTION VI -TOTAL AMOUNT BID FOR ELECTRICAL
(Item 73A through Item No. 75A)
TOTAL AMOUNT BID FOR SECTIONS I, II, III, IV, V, and VI
AVO 24732 & 25816
April 2009
00140-21
Bid Form
Southwestern Blvd
From Coppell Rd to Grapevine Creek
If BIDDER is:
An Individual
By
doing business as
Business address:
Phone No.:
A Partnership
By
Business address:
Phone No.:
(Individual's Name)
(Firm Name)
(general partner)
AVO 24732 & 25816 00140-22 Bid Form
April 2009 Southwestern Blvd
From Coppell Rd to Grapevine Creek
A Corporation
By
(Corporate name)
(state of incorporation)
By
(name of person authorized to sign)
(Title)
(Corporate Seal)
Business address:
Phone No.:
A Joint Venture
By
(Secretary)
(Name)
(Address)
By
(Name)
(Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a part
to the joint venture should be in the manner indicated above).
END OF SECTION
AVO 24732 & 25816 00140-23 Bid Form
Apri12009 Southwestern Blvd
From Coppell Rd to Grapevine Creek
BASE BID -SECTION VII
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
1B 1 LS Mobilization, complete in place, for the sum of
Dollars
$ $
and Cents
per lump sum.
2B 1 LS Traffic Control, complete in place, for the sum of
Dollars
$ $
and Cents
per lump sum.
3B 1 LS Street striping, including reflective buttons as required by City
of Coppell, complete in place, for the sum of
Dollars $ $
and Cents
per lump sum.
4B 1 LS Site clearing and grubbing within right-of--way, complete in
place, for the sum of
Dollars $ $
and Cents
per lump sum.
SB 8,120 SY RemovablelDisposal of existing asphalt pavement, complete in
place, for the sum of
Dollars $ $
and Cents
per square yard.
AVO 24732 & 25816 00140-24 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VII
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
6B 410 SY RemovaUDisposal of existing concrete driveway pavement,
complete in place, for the sum of
Dollars $ $
and Cents
per square yard.
7B 245 LF Removal/Disposal of existing RCP pipe, complete in place, for
the sum of
Dollars $ $
and Cents
per linear foot.
8B 10 SY RemovaUDisposal of existing brick pavers, complete in place,
for the sum of
Dollars $ $
and Cents
per square yard.
9B 135 SY Install asphalt pavement, complete in place, for the sum of
Dollars
$ $
and Cents
per square yard.
l OB 820 SY 4-inch thick reinforced concrete sidewalk, complete in place,
for the sum of
Dollars $ $
and Cents
per square yard.
AVO 24732 & 25816
Apri12009
00140-25 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VII
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
11B 4,980 LF 6-inch integral concrete curb, complete in place, for the sum of
Dollars
$ $
and Cents
per linear foot.
12B 1,070 SY 5-inch thick reinforced concrete drive, complete in place, for
the sum of
Dollars $ $
and Cents
per square yard.
13B 11,070 SY 8-inch thick reinforced concrete pavement, complete in place,
for the sum of
Dollars $ $
and Cents
per square yard.
14B 11,915 SY Lime and compacted subgrade, complete in place, for the sum
of
Dollars $ $
and Cents
per square yard.
15B 180 TON Hydrated Lime (30 lbs/SY), complete in place, for the sum of
Dollars
$ $
and Cents
per ton.
AVO 24732 & 25816
April 2009
00140-26 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VII
PAVING AND GRADING SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
16B 1 LS Grass seeding by Hydromulch, complete in place, for the sum
of
Dollars
$
$
and Cents
per lump sum.
17B 1 EA Salvage existing fire hydrant, complete in place, for the sum of
Dollars
and Cents $ $
per each.
18B 8 EA Replace existing mail box, complete in place, for the sum of
Dollars
and Cents $ $
per each.
19B 19 EA Remove and relocate traffic sign, complete in place, for the
sum of
Dollars
$
$
and Cents
per each.
TOTAL AMOUNT BID FOR PAVING AND GRADING (ITEMS NO. 1B THROUGH 19B) $
AVO 24732 & 25816
April 2009
00140-27 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VIII
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
20B 630 LF Furnish and install 1" Copper pipe, complete in place, for the
sum of
Dollars $ $
and Cents
per linear foot.
21B 85 LF Furnish and install 1-1/2" Copper pipe, complete in place, for
the sum of
Dollars $ $
and Cents
per linear foot.
22B 75 LF Furnish and install 3-inch PVC water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
23B 10 LF Furnish and install 4-inch PVC water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
24B 110 LF Furnish and install 6-inch PVC water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
AVO 24732 & 25816
Apri12009
00140-28 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
SASE BID -SECTION VIII
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
25B 620 LF Furnish and install 8-inch PVC water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
26B 2,005 LF Furnish and install 12-inch PVC water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
27B 295 LF Furnish and install 24-inch RCP water pipe, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
28B 1 EA Furnish and install 1"Air release valve, complete in place, for
the sum of
Dollars $ $
and Cents
per each.
29B 1 EA Furnish and insta114" Gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
AVO 24732 & 25816
Apri12009
00140-29 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VIII
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
30B 7 EA Furnish and install 6" Gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
31B 9 EA Furnish and install 8" Gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
32B 6 EA Furnish and install 12" Gate valve, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
33B 7 EA 1" Water service connection, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
34B 1 EA 1-1/2" Tapping sleeve connection, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
AVO 24732 & 25816
April 2009
00140-30 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VIII
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
35B 1 EA 16"x12" Tapping sleeve and valve (including connection)„
complete in place, for the sum of
Dollars ~ $
and Cents
per each.
36B 1 EA 24"x12" Tapping sleeve and valve (including connection),
complete in place, for the sum of
Dollars $ $
and Cents
per each.
37B 4 TON Ductile iron fittings, complete in place, for the sum of
Dollars
$ $
and Cents
per ton.
38B 23 CY Concrete thrust blocking, complete in place, for the sum of
Dollars
$ $
and Cents
per cubic yard.
39B 6 EA Install fire hydrant, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
AVO 24732 & 25816 00140-31 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION VIII
WATER SERVICE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit DescriptionNnit Price In Words Unit Price
In Fi res Total
40B 8 EA Removal of water service line (1" or 1-1/2"), complete in
place, for the sum of
Dollars
$
$
and Cents
per each.
41 B 2,915 LF Install Trench Safety System, complete in place, for the sum of
Dollars
and Cents $ $
per linear foot.
42B 1 LS Testing and chlorination, complete in place, for the sum of
Dollars
and Cents $ $
per lump sum.
43B 2,915 LF TV inspection, complete in place, for the sum of
Dollars
and Cents $ $
per linear foot.
TOTAL AMOUNT BID FOR WATER SERVICE (ITEMS NO. 20B THROUGH 43B) $
AVO 24732 & 25816
April 2009
00140-32 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION IX
WASTEWATER SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
44B 2,290 LF Furnish and install 8" SDR 26 PVC wastewater pipe including
trenching, embedment and backfill, complete in place, for the
sum of
$ $
Dollars
and Cents
per linear foot.
45B 6 EA Furnish and insta114' diameter standard cast-in-place manhole
(up to 20' in depth), complete in place, for the sum of
Dollars $ $
and Cents
per each.
46B 4 EA Connect to existing wastewater manhole, complete in place, for
the sum of
Dollars $ $
and Cents
per each.
47B 2,290 LF Design and implement Trench Safety Systems in accordance
with OSHA Specifications, complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
48B 2 LS Test wastewater system and manholes, complete in place, for
the sum of
Dollars $ $
and Cents
per lump sum.
AVO 24732 & 25816 00140-33 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION IX
WASTEWATER SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price
In Figures Total
49B 2,290 LF TV inspection for wastewater system, complete in place, for
the sum of
Dollars
$
$
and Cents
per linear foot.
SOB 9 EA Connect existing 4" wastewater service to new 8" wastewater
line, complete in place, for the sum of
Dollars
$
$
and Cents
per each.
SIB 2 EA Removal of existing wastewater manhole, complete in place,
for the sum of
Dollars
$
$
and Cents
per each.
52B 5 EA Cut and plug existing 8" wastewater line, complete in place,
for the sum of
Dollars
$
$
and Cents
per each.
TOTAL AMOUNT BID FOR WASTEWATER (ITEMS N0.44B THROUGH SZB) $
AVO 24732 & 25816
Apri12009
00140-34 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION IX
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
53B 115 LF Furnish and install 12-inch Class III reinforced concrete pipe, SOB
complete in place, for the sum of
Dollars $
and Cents
per linear foot.
54B 560 LF Furnish and install 18-inch Class III reinforced concrete pipe, 51 B
complete in place, for the sum of
Dollars $
and Cents
per linear foot.
SSB 380 LF Furnish and insta1124-inch Class III reinforced concrete pipe, 52B
complete in place, for the sum of
Dollars $
and Cents
per linear foot.
56B 30 LF Furnish and install 30-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
57B 420 LF Furnish and install 36-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
AVO 24732 & 25816
Apri12009
00140-35 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION IX
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Figures
58B 285 LF Furnish and install 42-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
59B 240 LF Furnish and insta1148-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
60B 210 LF Furnish and install 60-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
61B 255 LF Furnish and install 66-inch Class IIl reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
62B 160 LF Furnish and install 72-inch Class III reinforced concrete pipe,
complete in place, for the sum of
Dollars $ $
and Cents
per linear foot.
AVO 24732 & 25816 00140-36 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION IX
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LJnit Price In Words Unit Price Total
In Figures
63B 1 EA Furnish and insta116-foot storm drain manhole, complete in
place, for the sum of
Dollars $ $
and Cents
per each.
64B 17 EA Furnish and install pipe wyes, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
65B 1 EA Furnish and install 2'x2' wye inlet, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
66B 6 EA Furnish and install 5'x5' wye inlet, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
67B 13 EA Furnish and install 10' curb inlet, complete in place, for the
sum of
Dollars $ $
and Cents
per each.
AVO 24732 & 25816
April 2009
00140-37 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION X
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
68B 1 EA 2:l Sloped end treatment, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
69B 4 EA Sloped concrete apron, complete in place, for the sum of
Dollars
$ $
and Cents
per each.
70B 20 LF Concrete encase existing wastewater main, complete in place,
for the sum of
Dollars $ $
and Cents
per linear foot.
71B 10 CY Furnish and install 6" to 8" diameter rock rip rap (common
stone) with non-woven filter fabric at headwall, complete in
place, for the sum of
$ $
Dollars
and Cents
per cubic yard.
72B 10 CY Furnish and install 2' thick TxDOT type "A" rock rip rap
(common stone) with non-woven filter fabric at headwall,
complete in place, for the sum of
$ $
Dollars
and Cents
per cubic yard.
AVO 24732 & 25816
April 2009
00140-38 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION X
DRAINAGE SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/Unit Price In Words Unit Price Total
In Fi ures
73B 2,650 LF Design and implement Trench Safety Systems, complete in
place, for the sum of
Dollars $ $
and Cents
per linear foot.
74B Z EA Removal/Disposal of existing wye inlet, complete in place, for
the sum of
Dollars $ $
and Cents
per each.
75B 1 EA RemovaUDisposal of existing manhole, complete in place, for
the sum of
Dollars $ $
and Cents
per each.
76B 1 LS Install, implement and inspect erosion control facilities
including preparation of Storm Water Pollution Prevention
Plan (SWP3), complete in place, for the sum of
$ $
Dollars
and Cents
per lump sum.
TOTAL AMOUNT BID FOR DRAINAGE (ITEMS NO. 53B THROUGH 76B) $
AVO 24732 & 25816 00140-39 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BASE BID -SECTION XI
ELECTRICAL SOUTHWESTERN BLVD.
UNIT PRICE SCHEDULE
Item No. Quantity Unit Description/LTnit Price In Words Unit Price
In Figures Total
77B 4,075 LF Furnish and install 2" electrical conduit, complete in place, for
the sum of
Dollars
$
$
and Cents
per linear foot.
78B 4 EA Furnish and install pull box, complete in place, for the sum of
Dollars
and Cents $ $
per each.
TOTAL AMOUNT BID FOR ELECTRICAL (ITEMS N0.77B THROUGH 78B) $
AVO 24732 & 25816
April 2009
00140-40 Bid Form
Southwestern Blvd
From Grapevine Creek to Beltline Rd
BID SUMMARY
SOUTHWESTERN BLVD. -FROM GRAPEVINE CREEK TO BELT LINE ROAD
SECTION VII -TOTAL AMOUNT BID FOR PAVING AND GRADING ~
(Item No. 1B through Item No. 19B)
SECTION VIII -TOTAL AMOUNT BID FOR WATER
(Item No. 20B through Item No. 43B)
SECTION IX -TOTAL AMOUNT BID FOR WASTE WATER
(Item No. 44B through Item No. 52B)
SECTION X -TOTAL AMOUNT BID FOR DRAINAGE
(item No. 53B through Item No. 76B)
SECTION XI -TOTAL AMOUNT BID FOR ELECTRICAL
(Item No. 77B through Item No. 78B)
TOTAL AMOUNT BID FOR SECTIONS VII, VIII, IX, X and X1 $
AVO 24732 & 25816 00140-41 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
If BIDDER is:
An Individual
By
doing business as
Business address:
Phone No.:
A Partnership
By
Business address:
Phone No.:
(Individual's Name)
(Firm Name)
(general partner)
AVO 24732 & 25816 00140-42 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
A Corporation
By
(Corporate name)
(state of incorporation)
By
(name of person authorized to sign)
(Title)
(Corporate Seal)
Business address:
Phone No.:
A Joint Venture
(Secretary)
By
By
(Name)
(Address)
(Name)
(Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a part
to the joint venture should be in the manner indicated above).
END OF SECTION
AVO 24732 & 25816 00140-43 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
BID SUMMARY
SOUTHWESTERN BLVD. -FROM COPPELL RD. TO BELT LINE ROAD
SECTION I -TOTAL AMOUNT BID FOR PAVING AND GRADING $_
(Item No. lA through Item No. 18A)
SECTION II -TOTAL AMOUNT BID FOR WATER $_
(Item No. 19A through Item No_ 36A)
SECTION III -TOTAL AMOUNT BID FOR WASTE WATER $_
(Item No. 37A through Item No. 44A)
SECTION IV -TOTAL AMOUNT BID FOR DRAINAGE $_
(Item No. 4SA through Item No. S7A)
SECTION V -TOTAL AMOUNT BID FOR BRIDGE $
(Item No. S8A through Item No. 72A)
SECTION VI -TOTAL AMOUNT BID FOR ELECTRICAL $
(Item No. 73A through Item No. 7SA)
TOTAL AMOUNT BID FOR SECTIONS I, II, III, IV, V and VI $
SECTION VII -TOTAL AMOUNT BID FOR PAVING AND GRADING $
(Item No. 1 B through Item No. 19B)
SECTION VIII -TOTAL AMOUNT BID FOR WATER $
(Item No. 20B through Item No. 43B)
SECTION IX -TOTAL AMOUNT BID FOR WASTE WATER $
(Item No. 44B through Item No. S2B)
SECTION X -TOTAL AMOUNT BID FOR DRAINAGE $
(Item No. 53B through Item No. 76B)
SECTION XI -TOTAL AMOUNT BID FOR ELECTRICAL $
(Item No. 77B through Item No. 78B)
TOTAL AMOUNT BID FOR SECTIONS VII, VIII, IX, X AND Xl $
TOTAL AMOUNT BID FOR SECTIONS I, II, III, IV, V,
VI, VII, VIII, IX, X and Xl $
AVO 24732 & 25816 00140-44 Bid Form
Apri12009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
If BIDDER is:
An Individual
By
doing business as
Business address:
Phone No.:
A Partnership
By
(Firm Name)
(general partner)
Business address:
Phone No_:
(Individual's Name)
AVO 24732 & 25816 00140-45 Bid Form
April 2009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
A Corporation
By
(Corporate name)
(state of incorporation)
By
(name of person authorized to sign)
(Title)
(Corporate Seal)
(Secretary)
Business address:
Phone No.:
A Joint Venture
By.
(Name)
(Address)
By
(Name)
(Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a part
to the joint venture should be in the manner indicated above).
END OF SECTION
AVO 24732 & 25816 00140-46 Bid Form
Apri12009 Southwestern Blvd
From Grapevine Creek to Beltline Rd
DIVISION 1 -GENERAL REQUIREMENTS
The requirements of Division 1 -General Requirements
are attached to and become part of the Contract Documents.
AVO 24732 & 25816 Division 1
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 1 -GENERAL REQUIREMENTS
SECTION 01001 -GENERAL PROJECT REQUIREMENTS
PART I -GENERAL
1.1 General: The provisions of the section of the Specifications shall govern in the event of any conflict
between them and the "General Conditions of the Contract for Construction".
1.2 Engineer: The "Engineer" as referred to in these Specifications is Halff Associates, Inc., 1201 N. Bowser
Rd., Richardson, Texas 75081.
1.3 Site: The Contractor shall limit his work to the area shown on the Project Drawings.
1.4 Project Description: This Contract consists of construction of paving, grading, drainage and utility
improvements for development of Southwestern Blvd. from Coppell Road to Belt Line Road.
The Base Bid for this project consists of all work associated with the paving, grading, drainage, water and
wastewater main construction of Southwestern Blvd.
Completion for this project will include removal of all objectionable rocks, pieces of asphalt or concrete
and other construction materials, and in general preparing the site of the work in an orderly manner and
appearance, completion of any other work required by the Contract Documents, and acceptance by the City
of Coppell, Texas, and Owners.
1.5 Safety Precautions: The Contractor shall comply with all applicable laws including the Occupational
Safety and Health Act of 1990, ordinances, rules, regulations and orders of any public authority having
jurisdiction for the safety of persons or property to protect them from damage, injury, or loss. He shall erect
and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for
safety and protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
1.6 Soil Investigation: Soil investigation prepared by Henley Johnston No. 9757, dated May 2008 and No.
MJA 5688, dated .June 15, 1990.
1.7 Finished Grades: The Contractor shall be responsible for grading to plus or minus 0.10-foot to conditions
existinL prior to beEinning construction.
1.8 Conformity with Drawings: All work shall conform to the lines, grades, cross-sections, and dimensions
shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of
construction will be determined by the Engineer and authorized by him in writing.
1.9 Warning Devices: The Contractor shall have the responsibility to provide and maintain all warning
devices and take all precautionary measures required by law to protect persons and property while said
persons or property are approaching, leaving or within the work site or any area adjacent to said work site.
No separate compensation will be paid to the Contractor for the installation or maintenance of any warning
devices, bamcades, lights, signs or any other precautionary measures required by law for the protection of
persons or property.
The Contractor shall assume all duties owed by the appropriate City to the general public in connection with
the general public's immediate approach to and travel through the work site and area adjacent to said work
site.
AVO 24732 & 25861 01001-1 General Project Requirements
Apri12009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
Where the work is tamed on, in, or adjacent to, any street, alley, sidewalk, public right-of--way or public
place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish,
erect and maintain such warning devices, bamcades, lights, signs and other precautionary measures for the
protection of persons or property as are required by law. The Contractor's responsibility for providing and
maintaining flagmen, watchmen, warning devices, bamcades, signs, and lights, and other precautionary
measures shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law
(by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other
precautionary measures for the protection of persons or property), the Engineer may order such additional
precautionary measures as required by law to be taken to protect persons and property, and to be
reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other public or private
property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in
protecting said property, and whenever evidence is found of such damage, the Engineer may order the
damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. All
of this work is considered incidental and shall not be a separate pay item.
The Contractor and his sureties shall indemnify, defend and save harmless the Owner(s) and all of its
officers, agents and employees from all suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received or sustained by any person, persons or
property on account of the operations of the Contractor, his agents, employees or subcontractors; or on
account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in the
execution of said contract; or on account of the failure of the Contractor to provide the necessary
barricades, warning lights or signs; and shall be required to pay any judgment, with cost which may be
obtained against the Owner(s) growing out of such injury or damage.
1.10 Existing Utilities, Structures and Other Property:
A. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas,
sewer, electric, telephone, telegraph, television, and other underground utilities and structures.
The Contractor shall notify the respective utility companies forty-eight (48) hours prior to
beginning work in and around any existing utility.
B. After commencing the work, use every precaution to avoid interferences 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, these
locations are generally approximate, and all items which may be encountered during the work are
not necessarily indicated. The Contractor shall determine the exact locations of all items indicated,
and the existence and locations of all items not indicated.
D. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities,
public property, and private property, whether it is below ground or above ground, and he shall
settle in total cost of all damage suits which may arise as a result of his operations.
E. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals,
replacements and construction with the appropriate utility company.
1.11 Drainage: The Contractor shall maintain adequate drainage at all times.
1.12 Governing Documents: This work shall conform to the requirements of these Specifications and the
details as shown on the Drawings. These Contract Documents are intended to be complementary.
Requirements of any of the Contract Documents are as binding as if called for by all. In the event of
conflict between the Drawings and the Specifications, the Contractor will be deemed to have assumed the
more expensive way of doing the work unless, before submitting a bid, the Contractor shall have asked for
and obtained (by addendum) a decision as to which method or material is intended.
AVO 24732 & 25861 01001-2 General Project Requirements
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
The North Central Texas Council of Governments (N.C.T.C.O.G.) Standard Specifications for Public
Works Construction are the governing specifications for this contract and are applicable in all cases.
Where N.C.T.C.O.G. Standard Specifications do not adequately describe material methods of construction,
and/or workmanship, the appropriate City Standard Specifications shall govern.
The Contractor shall provide a copy of N.C.T.C.O.G. Standard Specifications to be kept on the project site
at all times.
1.13 Project Record Documents:
A. Description
The Contractor shall maintain for the Owner(s)'s permanent records one copy o£
1. Drawings
2. Specifications
3. Addenda
4. Change Orders and other Modifications to the Contract
B. Maintenance of Documents and Samples
1. Documents and samples shall be stored in Contractor's field office apart from documents used
for construction.
2. Documents shall be maintained in a clean, dry, legible condition and in good order. Record
documents shall not be used for construction purposes.
3. Documents and samples shall be made available at all times for inspection by the Owner(s).
C. Recording
Each document shall be labeled "PROJECT RECORD" in neat, large printed letters.
Information shall be recorded concurrently with construction progress.
a. No work shall be concealed until required information is recorded.
Drawings shall be legibly marked to record actual construction as follows:
a. Depths of various elements of foundation in relation to finish slab datum.
b. Location of appurtenances concealed in the construction, referenced to visible and
accessible features of the structure.
c. Changes of dimensions and detail.
d. Changes made by Change Order.
e. Details not on original contract drawings.
Each specification and addenda section shall be legibly marked to record:
a. Manufacturer, trade name, catalog number and supplier of each product and item of
equipment actually installed.
b. Changes made by Field Order or by Change Order.
D. Submittals
1. At Contract close-out, Record Documents shall be delivered to Owner(s).
2. Submittals shall be accompanied with transmittal letters in duplicate, containing:
a. Date
b. Project title and number
c. Contractor's name and address
d. Title and number of each Record Document
e. Signature of Contractor or his authorized representative
AVO 24732 & 25861 01001-3 General Project Requirements
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
1.25 Proiect Field Office: Not applicable.
1.26 Utilities for Construction: All utilities required for construction will be furnished by the Contractor at his
own expense.
1.27 Work on Saturdays, Sundays & Holidays: When work must be performed on these days the contractor
must request permission to work to the Engineer and Governing Authority at least 48 hours in advance. The
contractor shall bear the entire cost of inspection (4 hour minimum) for this work with said amount to be
withheld from any monies to be due or to become due to the contractor upon completion of this contract.
Any additional costs associated with working on these days shall be borne by the Contractor.
1.28 Material Storage: Materials may be stockpiled on site at locations approved by the Owner(s).
The storage site shall be determined at the pre-construction meeting after the award of contract.
The Contractor shall be fully and legally responsible for safeguarding materials within the storage site. The
Contractor and his sureties shall indemnify, defend and save harmless the Owner(s) and all of its
officers, agents and employees from all suits, actions or claims of any character, name and description
brought for or on account of any loss at this location.
Before any flammable liquids or fuel is transported into the City or stored within the City limits, the
Contractor shall contact the respective City Fire Marshall for any applicable regulations.
If necessitated, Contractor, at his expense, shall erect a temporary fence and store materials inside of the
fenced area.
The Contractor shall maintain the storage area in a neat and orderly manner.
Prior to final acceptance of the project by the owner the areas used for storing petroleum products on any
area where spills may have occurred will be inspected by owners representative to determine if testing for
Total Petroleum Hydrocarbon (T.P.H.) is necessary.
T.P.H. in excess of 100 mg/kg (ppm) shall be excavated and disposed of in accordance with applicable state
and Federal Regulations at the Contractors expense. Soil testing to determine compliance will be
performed by the owner at the contractors expense.
1.29 Debris Maintenance: The Contractor at all times shall keep the construction site free from accumulation
of waste materials, rubbish, debris, etc. caused by his operations. Waste materials, rubbish, debris, etc.
shall be cleaned up daily and removed from the project site at least once a week. No payment will be made
for this work, its cost being subsidiary to the entire project.
1.30 Disposal of Waste Materials: All waste materials removed during construction, including but not limited
to old pavement, subgrade material, trees, rock and other debris, unless otherwise noted will become the
property of the contractor and be disposed of offsite by him at his own expense.
1.31 Temporary Use of Materials: No material which has been used by the Contractor for any temporary
purpose whatever is to be incorporated in the completed work without written consent of the Owner(s).
1.32 Protection of Trees and Plants: Permission of the Engineer must be obtained for removal of trees on the
property that obstruct the grading or other improvements as outlined in this project prior to construction.
When requested, the Engineer will mark the trees to be saved. Penalty for destruction of a tree without
permission shall be $500 per inch of diameter measured 4-1/2 feet above ground payable to the Owner(s).
AVO 24732 & 25861 01001-4 General Project Requirements
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
If damage is continuous, tree guards shall be erected when so directed by the Engineer at the Contractor's
expense.
The land owner reserves the right to relocate trees within the project limits. The Contractor shall cooperate
with the land owner as required to facilitate the relocation of trees by the land owner.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or
replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by
experienced workmen in an approved manner. Pruned limbs of 1" (one inch) diameter or larger, shall be
thoroughly treated as soon as possible with a tree wound dressing. Contractor is to notify property Owner
before pruning begins.
1.33 Removal of Defective and Unauthorized Work: All work, materials, or equipment which has been
rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own
expense. Work done beyond the lines and grades given or as shown on the Plans, except as herein
specifically provided, or any extra work done without written authority, will be considered as unauthorized
and done at the expense of the Contractor and will not be paid for by the Developer. Work so done may be
ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with
any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority
to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, an
the cost thereof maybe deducted from any money due or become due to the Contractor.
1.34 Staking: The Contractor will furnish all Construction Staking at his sole expense. Such stakes or markings
as the Engineer and/or Owner(s) may establish either for his own or the Contractor's guidance shall be
preserved by the Contractor until authorized by the Engineer to remove same. Any further staking will be
the responsibility of the Contractor and any existing stakes destroyed either by him or third parties will be
replaced by the Engineer at the expense of the Contractor. At the rate of $105 per hour per crew.
1.35 Testing: Unless specified otherwise, testing and laboratory services will be performed by independent
testing agencies selected and paid by the Owner(s). Preliminary tests on materials for concrete, and
design of concrete mixes will be provided and paid by the Contractor. In the event certain materials of
construction do not measure up to the required standards or certain performance obligations are not inet, the
defective material and/or work shall be removed and replaced and all subsequent testing and related work
necessitated by the replacement shall be paid by the Contractor.
1.36 Trench Safety: Per Texas House Bill 1569, effective as of September 1, 1989, it shall be the responsibility
of the Construction Contractor to provide and maintain a viable trench safety system at all times during
construction activities. The Contractor is directed to become knowledgeable and familiar with the standards
as set by the Occupational Safety and Health Administration's (OSHA) for trench safety that will be in
effect during the period of construction of the project. A bid item for Trench Excavation Safety Protection
is included in the proposal.
1.38 Remove and Replace Existing Fences: The Contractor shall coordinate all fence removals with the
Owner(s) at least forty-eight (48) hours prior to beginning work.
The Contractor shall construct and maintain all fence gaps required for the construction of this project at his
own expense. No separate payment will be made for the removal or replacement offences.
All fence gaps required shall be so constructed that they will be equal to or better than the fence in which
they are built. It shall be the Contractor's responsibility to prevent unauthorized persons from using the
fence gaps constructed by him.
AVO 24732 & 25861 01001-5 General Project Requirements
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
1.39 Excavation and Embankment: No classification will be made for any materials to be excavated under
this contract, regardless of the type of material encountered or the methods and equipment required to
complete the excavation. No extra compensation will be allowed for encountering different types of
material on this project. No additional compensation shall be allowed for stockpiling and/or placement of
topsoil. Payment for excavation includes all loading, hauling, sprinkling, manipulation and compaction
required.
All fills shall be onsite soils unless otherwise noted. The fill materials shall be free of large clods, rocks
greater than 6 inches, roots, stumps, organic or other deleterious material. All fill shall be placed in 8-inch
maximum lifts and compacted to not less than 95% of maximum density as determined by ASTM D 698
near -2 to +3 percent of the optimum moisture content.
Any trenches within existing or proposed roadway right-of--way will be backfilled with native material and
compacted to 95% of maximum density as determined by ASTM D 698 at a moisture content up to +4
percent of the optimum moisture content. The minimum compaction shall be 90% for any trench outside of
existing or proposed street right-of--way. Water jetting will not be allowed as a means of compaction.
Trench backfill shall be placed in 9-inch maximum lifts.
The Contractor shall not remove and excavated material from the project site without prior written
approval from the Owner(s).
No separate payment shall be made for structural or utility excavation, embedment, backfill or spreading
and compacting spoil material. Structural or utility excavation and backfill shall be considered incidental to
the project and the payments made under specific pay items shall be considered as full compensation for
these requirements.
No separate payment will be made for utility line embedment materials except concrete for encasement and
caps.
Measurement for the purpose of payment for excavation shall be the number of cubic yards excavated
between the finished line and grades shown on the Engineer's drawings and the existing ground surface as
shown on the drawings. The natural ground shown has been determined by a topographic survey by the
Engineer in May 2003. Excavated and filled areas may be spot checked by the Owner(s) to determine
compliance with the drawings.
The volume shall be measured as described irrespective of the percentage of shrinkage or expansion of
material.
The natural ground line shown on the drawings will be used as the existing ground surface for measurement
purposes. If the Contractor feels that discrepancies exist, these discrepancies shall be brought to the
Engineer's attention before any work begins. If the Contractor does not notify the Engineer in writing prior
to construction, then the Contractor shall accept the natural ground as shown on the drawings.
1.40 Grass Work: All areas disturbed during the construction will be seeded or sodded in accordance with the
NCTCOG Specifications. The pay limits for grassing will be within the disturbed areas of construction.
Any areas outside of the pay limits which are disturbed shall be grassed. Grassing outside of the pay limits
will not be paid for separately, but shall be considered incidental.
Seeded and sodded areas shall be fertilized with a 16-8-8 (N-P-K) meeting the requirements of the
NCTCOG specifications. Application rate of fertilizer shall be as recommended by manufacturer of
fertilizer. The seeding, sodding and fertilizer rates are only intended to be a guide for the Contractor. It
shall be the Contractor's responsibility to seed, sod and fertilize all areas to receive grass cover as necessary
to obtain a stand of grass as required by the Specifications.
AVO 24732 & 25861 01001-6 General Project Requirements
Apri12009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
The Contractor shall maintain sodded and seeded areas for a two (2) month period following planting or
until the grass has an established minimum height of two inches. Bare spots greater than 1 square yard will
be cause for rejection.
The top 6-inches of areas to be grassed shall consist of soil suitable for grassing, free of rocks, debris,
organic material and clods larger than 1-inch in diameter.
No direct payment will be made for placement of topsoil, maintenance, fertilizer or for water required by
the specifications.
1.41 Excess Excavated Material: Excess excavated material shall be defined as material excavated in excess of
the quantity required for fill areas shown on the grading plan, roadway embankment, median and parkway
backfill and to backfill utility trenches and drainage structures.
Excess excavated material shall be placed and compacted on the site in the locations and to the lines and
grades which will be determined by the Engineer or his representative.
There shall be no additional compensation due the Contractor due to excess material.
PART II -MATERIALS
Not applicable.
PART III -INSTALLATION
Not applicable.
PART IV -PAYMENT
Payment for the work described in this section shall be made only if their is a specific item for payment
provided in the Contractor's proposal. All other work shall be considered incidental and subsidiary to the
various bid items and payments made under specific pay items shall be considered as full compensation for
these requirements.
END OF SECTION
AVO 24732 & 25861 01001-7 General Project Requirements
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
DIVISION 1 -GENERAL REQUIREMENTS
SECTION 01014 -PROTECTION OF THE ENVIRONMENT
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and applicable Provisions of the Contract, including General and Supplementary Conditions,
and applicable sections of Division 1 and Division 2 Specification Sections apply to this section.
1.2 SCOPE OF WORK:
A. The Contractor in executing the work, shall maintain all work areas on and off the site free from
environmental pollution that would be in violation of any federal, state, or local regulations.
1.3 PROTECTION OF STORM DRAINAGE AND SEWER SYSTEM:
A. Take adequate measures to prevent the impairment of the operation of the existing storm drainage and
sewer systems. Prevent construction materials, concrete, earth, or other debris from entering any storm
drainage and sewer system. All storm or sewage flow interfering with construction and requiring
diversion shall be diverted by the Contractor to a point acceptable to the Owner(s).
1.4 PROTECTION OF WATERWAYS:
A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S.
Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any
refuse, rubbish, dredge material, or debris therein.
B. Contractors are specifically cautioned that disposal of materials into any waters of the State must
conform with City of Coppell, State of Texas, and applicable Federal requirements.
C. The Contractor shall be responsible for providing an approved method which will handle, carry
through, or divert around his work all flows, including storm flows and flows created by construction
activity, so as to prevent erosion resulting in silting of waterways or flooding damage to the property.
Suggested methods for erosion control are shown in the drawings. Contractor shall prepare and submit
a Storm Water Pollution Prevention Plan (SWP3) for Owner's approval prior to beginning work. Refer
to Section 01563 for Erosion Control Guidelines and Example SWP3.
D. The Contractor shall comply with the procedures outlined in the U.S. Environmental Protection Agency
manuals entitled "Guidelines for Erosion and Sedimentation Contro] Planning and Implementation" and
"Processes, Procedures and Methods to Control Pollution Resulting from All Construction Activity,"
and/or applicable requirements of the State of Texas.
1.5 DISPOSAL OF WASTE MATERIAL:
A. The Contractor shall make his own arrangements for disposal of waste materials subject to submission
of proof to the Owner(s) that owner(s) of the proposed site(s) has a valid fill permit issued by the
appropriate governmental agency and submission of a haul route plan including a map of the proposed
route(s).
B. Unacceptable disposal sites include, but are not limited to, sites which have a detrimental effect on
surface water or groundwater quality.
C. The Owner(s), at his discretion, may suspend operation of the Contractor for alleged non-compliance
with Texas Water Commission, Texas Department of Health or Environmental Protection Agency
Regulations.
AVO 24732 & 25816 01014-1 Protection of the Environment
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
1.6 PROTECTION OF AIR QUALITY:
A. Air pollution shall be minimized by wetting down bare soils during windy periods, or as requested by
Owner(s); by requiring the use of properly operating combustion emission control devices on
construction vehicles and equipment used by Contractor; and by encouraging the shutdown of
motorized equipment not actually in use.
B. Trash burning will not be permitted on the construction site.
C. If temporary heating devices are necessary for protection of the work, such devices shall be of a type
that will not cause pollution of the air.
1.7 USE OF CHEMICALS:
A. All chemicals used during project construction or furnished for project operation, whether herbicide,
pesticide, disinfectant, reactant or of other classification, must show approval of either the U.S.
Environmental Protection Agency or the U.S. Deparhnent of Agriculture, or any other applicable
regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the
manufacturer's instructions. Petroleum products shall be identified and stored in safety approved
containers.
1.8 NOISE AND DUST CONTROL:
A. The Contractor shall so conduct all his operations that they will cause the least annoyance to the
residents in the vicinity of the work, and shall comply with all applicable local ordinances. The
compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be
necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines.
All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and
exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if
directed by the Owner(s).
B. The operation of dumping materials and of carrying materials away in trucks shall be so conducted as
to cause a minimum of noise and dust. Vehicles carrying sands, dirt, rock, concrete, or other material
shall be routed over such streets as will cause the least annoyance to the public and shall not be
operated on public streets between the hours of 6:00 p.m and 7:00 a.m., or on Saturdays, Sundays or
legal holidays unless approved by the Owner(s) and the City of Coppell.
C. All unpaved streets, roads, detours, or haul roads used in the construction area shall be given an
approved dust-prevention treatment or periodically watered to prevent dust. Applicable environmental
regulations for dust prevention shall be strictly enforced.
D. Dust prevention treatment shall be performed to the satisfaction of the Owner(s).
1.9 MAINTENANCE AREA:
A. Concrete pad with area for oil changes and maintenance is required.
B. Fuel storage areas will be protected from external flooding and internal spillage by berm.
C. If required for additional erosion control, wash area for trucks shall be maintained in conjunction with
stabilized construction entrance.
END OF SECTION
AVO 24732 & 25816 01014-2 Protection of the Environment
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
DMSION 1-GENERAL REQUIREMENTS
SECTION 01563 -TEMPORARY EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION
PART1-GENERAL
1.0 RELATED DOCUMENTS:
A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions
and Divisions 1 Specification Sections, apply to this Section.
1.02 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.03 REGULATORY REQUIREMENTS:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. City of Coppell Specifications for Storm Water Pollution Prevention.
1.04 REFERENCE SPECIFICATIONS:
A. All work covered in DIVISION 2 -SITE WORK shall be governed by the latest edition of the North
Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works
Construction as amended and/or supplemented by these specifications. These Specifications and Special
Provisions govern the reference specification. Any item not modified or amended by these specifications
shall be deemed correct in the reference specifications.
B. Work not described herein or in the NCTCOG Standard Specifications shall be governed by the Texas
Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and
Bridges.
1.05 SUBMITTALS:
A. Product Data:
1. Silt fencing.
2. Non-woven filter fabric.
1.06 MAINTENANCE:
A. Maintain erosion control devices as necessary. This includes any revisions or modifications to the plan.
Any work required maintenance shall be the responsibility of the Contractor and shall not be a basis for
additional compensation.
PART2-PRODUCTS
2.01 MATERIALS:
A. Hay bales weigh a minimum of fifty (50) pounds and shall be at least thirty (30) inches in length. Bales
shall be composed entirely of vegetable matter and be free of seeds. Binding shall be either wire or nylon
string, jute or cotton binding is unacceptable. Bales shall be used for not more than two months before
being replaced. However, if weather conditions cause biological degradation of the hay bales, they shall
be replaced sooner than the two month time period to prevent a loss of structural integrity of the hay bale
dike.
B. Stone material, if used, shall consist of type "A" rip-rap conforming to SDHPT Standard Specification
AVO 24732 & 25816 01563-1 Temporary Erosion and Sediment Control
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
Item 432.4 and shall be placed as shown on the plans or in a layer of at least 12 inches thick.
C. Geotextile Fabrics shall be a non-woven polypropylene fabric designed specifically for use as a soil
filtration media, and conforming to NCTCOG Standard Specifications for Public Works Construction.
D. Geotextile Silt Fence Fabric shall be a nylon reinforced polypropylene fabric having a reinforcing cord
running the entire length to the top edge of the fabric. The fabric must meet or exceed the requirements of
the NCTCOG Standard Specifications for Public Works Construction.
E. Fence Posts for Silt Fence shall be galvanized steel "T" posts of sufficient length to support the silt fence
system.
F. Woven Wire Support for Silt Fence: W 1.4 x W 1.4, 4" x 4", zinc coated (galvanized) steel woven wire
fabric conforming to ASTM AI 16.
PART 3 -EXECUTION
A. Locate and protect survey horizontal and vertical control.
B. Erosion control measures and Contractor's plan shall be extended to include the on-site area where
Contractor may borrow material.
3.01 STABILIZED CONSTRUCTION ENTRANCE:
A. A temporary construction entrance shall be installed at any point where traffic will be entering or leaving
the construction site to or from a public or campus right-of--way, street, alley, sidewalk or parking area.
The purpose of a stabilized construction entrance is to reduce or eliminate the tracking or flowing of
sediment onto public or campus rights-of--way. The entrance must be properly graded or incorporate a
drainage swale to prevent runoff from leaving the construction site. The length of the entrance shall be as
required, but not less than one hundred (100) feet.
B. The temporary construction entrance shall be maintained in a condition which will prevent tracking or
flowing of sediment onto public or campus rights-of--way. This may require periodic top dressing with
additional stone as conditions demand and repair and/or clean out of any measures used to trap sediment.
All sediment spilled, dropped, washed or tracked onto rights-of--way must be removed immediately by the
Contractor.
C. When necessary, wheels must be cleaned to remove sediment prior to entrance onto right-of--way. When
washing is required, it shall be done on an area stabilized with crushed stone which drains into an
approved sediment trap or sediment basin. All sediment shall be prevented from entering any storm drain,
ditch or watercourse using approved methods.
3.02 SILT FENCE:
A. Silt Fence, if used, shall consist of nylon reinforced polypropylene netting supported by woven wire mesh,
W 1.4 x W 1.4 and galvanized steel posts set a minimum depth of 2 feet and spaced not more than 6 feet on
center. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence on the uphill side to allow
the fabric to be laid below the surface and back filled with gravel. Fabric shall overlap at abutting ends a
minimum of 3 feet, and shall be joined such that no leakage or bypass occurs. Remove accumulated
sediment when the depth reaches 6 inches.
3 DIVERSION DIKE:
A. Diversion dikes, if used, shall be installed prior to and maintained for the duration of construction and
shall intercept no more than five (5) acres of runoff. Dikes shall have a minimum top width of 2'-0" and a
minimum height of compacted fill of 18" measured from the top of the existing ground at the upslope toe
to top of the dike and having side slopes of 3:1 or flatter. The channel which is formed by the dike must
have a minimum slope of one (1) percent for the entire length to an outlet. When the slope exceeds three
(3) percent, or velocities exceed one foot per second (regardless of slope), stone stabilization (Type "A"
rip-rap) is required. Plant grass on dikes not requiring stone stabilization. Reference Section 02270 for
grassing.
EXAMPLE SWP3
AVO 24732 & 25816 01563-2 Temporary Erosion and Sediment Control
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
Storm Water Pollution Prevention Plan (SWP3)
Project Name and Location:
Owner:
Prepared by:
Contractors:
Construction Schedule:
Commencement: Completion:
I. Site Description
A. Location and Nature of Construction Activity
- Describe location and type of work.
B. Sequence of Activities
- Describe sequence of soil disturbing activities.
C. Affected Area
- Describe area and reference plan sheet.
- Include area where Contractor may borrow material on-site.
D. Storm Water Discharge Characteristics
- Describe soil and runoff characteristics. Prepare table showing drainage areas and runoff coefficients. (See
AVO 24732 & 25816 01563-3 Temporary Erosion and Sediment Control
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
example table.)
Sub-Area Acres Existing "C" CxA Proposed "C" ' CxA
1
2
3
TOTALS
TABLE 1: WEIGHTED "C" VALUE CALCULATION
E. Site Maps
- Describe drawings.
F. Name of Receiving Water
- Name drainage system.
II. Federal, State and Local Laws and Regulations
All of the following laws and regulations concerning environmental protection, pollution control, and
abatement shall be observed on this project:
Environmental Protection Agency 40CFR Part 122
Executive Order 11514, Protection and Enhancement of Environmental Quality, 5 March, 1970, as amended
by Executive Order 11991, 24 May 1977.
Executive Order 11593, Protection and Enhancement of the Cultural Environment, 13 May 1971.
Executive Order 11988, Floodplain Management, 24 May 1977.
Executive Order 11990, Protection of Wetlands, 24 May 1977.
Clean Air Act as amended.
Clean Water Act.
Endangered Species Act of 1973 as amended.
Federal Water Project Recreation Action Act.
Fish and Wildlife Coordination Act.
Historic Sites Act 1935, as amended.
National Historic Preservation Act of 1969, as amended.
Preservation of Historical and Archaeological Data Act of 1974, as amended.
River and Harbor Act, 3 March 1989.
AVO 24732 & 25816 01563-4 Temporary Erosion and Sediment Control
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
Wild and Scenic Rivers Act of 1968.
Navigable Waters, Discharge of Dredged or Fill Materials, (40 CFR 230.1-230.8).
Regulations for Implementing the Procedural Provisions of National Environmental Policy Act of 1969, (40
CFR 1500-1508).
Protection of Historic and Cultural Properties (30 CFR 800).
Regulatory Programs of the Corps of Engineers (23 CFR 320-329).
Texas Clean Air Act.
III. Pollution Prevention Controls
A. Erosion and Sedimentation Controls
- Describe temporary controls, maintenance and final stabilization.
B. Pollution Removal Efficiencies
- Develop table showing effectiveness of various temporary erosion control methods.
C. Other Controls
- Describe methods for solid waste disposal, hazardous wastes, temporary sanitary facilities, etc.
D. Maintenance
- Describe maintenance procedures.
IV. Inspections
- Describe inspections to be performed including frequency, reporting, and record keeping.
V. Non-Storm Water Discharges
- Describe types of chemical and other agents used in construction.
A. Inventory for Pollution Prevention Plan
- Describe spill prevention methods including good housekeeping measures, hazardous material handling
procedures, and specific material and spill prevention practices. Prepare a table outlining these specific
practices.
VI. Subcontractors
- Describe subcontractor compliance with SWP3
AVO 24732 & 25816 01563-5 Temporary Erosion and Sediment Control
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
VII. Documentation
- Describe record keeping practices and terms. List records to retain.
AVO 24732 & 25816
April 2009
01563-6 Temporary Erosion and Sediment Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
STORM WATER POLLUTION PREVENTION PLAN
INSPECTION REPORT
Date: Inspector:
Job No.: Location:
Proj
Temp: Rain: Yes No_ Inches- Last Rainfall (Date):
Ground Condition: Photos taken: Yes No
Work in Progress:
Location Date Last
Dishirbed
Observed Problems or Hazards:
DISTURBED AREAS
Next Type of Maintenance
Disturbance Stabilization Required
(YesMo)
Maintenance
Maintenance to be performed on or before:
Signature:
Inspector
Inspection Report Certification should be attached
AVO 24732 & 25816
Apri12009
01563-7 Temporary Erosion and Sediment Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
INSPECTION REPORT CERTIFICATION
I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in
accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information
submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible
for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and
complete. I am aware that there are significant penalties for submitting false information, including the possibility of
fine and imprisonment for knowing violations.
Signed:
Title:
Date:
AVO 24732 & 25816 01563-8 Temporary Erosion and Sediment Control
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Rd.
SECTION 01563 -TEMPORARY EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION
STORM WATER POLLUTION PREVENTION PLAN
CONTRACTOR/SUBCONTRACTOR CERTIFICATION
I CERTIFY UNDER PENALTY OF LAW THAT I UNDERSTAND THE TERMS AND CONDITIONS OF THE
GENERAL NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT THAT
AUTHORIZES THE STORM WATER DISCHARGES ASSOCIATED WITH INDUSTRIAL ACTIVITY FROM
THE CONSTRUCTION SITE IDENTIFIED AS PART OF THIS CERTIFICATION.
SIGNATURE OF COMPANY OFFICIAL: BY
TITLE: ITS
DATE:
CONTRACTOR:
ADDRESS:
PHONE NO:
SITE:
PROJECT:
END OF SECTION
AVO 24732 & 25816
Apri12009
01563-9 Temporary Erosion and Sediment Control
Soutwestern Blvd. from
Coppell Road to Belt Line Road
Construction
DIVISION 2 -SITE WORK
The requirements of Division 2 -Site Work
are attached and become a part of the Contract Documents
AVO 24732 & 25816 Site Work
Apri12009 Southwestern Blvd. from
Coppell Road to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02000 -GENERAL PROVISIONS
PART1-GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
1.1 SECTION INCLUDES:
A. Regulatory Requirements.
B. Reference Specifications.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specification.
E. Special Provisions.
1.3 REGULATORY REQUIREMENTS:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Obtain required permits and three-way contracts from authorities, if required.
C. Coordinate traffic maintenance and safety at project entries with the City of Coppell. Contractor shall be
solely responsible for worker and public safety in the construction area under this contract.
D. Notify all utility companies before starting work and comply with their requirements.
E. NOTIFY OWNER(S) IF HAZARDOUS OR CONTAMINATED MATERIALS ARE DISCOVERED.
F. U.S. Environmental Protection Agency's National Pollutant Discharge Elimination System (NPDES).
1.4 REFERENCE SPECIFICATIONS:
A. Al] work covered in DIVISION 2 -SITE WORK shall be governed by the latest edition of the North
Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works
Construction as amended and/or supplemented by these specifications and the City of Coppell. These
Specifications and Special Provisions govern the reference specification. Any item not modified or
amended by these specifications shall be deemed correct in the reference specifications.
B. Work not described herein or in the NCTCOG Standard Specifications shall be governed by the Texas
Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and
Bridges.
C. The Contractor shall maintain a copy of the Plans, Project Manual and the Reference Specifications at the
job site at all times during construction.
PART 2 -PRODUCTS
2.0 GENERAL:
A. All products used shall conform to the requirements and standards specified in the Plans and in the
Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the
Owner(s).
AVO 24732 & 25816 02000-1 General Provisions
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
PART 3 -EXECUTION
3.0 GENERAL:
A. Execution of the work shall conform to the requirements and standards specified in the Plans and in the
Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the
Owner(s).
B. The work performed in all sections of DIVISION 2 -SITE WORK shall conform in every respect to the
Contract Documents, applicable City and State requirements, applicable local ordinances, and regulations
of the Occupational Safety and Health Administration (OSHA). In the event that the Contract Documents
do not adequately specify materials, methods of construction, or workmanship of any portion of the
proposed work, the NCTCOG Standard Specifications for Public Works Construction, as amended in the
Contract Documents, shall apply.
C. Owner shall employ and pay for all material testing and quality control described in these specifications.
END OF SECTION
AVO 24732 & 25816 02000-2 General Provisions
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02000 -GENERAL PROVISIONS
PARTI-GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
1.1 SECTION INCLUDES:
A. Regulatory Requirements.
B. Reference Specifications.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specification.
E. Special Provisions.
1.3 REGULATORY REQUIREMENTS:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Obtain required permits and three-way contracts from authorities, if required.
C. Coordinate traffic maintenance and safety at project entries with the City of Coppell. Contractor shall be
solely responsible for worker and public safety in the construction area under this contract.
D. Notify all utility companies before starting work and comply with their requirements.
E. NOTIFY OWNER(S) IF HAZARDOUS OR CONTAMINATED MATERIALS ARE DISCOVERED.
F. U.S. Environmental Protection Agency's National Pollutant Discharge Elimination System (NPDES).
1.4 REFERENCE SPECIFICATIONS:
A. All work covered in DIVISION 2 -SITE WORK shall be governed by the latest edition of the North
Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works
Construction as amended and/or supplemented by these specifications and the City of Coppell. These
Specifications and Special Provisions govern the reference specification. Any item not modified or
amended by these specifications shall be deemed correct in the reference specifications.
B. Work not described herein or in the NCTCOG Standard Specifications shall be governed by the Texas
Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and
Bridges.
C. The Contractor shall maintain a copy of the Plans, Project Manual and the Reference Specifications at the
job site at all times during construction.
PART 2 -PRODUCTS
2.0 GENERAL:
A. All products used shall conform to the requirements and standards specified in the Plans and in the
Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the
Owner(s).
AVO 24732 & 25816 02000-1 General Provisions
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
PART 3 -EXECUTION
3.0 GENERAL:
A. Execution of the work shall conform to the requirements and standards specified in the Plans and in the
Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the
Owner(s).
B. The work performed in all sections of DIVISION 2 -SITE WORK shall conform in every respect to the
Contract Documents, applicable City and State requirements, applicable local ordinances, and regulations
of the Occupational Safety and Health Administration (OSHA). In the event that the Contract Documents
do not adequately specify materials, methods of construction, or workmanship of any portion of the
proposed work, the NCTCOG Standard Specifications for Public Works Construction, as amended in the
Contract Documents, shall apply.
C. Owner shall employ and pay for all material testing and quality control described in these specifications.
END OF SECTION
AVO 24732 & 25816 02000-2 General Provisions
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02001 -TRENCH SAFETY SYSTEMS
PARTI-GENERAL
1.0 GENERAL:
A. THE GENERAL CONDITIONS, SUPPLEMENTARY CONDITION, and applicable requirements of
DIVISION I -GENERAL REQUIREMENTS are hereby made a part of this Section.
1.1 WORK INCLUDED:
A. This section covers excavation and supporting systems for trenches necessary to protect the safety of
workers. This specification shall govern for construction of all types of trenches except where the
requirements of this section are explicitly revised or superseded by another section. Additional
requirements as set forth by federal, state, and local government regulations will be applicable and must be
followed. The Contractor shall be responsible for the design, placement, and inspection of all trench
safety systems in conformance with the Occupational Safety and Health Administration (OSHA) standards
as contained in Subpart P, Part 1926, Title 29 of the Code of Federal Regulations (29 CFR 1926). Other
OSHA construction standards shall also apply.
1.2 APPLICABILITY:
A. These specifications apply to any trench excavation which is over five (5) feet in depth from the ground
surface, or trench excavations that are less than five (5) feet in depth located in areas where unstable soil
condition are present (Ref. OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 29
CFR 1926.652, Subparagraph (a)).
1.3 LIABILITY:
A. It is the Contractor's responsibility that all excavation work and site conditions are within the regulations as
established by OSHA. Any property damage or bodily injury (including death) that arises from use of the
trench safety systems, from the Contractor's negligence in performance of the contract work, shall remain
the sole responsibility and liability of the Contractor.
1.4 EXISTING UNDERGROUND INSTALLATIONS:
A. Known underground installations are shown on the Drawings. It is the Contractor's responsibility to verify
the size, locations and elevations of all existing utilities in the construction area prior to commencement of
excavation operations.
PART II -MATERIALS
Not applicable.
PART III -INSTALLATION
Not applicable.
PART IV -MATERIALS
Not applicable.
AVO 24732 &25816
Apri12009
02001-1
Trench Safety Systems
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
PART IV -PAYMENT
4.1 MEASiJREMENT AND PAYMENT:
A. Trench Excavation Protection shall be measured and paid for on a per linear foot basis.
B. Payment shall include all components for design and construction of the Trench Protection System which
can include, but not be limited to, sloping, sheeting, trench boxes or trench shields, sheet piling, cribbing,
bracing, shoring, dewatering or diversion of water to provide adequate drainage. Payment shall also
include the additional excavation and backfill required, any jacking, jack removal, and removal of the
trench supports after completion.
C. Payment of all work prescribed under this item shall be full compensation for all additional excavation and
backfill; for furnishing, placing and removing all shoring, sheeting, or bracing; for dewatering or diversion
of water; for all jacking and jack removal; and for all other labor, materials, tools, equipment and
incidentals necessary to complete the work.
END OF SECTION
AVO 24732 &25816 02001-2 Trench Safety Systems
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DMSION 2 -SITE WORK
SECTION 02110 -SITE CLEARING AND GRUBBING
PART1-GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions
and Divisions 1 Specification Sections, apply to this Section.
1.2 SECTION INCLUDES:
A. Protection of existing features.
B. Clearing and grubbing.
C. Debris removal.
1.3 RELATED SECTIONS:
A. Excavating, backfilling, grading and compacting for site work and pavement -Section 02226.
B. Grass seeding for slope protection and erosion control -Section 02270.
C. Temporary erosion and sediment control during construction -Section 01563.
PART2-PRODUCTS
Not Applicable.
PART 3 -EXECUTION
3.1 GENERAL:
A. Site clearing and grubbing shall consist of the removal and disposal of trees, stumps, brush, roots,
vegetation, logs, rubbish, and other objectionable matter from the construction area.
3.2 PREPARATION FOR WORK:
A. Verify that existing plant life designated to remain, if any, is tagged or identified, and protected as
described in the Specifications.
B. Verify and protect survey control.
3.3 PROTECTION OF EXISTING FEATURES:
A. Locate, identify, and protect from damage utilities to remain.
B. Protect trees, plant growth, and features designated to remain.
C. Protect bench marks and survey control from damage or displacement.
3.4 CLEARING AND GRUBBING:
A. The designated construction area shall be cleared of all trees, brush, shrubbery, and plants, not indicated
on Drawings to be preserved. Trees and brush designated to be left in place shall be carefully trimmed as
directed and shall be protected from scarring, barking or other injuries during construction operations.
Pruned limbs over 2 inches in diameter shall be treated by painting the exposed ends with an approved
asphaltic material. Stumps, roots, and other objectionable material shall be removed from areas requiring
fill or from borrow sites and/or materials sources to the complete extent necessary to prevent objectionable
matter from becoming mixed with the material to be used on construction.
AVO 24732 & 25816 02110-1 Site Clearing and Grubbing
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
B. Unless otherwise provided, all merchantable timber removed as previously specified shall become the
property of the Contractor. It is the intent of this specification to provide for the removal and disposal of
all obstructions and objectionable materials not specifically provided for elsewhere by the Contract
Documents.
C. Remove existing concrete and asphalt paving, curb, gutter, walks and other items shown or described to be
removed in the Contract Documents.
D. Remove trees, shrubs and other plant life within the site shown or described to be removed in the Contract
Documents. Remove tree and shrub stumps and root system to a depth of 24 inches below existing grades.
Remove grass and ground cover root system to a depth of 4 inches.
3.5 DEBRIS REMOVAL:
A. Removed material shall become the property of the Contractor. Contractor shall remove debris, rock, and
extracted plant life from site and legally dispose.
3.6 EROSION CONTROL:
A. Provide erosion control measures necessary to maintain site. Protect against both wind and rainfall
erosion.
B. Reference Division 1 -Section 01563 and Division 2 -Section 02270 for more specific requirements for
erosion control.
END OF SECTION
AVO 24732 & 25816 02110-2 Site Clearing and Grubbing
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DMSION 2 -SITE WORK
SECTION 02226 -EXCAVATING, BACKFILLING, GRADING AND COMPACTING FOR SITE WORK
AND PAVEMENT
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SECTION INCLUDES:
A The famishing of all labor, materials and equipment to complete all demolition, excavation, filling, and
compacting; to provide protection of embankments and cuts; and, to remove and dispose of all surplus
materials and debris; as required. The work included in this Section is limited to the area defined in the
drawings.
B. Quality Assurance.
C. Materials.
D. Excavation.
E. Filling Areas.
F. Grading.
G. Non-treated Subgrade Preparation.
H. Trench Backfill.
I. Sheeting, Shoring and Bracing
J. Testing and Laboratory Service.
K. Compacting for establishing pavement subgrade elevations.
1.3 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions
1.4 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets
and Bridges.
C. Geotechnical Investigations prepared for Henley Johnston & Associates.
D. ASTM D698 -Moisture-Density Relations of Soils (Standard).
E. ASTM D4318 -Test for Liquid Limit, Plastic Limit and Plasticity Index of Soils.
1.5 EXISTING UTILITIES:
A. Where pipes, ducts and structures are encountered in the excavation but are not shown on the Drawings,
immediately notify the Engineer.
AVO 24732 & 25816 02226-1 Excavating, Backfilling and Compacting
April 2009 for Pavement
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
3.5 GRADING:
A. All excavated or filled areas shall be brought to final line and grade by finish grading, paving, or
placement of surface materials. Grades not otherwise shown shall be uniform levels or slopes between
elevation points, and conforming to adjacent graded areas. In areas requiring clay fill material, the
material shall be placed and compacted in evenly distributed layers, each layer 8 inches or less in depth
before compaction and grading. The compaction requirement for general site fill shall range from 92% to
98% of maximum density (0 to +4 percentage points above optimum moisture) as determined by ASTM
D-698 (Standard Proctor Density), or as directed by the on-site geotechnicaUtesting laboratory for specific
types of material. In general, areas adjacent to roads, structures, or other fmished surfaces shall be graded
to provide positive drainage to drainage collection facilities.
B. Grades shown on plans are finished grades. Contractor shall coordinate proper placement of the required
depth of topsoil in areas requiring topsoil. Contractor shall also coordinate proper subgrade elevations
required to achieve finish grades. Topsoil material shall conform to the requirements of the contract
documents.
3.6 NON-TREATED SUBGRADE PREPARATION:
A. All subgrade under walks and other areas where lime or other treatment is not described shall be prepared
by scarifying the top six (6) inches of the material below finish subgrade elevation with disc plow or other
suitable and approved equipment. The moisture content shall be adjusted by wetting or aerating to
optimum as determined by the testing laboratory. The material shall then be recompacted to the required
density (94% - 98% of optimum) as determined by ASTM D-698 (Standard Proctor Density). Finish
subgrade shall be a uniformly graded surface with no loose material such as rocks, clods or other debris
present.
3.7 TRENCH BACKFILL:
A. All materials used for trench filling shall be on-site soils, except where "Sand Backfill" or other materials
are called for in the Drawings or in the Specifications.
B. Trench backfill shall be compacted to a minimum of 95% of the maximum at or slightly above optimum
moisture density content as determined by ASTM D698 (standard proctor density), or as directed by the
on-site geotechnicaUtesting Laboratory for specific types of material.
C. A distinction is made between trench backfill and utility embedment. The requirements of this item
pertains only to trench backfill. Utility embedments are described in the standard specifications, as
modified herein.
3.8 SHEETING. SHORING AND BRACING:
A. Trench safety systems, as required, shall be designed and provided by the Contractor and shall conform to
applicable trench excavation protection requirements of these contract documents and specifications.
3.9 NATURAL SUBGRADE UNDER PAVEMENTS:
A. Remove existing earth as required for placement of pavement section as indicated on the Drawings.
Proof roll excavated surface with a 20 ton or larger roller to identify soft or undesirable material and
remove such soft or undesirable material to suitable material beneath. Break down sides of holes or
depressions to flatten the slopes.
B. Fill any such hole or depression with appropriate soil with similar classiftcation, moisture content, and
density as adjacent soils.
C. Grade adjustments within pavement construction limits shall be accomplished with suitable on-site fill
material, placed in maximum 8-inch lifts moistened and compacted as specified in this Section.
D. After depressions have been filled, grade adjustments made, and immediately before placement of
pavement section, thoroughly loosen the foundation material to a depth of 6 inches. Remove roots and
debris turned up while loosening the soil. Adjust moisture and recompact the subgrade as specified in
this Section.
3.10 PLACING EMBANKMENT FILL FOR GRADE ADJUSTMENTS:
AVO 24732 & 25816 02226-4 Excavating, Backfilling and Compacting
April 2009 for Pavement
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
A. Inspection of Natural subgrade: Proof roll excavated surface with a 20 ton or larger roller to identify
soft or undesirable material and remove such soft or undesirable material to suitable material beneath.
Any soft or compressible areas detected during the recompaction process shall be undercut such that
sound subgrade soils are exposed and recompacted. Do not place select fill for grade adjustments to
the natural subgrade until the surface has been approved.
B. Prior to placing pavement select fill, scarify the natural subgrade to a depth of 6 inches. As needed,
adjust the moisture content to between plus 1 and plus 4 percent. Recompact to the subgrade to a dry
density between 94% and 98% of the maximum Standard Proctor Density, as determined by ASTM
D698.
C. Removing Debris: During the dumping and spreading process, remove all roots, stones, and debris that
are uncovered in the select material.
D. Spreading Fill: After dumping, spread the pavement select fill in horizontal layers over the entire fill
area. The thickness of each layer before compaction shall not exceed 8-inches and compact to the
moisture/density values specified above. Place fill adjacent to pavement sections to elevations
indicated.
E. Attaining Proper Bond: If the compacted surface of a layer is too smooth to bond with succeeding
layers, loosen the surface by harrowing or other approved method before continuing the work.
3.11 MOISTURE CONTROL:
A. Intent: Developing the maximum density obtainable with the natural moisture of the material is
preferred. However, the moisture content of the pavement subgrade shall range from plus one to plus
three percentage points above optimum as determined by ASTM D-698.
B. Adjustment: If the moisture content is too high, adjust to within the specified limits by spreading the
material and permitting it to dry. Assist the drying process by discing or harrowing if necessary. When
the material is too dry, sprinkle each layer with water. Work the moisture into the soil by harrowing or
other approved method.
3.12 COMPACTION:
A. Compact each layer of pavement select fill with suitable rollers as necessary to obtain a dry density
between 94% and 98% of the maximum dry density between +1 and +4 percentage points of the
optimum moisture content, according to ASTM D698.
3.13 MATERIAL DISPOSAL:
A. Excess Excavated Material (soil material free of trees, stumps, logs, brush, roots, rubbish and other
objectionable matter which has been approved. Remove excess excavated material from the
construction site before Pre-final Inspection. Approved excess material shall be deposited on the
Owner's property in an approved location.
B. Waste Material (soil material including trees, stumps, logs, brush, roots, rubbish and other
objectionable matter which has not been approved. Remove waste material from the project site before
Pre-final Inspection. Legally dispose of material at a licensed site or with written and notarized
permission from the property owner for a private disposal site. All costs associated with waste material
removal and disposal shall be paid for by the Contractor.
3.14 TESTING AND LABORATORY SERVICE:
A. Testing shall comply with applicable sections of the referenced specification, modified as noted.
B. Fill and subgrade compaction: The testing laboratory shall make tests of in-place density in accordance
with ASTM D2922 at points selected by the Contractor. A minimum rate of one density test for each
5,000 square feet per lift will be made, unless otherwise directed by the Owner.
C. Utility backfill compaction: The testing laboratory will make tests of in-place density in accordance with
ASTM D2922 at points selected by the Contractor. For utility construction, a minimum of one density test
will be made for every 100 linear feet on every other backfill lift, unless otherwise directed by the Owner.
Each utility line constructed shall have a minimum of one density test made on every other backfill lift.
Backfill operations at inlets, manholes, retaining walls and other structures will be monitored by the testing
AVO 24732 & 25816 02226-5 Excavating, Backfilling and Compacting
April 2009 for Pavement
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
laboratory, with density tests made at the above stated frequency. It will be the responsibility of the
Contractor to notify the Owner and testing laboratory prior to starting backfill operations.
D. Reports: The testing laboratory shall send copies of the reports to the following:
1. OWNER 1 copy
2. CONTRACTOR I copy
3. ENGINEER 1 copy
4. ARCHITECT 1 copy
5. RECORD 1 copy
END OF SECTION
AVO 24732 & 25816 02226-6 Excavating, Backfilling and Compacting
Apri12009 for Pavement
Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02229 -CEMENT SAND BACKFILL (CIVIL)
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SECTION INCLUDES:
A. Cement-sand backfill used as bedding material for pipes; for backfilling material around pipes,
manholes, inlets and drainage structures as required; and for backfill in pavement sections, if required.
1.3 RELATED SECTIONS:
A. Excavating, Backfilling, Grading and Compacting for Site Work and Pavement- Section 02226.
B. Water systems -Section 02665.
C. Sanitary sewerage -Section 02730.
1.4 REFERENCE:
A. ASTM C40 -Organic Impurities in Fine Aggregates for Concrete.
B. ASTM C150 -Portland Cement.
C. ASTM D4318 -Test for Liquid Limit, Plastic Limit and Plasticity Index of Soils.
PART 2 -PRODUCTS
2.1 MATERIALS:
A. Sand: Provide sand from an approves
material as determined by ASTM C40
ASTM D4318.
B. Portland Cement: ASTM C 150, Type I.
C. Water: Potable, clean and free from
deleterious material.
source free from clay lumps, organic or other deleterious
and having a plasticity index of 4 or less as determined by
injurious amounts of oil, acid, salt organic matter, or other
2.2 PROPORTIONING AND MIXING:
A. Add not less than 1.5 sacks of Portland cement per yard of sand mixture. Add required amount of
water and mix thoroughly in an approved pug mill type mixer. Stamp batch ticket with the time of
loading. Material will be rejected if not in place within 1-1/2 hours after loading or if the mixture has
dried out. Consistency of mix shall be that of damp, loose beach sand.
PART 3 -EXECUTION
3.1 BEDDING AND BACKFILLING PROCEDURES:
A. Bedding and backfilling shall be in accordance with Section 02226.
3.2 FOUNDATIONS:
A. Use cement-sand for stabilizing the foundation for manholes, inlets or concrete structures, as indicated.
AVO 24732 & 25816 02229-1 Cement Sand Backfill (Civil)
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
3.3 FIELD QUALITY CONTROL:
A. Batch ticket shall bear the cement content of the mixture as well as the time of mixing.
B. Compaction requirements shall be as described under those Sections requiring cement sand backfill.
END OF SECTION
AVO 24732 & 25816 02229-2 Cement Sand Backfill (Civil)
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02230 -FLEXIBLE BASE COURSES
PART 1 -GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
B. The City of Coppell requirements shall also apply.
1.1 SECTION INCLUDES:
A. The furnishing of all labor, materials and equipment to complete placement of all flexible base courses as
shown in the plans.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.3 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets
and Bridges.
PART2-PRODUCTS
2.0 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.1 MATERIALS:
A. Aggregates for flexible base courses shall conform to NCTCOG Standard Specifications, Item 2.1.3. -
AGGREGATES, as amended by these specifications.
B. Asphaltic stabilized base and other materials related to the mixing, placing and curing of flexible base
courses shall conform to NCTCOG Standard Specifications, Item 2.4.14 -ASPHALTIC STABILIZED
BASE, as amended by these specifications.
PART 3 -EXECUTION
3.0 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
AVO 24732 & 25816 02230-1 Asphaltic Concrete Pavement
Apri12009 Southwestern Blvd. From
Coppell Rd. to Belt Line Road.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances, and regulations of the Occupational Safety and Health
Administration (OSHA). In the event that the Contract Documents do not adequately specify materials,
methods of construction, or workmanship of any portion of the proposed work, the NCTCOG Standard
Specifications for Public Works Construction, as amended in the Contract Documents, shall apply.
31 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications, Item 4.5 -
FLEXIBLE BASE, as amended by these specifications.
END OF SECTION
AVO 24732 & 25816 02230-2 Asphaltic Concrete Pavement
Apri12009 Southwestern Blvd. From
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02245 -LIME STABILIZED SUBGRADE
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SECTION INCLUDES:
A. Furnish all labor, materials, services, equipment and appliances required in connection with the
preparation of subgrade for areas to receive paving, as described herein and shown on the Drawings.
1.3 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.4 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways,
Streets and Bridges.
PART 2 -PRODUCTS
2.1 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as specified.
2.1 MATERIALS:
A. Hydrated lime shall conform to NCTCOG Standard Specifications, Items 2.5.2 and 2.5.3.
PART 3 -EXECUTION
3.1 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on
the Drawings.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable
City or State requirements, applicable local ordinances, and regulations of the Occupational Safety and
Health Administration (OSHA). In the event that the Contract Documents do not adequately specify
materials, methods of construction, or workmanship of any portion of the proposed work, the
NCTCOG Standard Specification for Public Works Construction, as amended in the Contract
Documents, shall apply.
AVO 24732 & 25816 02245-1 Lime Stabilized subgrade
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road
3.2 INSTALLATION:
A. Construction methods for lime treated subgrade shall conform to NCTCOG Standard Specifications,
Item 4.6, LIME TREATMENT.
END OF SECTION
AVO 24732 & 25816 02245-2 Lime Stabilized Subgrade
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road
DIVISION 2 -SITE WORK
SECTION 02270 -GRASS SEEDING FOR SLOPE PROTECTION AND EROSION CONTROL:
PART 1 -GENERAL
1.1 SECTION INCLUDES:
A. Items required for preparing ground, providing for sowing of seeds and fertilizing, mulching with
straw, watering, weed control, and other management practices required for erosion control and to
obtain a grass cover. Areas requiring seeding for erosion control will include the drainage ditch
embankment and all areas disturbed by construction, including the working easement.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
1.3 REFERENCES:
A. TxDOT -Texas Department of Transportation 1993 Standard Specifications for Construction of
Highways and Streets and Bridges.
1.4 QUALITY ASSURANCE:
A. Regulatory Requirements:
1. Seed shall comply with U.S. Department of Agriculture rules and regulations under the Federal
Seed Act.
2. Bags of fertilizer shall be fully labeled complying with applicable State fertilizer laws and shall
bear the name, trade name, trademark, warranty of producer, and analysis of contents.
3. Planting material shall conform to Texas Department of Transportation requirements for rural area
species in sandy soils as shown in this Section.
B. Contractor's Qualifications:
1. The work of this section shall be performed by a Contractor specializing in seeding and/or
landscape installations.
2. Guarantee all materials to be of quality and quantity as specified herein.
C. Water: For watering plantings, use water free of impurities injurious to plant growth.
1.5 SUBMITTALS:
A. Certificates of Conformance or Compliance:
1. Seed: Type, purity and germination rate analysis.
2. Fertilizer: Manufacturer's guaranteed analysis.
3. Hydromulch fiber: Manufacturer's guaranteed analysis.
4. Tackifier: Manufacturer's guaranteed analysis.
1.6 PRODUCT HANDLING:
A. Seed:
1. Furnish seed in sealed standard containers.
2. Seed which has become wet, moldy, or otherwise damaged in transit or in storage shall not be
used.
3. Wet, moldy, or otherwise damaged seed will be rejected and removed from site.
B. Fertilizer: Deliver to site in sealed bags.
AVO 24732 & 25816 02270-1 Grass Seeding for Slope Protection
Apri12009 and Erosion Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Road
PART 2 -PRODUCTS
2.1 MATERIAL:
A. Seed: Refer to Planting Schedule this Section.
B. Fertilizer: Complete fertilizer, for use with hydromulch, with minimum 50 percent nitrogen derived
from organic sources. The dryweight percentage shall be 18-6-12 (N-P-K), also containing zinc and
iron.
C. Wood Cellulose Fiber Mulch:
1. Specially prepared wood cellulose fiber, for use with hydraulic application of grass seed and
fertilizer, processed to contain no growth or germination inhibiting factors, and dyed appropriate
color to facilitate visual metering of application of materials. Green is preferable.
2. Containing not in excess of 10 percent moisture, air dry weight basis.
3. Fibers become uniformly suspended in slurry tank mixture to form homogeneous slurry.
D. Tackitier: Provide a binding agent to hold mulch, fiber and seed in place. Tackifier shall be water-
soluble or shall be of remaining in suspension during the application process.
1. Source: Hydro-Tack, N-Tack, or Terra-Tack.
E. Water: Free from oil, acid, alkali, salt and other substances harmful to growth of grass.
PART3-EXECUTION
3.1 GENERAL:
A. Accomplish seeding and mulching work and seeding and fertilizing work within the planting periods
specified in paragraph entitled "Planting Schedule" of this Section.
B. If factors prevail to such an extent that satisfactory results are not likely to be obtained, stop any phase
of the work and resume work when desired results are likely to be obtained.
C. Conduct seeding and mulching operations across slope.
D. Accomplish seeding and mulching on all disturbed areas and as specified on areas indicated on
Drawings, on all areas disturbed during construction, all fill areas, graded areas, 20 feet on each side of
new roadways, drainage channels, outfall, berms and all borrow and stockpile areas.
3.2 INSPECTION AND TEST:
A. Seed:
1. Each lot of seed may be resampled and retested in compliance with latest rules and regulations
under Federal Seed Act at discretion of Owner(s).
2. Make resampling and retesting by or under supervision of Owner(s).
3. If these tests reveal seed to be below specified pure live seed content, plant additional seed to
compensate for deficiency at no additional cost to Owner(s).
4. Seed retests: Conducted by approved laboratory.
5. Make allowance for actual pure live seed content of specified grasses in determining actual
planting rate.
B. Fertilizers:
1. Retain fertilizer bags and upon completion of project, final check of total quantities of fertilizer
used will be made against total area treated.
2. If minimum rates of application have not been met, distribute additional quantities of these
materials to make up minimum application specified.
C. Mulch: At least five (5) days prior to commencement of mulching operations, notify Owner(s) of
sources from which mulch materials are available and quantities thereof.
AVO 24732 & 25816 02270-2 Grass Seeding for Slope Protection
April 2009 and Erosion Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Road
3.3 SEED BED AND PREPARATION:
A. General:
1. Perform seeding after designated areas for seeding and fertilizing have been graded and smoothed
to finished lines and grades and typical cross-sections.
2. Equipment necessary for proper preparation of ground surface and for handling and placing
required materials shall be on hand and in good condition before work is started.
B. Grading:
1. Maintain grades on areas to be seeded in true and even condition without ruts or tracks.
2. Maintenance shall include any necessary repairs to previously graded area prior to planting of
seed.
C. Tillage:
1. Accomplish in such manner as to prepare seed bed.
2. Use tractors with adequate horsepower and heavy duty tillage equipment to accomplish specified
tillage operations.
3. Till areas with heavy duty disc, as necessary, followed by discing with disc harrow, and smoothing
with weighted spike tooth harrow, railroad irons, or bridge timber float drag.
4. Cultivate seed bed to state of good tilth so that soil particles on surface are small enough and lie
close enough together to prevent seed from being covered too deep for optimum germination.
5. Leave areas smooth for ease of mowing.
6. Depth of tillage: 4 inches.
D. Cleanup:
1. Prior to seeding, clear surface of stone, stumps, or other objects larger than 3 inches in thickness or
diameter and of roots, brush, wire, grade stakes, and other objects that might be a hindrance to
maintenance operations.
2. Mow, rake and remove vegetation that may interfere with operations from site.
3.4 APPLICATION OF FERTILIZER:
A. Apply fertilizer simultaneously with seed and mulch in hydraulic equipment using specified rate of
application.
3.5 PLANTING SEED:
A. General:
1. Conduct seeding equipment calibration tests as means of determining coverage per load to plant
seed at specified rates.
2. If unplanted skips are noted after germination and growth of grass, seed unplanted areas with
grasses that were to have been planted at no additional cost to Owner(s).
B. Seeding:
1. Rate of application: Refer to Planting Schedule in this section.
2. Uniformly plant one-half of total amount of seed to depth of 1/4 inch to 1/2 inch by use of
approved grain drills, native grass seed drills, Brillion Cultipacker seeder or equivalent; or by
broadcasting seed and harrowing or raking lightly to cover seed.
3. Spray on other one-half of total amount of seed with hydraulic equipment in combination with
fertilizer and mulch.
3.6 APPLICATION OF MULCH:
A. Area to be seeded shall first be cultipacked with Brillion Cultipacker or equivalent.
B. Make application of wood cellulose fiber mulch slurry with hydraulic equipment and accomplish
immediately upon completion of final tillage.
C. Hydraulically spray slurry on ground to form blotter-like ground cover uniformly impregnated with
grass seed which, after application, will allow absorption of moisture and allow rainfall or mechanically
applied watering to percolate to underlying soil.
AVO 24732 & 25816 02270-3 Grass Seeding for Slope Protection
April 2009 and Erosion Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Road
D. Apply wood cellulose fiber mulch at a rate of 50 pounds per 1000 square feet in combination with
fertilizer at rate of 10 pounds per 1000 square feet and seed at rate prescribed in paragraph, "Planting
Schedule" in this section. Repeat fertilizer (10 pounds per 1000 square feet) in 40 to 65 days.
E. Use hydraulic equipment application of wood fiber mulch having built-in agitation system with
operating capacity sufficient to agitate, suspend, and mix homogeneously slurry containing up to 40
pounds of fiber plus combined total of 70 pounds of fertilizer solids for each 100 gallons of water.
F. Slurry Lines: large enough to prevent stoppage.
G. Accomplish application of mulch slurry same day as completion of final tillage.
H. Keep mulch moist by daily application of water, if necessary, for minimum often days or until seeds in
mulch have germinated and rooted in soil.
3.7 MAINTENANCE OF TURF:
A. General:
1. Contractor is responsible for maintaining areas during planting period and until other work under
contract has been completed.
2. Maintenance shall consist of protection, replanting, maintaining existing grades, and repair of
erosion damage.
B. Protection:
1. Protect seeded and mulched areas against traffic or other use immediately after seeding is
completed.
2. Maintain protection of these areas until completion of work under contract.
C. Replanting:
1. Prepare, reseed and remulch areas on which less than six live growing grass plants per square foot
are present ten days after planting.
2. Replant as specified for original planting.
3. Perform replanting required without cost to Owner(s).
D. Maintenance of Grades and Repair of Erosion Damage:
1. Contractor is responsible for maintaining grades of slopes after commencement of planting
operations and during maintenance period.
2. Promptly repair any damage to finished surface grades.
3. Promptly repair damage in the event erosion occurs from rainfall or other causes.
4. Correct ruts, ridges, tracts, and other surface irregularities and replant areas where required prior to
acceptance.
3.8 WATERING AND MAINTENANCE:
A. Apply water after compaction and seeding. Apply water using portable pipe or 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/acre weekly for 7 weeks, or as required to achieve grass coverage, whichever is greater. Do
not water at rates exceeding 5,000 gaUacre/hr., to prevent runoff.
3.9 WEEDING:
A. Keep all seeded areas relatively free from weeds and undesirable grasses, using approved methods,
materials and timing.
3.10 DISEASE AND INSECT/PEST CONTROL:
A. 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.
AVO 24732 & 25816 02270-4 Grass Seeding for Slope Protection
Apri12009 and Erosion Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Road
3.11 MOWING:
A. 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. Mow as required until work is accepted.
3.12 PLANTING SCHEDULE:
A. Minimum percentage by weight of pure live seed in each lot of seed shall be as follows: seed planted at
rate per acre indicated under pure live seed required per acre. Note: Percent Pure Live Seed =Percent
Purity times Percent Germination.
B. Seed shall be treated with fungicide.
C. Weed seed shall not exceed 10 percent by weight of total of pure live seed and other material in
mixture.
D. Johnson grass, ragweed, nutgrass or other noxious seed in mixture will be cause for rejection of seed.
OPTIONAL PLANTING PERIOD
IF PLANTING IS TO OCCUR
1 FEBRUARY THROUGH 15 MAY
Minimum
Percent Pure Pounds Pure Live
Live Seed Seed Required
Type of Seed Required Per Acre
a. Green Spangletop 85 0.6
b. Sideoats Grama 85 1.8
(Haskell or Premier)
c. Buffalograss 85 5.3
d. Little Bluestem 85 1.1
e. K R Bluestem 85 0.7
f. Switchgrass 85 1_2
(Alamo)
(Totala+b+c+d+e+f) 10.7
Note: IF PLANTING IS TO OCCUR OUTSIDE
OF OPTIMAL PLANTING PERIOD STATED
ABOVE, PLANTING PERIOD MAY BE
EXTENDED UPON APPROVAL OF OWNER:
END OF SECTION
AVO 24732 & 25816 02270-5 Grass Seeding for Slope Protection
April 2009 and Erosion Control
Southwestern Blvd. from
Coppell Rd. to Belt Line Road
DIVISION 2 -SITE WORK
SECTION 02510 -ASPHALTIC CONCRETE PAVING
PART1-GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
B. The City of The Colony requirements shall also apply.
1.1 SECTION INCLUDES:
A. The furnishing of all labor, materials and equipment to complete placement of all asphaltic concrete
pavement as shown in the plans.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements, Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.3
Reference Publications:
A. NCTCOG Standard Specifications
Contract Documents.
B. Texas Department of Transportation,
and Bridges.
PART2-PRODUCTS
for Public Works Construction, latest edition, as modified in the
1993 Standard Specifications for Construction of Highways, Streets
2.0 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.1 MATERIALS:
A. Aggregates for asphaltic concrete pavement shall conform to NCTCOG Standard Specifications, Item
2.1.2. - AGGREGATES, as amended by these specifications.
B. Chemical admixtures, mineral fillers and other materials related to the mixing, placing and curing of
asphaltic concrete pavement shall conform to NCTCOG Standard Specifications, Item 2.4 -
BITUMINOUS MATERIALS, as amended by these specifications.
PART3-EXECUTION
3.0 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
AVO 24732 & 25816 02510-1 Asphaltic Concrete Pavement
April 2009 Southwestern Blvd. From
Coppell Rd. to Belt Line Road
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances, and regulations of the Occupational Safety and Health
Administration (OSHA). In the event that the Contract Documents do not adequately specify materials,
methods of construction, or workmanship of any portion of the proposed work, the NCTCOG Standard
Specifications for Public Works Construction, as amended in the Contract Documents, shall apply.
3.1 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications, Item 5.7 -HOT
MIX ASPHALT CONCRETE PAVEMENT, as amended by these specifications.
END OF SECTION
AVO 24732 & 25816 02510-2 Asphaltic Concrete Pavement
Apri12009 Southwestern Blvd. From
Coppell Rd. to Belt Line Road
DIVISION 2 -SITE WORK
SECTION 02520 -PORTLAND CEMENT CONCRETE PAVING
PART1-GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
B. The City of Coppell requirements shall also apply.
1.1 SECTION INCLUDES:
A. The furnishing of all labor, materials and equipment to complete placement of all portland cement
concrete paving as shown in the plans.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.3 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets
and Bridges.
PART2-PRODUCTS
2.0 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.1 MATERIALS:
A. Aggregates for portland cement concrete shall conform to NCTCOG Standard Specifications, Item 2.1 -
AGGREGATES, as amended by these specifications.
B. Cement, chemical admixtures, mineral fillers and other materials related to the mixing, placing and curing
of portland cement concrete shall confonn to NCTCOG Standard Specifications, Item 2.2 -PORTLAND
CEMENT CONCRETE AND RELATED MATERIALS, as amended by these specifications.
C. The strength of concrete pavement shall be as described on the plans.
PART 3 -EXECUTION
3.0 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
AVO 24732 & 25816 02520-1 Portland Cement Concrete Pavement
April 2009 Southwestern Blvd. From
Coppell Rd. To Belt Line Road.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances, and regulations of the Occupational Safety and Health
Administration (OSHA). In the event that the Contract Documents do not adequately specify materials,
methods of construction, or workmanship of any portion of the proposed work, the NCTCOG Standard
Specifications for Public Works Construction, as amended in the Contract Documents, shall apply.
3.1 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications, Item 5.8 -
PORTLAND CEMENT CONCRETE PAVEMENT, as amended by these specifications.
END OF SECTION
AVO 24732 & 25816 02520-2 Portland Cement Concrete Pavement
April 2009 Southwestern Blvd. From
Coppell Rd. To Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02525 -PORTLAND CEMENT CONCRETE CURB AND GUTTER
PART 1 -GENERAL
1.0 GENERAL:
A. The Conditions of the Contract, and applicable requirements of Division 1 -General Requirements apply
to the work of this section. Applicable sections of the North Central Texas Council of Governments
(NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply.
B. The City of Coppell requirements shall also apply.
1.1 SECTION INCLUDES:
A. The furnishing of al] labor, materials and equipment to complete placement of all portland cement
concrete curb and gutter as shown in the plans.
1.2 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.3 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets
and Bridges.
PART2-PRODUCTS
2.0 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.1 MATERIALS:
A. Aggregates for portland cement concrete shall conform to NCTCOG Standard Specifications, Item 2.1 -
AGGREGATES, as amended by these specifications.
B. Cement, chemical admixtures, mineral fillers and other materials related to the mixing, placing and curing
of portland cement concrete shall conform to NCTCOG Standard Specifications, Item 2.2 -PORTLAND
CEMENT CONCRETE AND RELATED MATERIALS, as amended by these specifications.
C. The strength of concrete pavement shall be as described on the plans.
PART 3 -EXECUTION
3.0 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
AVO 24732 & 25816 02525-1 Portland Cement Concrete Curb and Gutter
Apri12009 Southwestern Blvd. From
Coppell Rd. to Belt Line Road
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances, and regulations of the Occupational Safety and Health
Administration (OSHA). In the event that the Contract Documents do not adequately specify materials,
methods of construction, or workmanship of any portion of the proposed work, the NCTCOG Standard
Specifications for Public Works Construction, as amended in the Contract Documents, shall apply.
3.1
INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications, Item 8.2 -
CONCRETE CURB AND GUTTER, as amended by these specifications.
END OF SECTION
AVO 24732 & 25816 02525-2 Portland Cement Concrete Curb and Gutter
April 2009 Southwestern Blvd. From
Coppel] Rd. to Belt Line Road
DIVISION 2 -SITE WORK
SECTION 02570 -BAR-WRAPPED STEEL CYLINDER CONCRETE PRESSURE PIPE AND FITTINGS
PART I -GENERAL
1.1 THE REQUIREMENT
A. The CONTRACTOR shall provide and install bar-wrapped, steel cylinder, concrete pressure pipe,
complete in place, in accordance with AWWA C303 and the Contract Documents.
B. A single pipe manufacturer shall be made responsible for furnishing all the bar-wrapped steel cylinder
concrete pressure pipe, smaller diameter appurtenant steel pipe as required by the Contract
Documents.
1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
North Central Texas Council of Governments Standard Specifications for Public Works Construction, Fourth
Edition, 2004 -Section 501.4.6 CONCRETE PRESSURE PIPE AND FITTINGS, AWWA C303 -
CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE, and all specifications and
standards referenced therein.
1.3 CONTRACTOR SUBMITTALS
A. Shop Drawings: The CONTRACTOR shall submit a minimum of six (6) copies of pipe Shop
Drawings to ENGINEER for review and approval, in accordance with the requirements set forth below:
1. Pipeline layout -Layout and marking diagrams shall indicate the specific number of each pipe and
fitting and the location of each pipe and the direction of each fitting in the completed line. In
addition, the line layouts shall include: the station and invert elevation to which the bell end of
each pipe will be laid; all elements of curves and bends, both in horizontal and vertical alignment;
and the limits within each reach of restrained and/or welded joints or of concrete encasement. The
location of all mitered pipe sections and beveled ends for alignment conformance shall be clearly
indicated on the diagrams.
2. Certified dimensional drawings of all pipe, joints, fittings, and specials. Drawings shall indicate
the type and thickness of cylinder; the position, type, size, and area of wire or other reinforcement,
manufacturing tolerances, maximum angular joint deflection limitations, and all other pertinent
information required for the manufacture and installation of the product. Joint details and design
calculations shall be submitted for all welded joint types, including beveled ends for alignment
conformance.
3. Rubber gasket joint design and details, complete with dimensions, tolerances, and performance or
test data.
4. CONTRACTOR shall submit design calculations for pipe and fitting reinforcements.
5. Manufacturer shall submit an affidavit of compliance
1.4 QUALITY ASSURANCE
A. Pipe Manufacturer Qualifications: The manufacturer or fabricator of the pipe shall be certified by the
Steel Plate Fabricator's Association (SPFA) or Lloyd's Register Quality Assurance Limited (LRQA)
and shall be experienced in fabrication of AWWA C303 pipe of similar diameters, lengths, and wall
thicknesses to this WORK.
B. Inspection: All pipe, linings, welds and related work shall be subject to inspection at the place of
manufacture and/or the place the Work is performed in accordance with the provisions of all referenced
specifications as supplemented by the requirements herein.
C. Tests: Materials used in the manufacture of the pipe shall be tested in accordance with the
requirements of ANSUAWWA C303, and C206 as applicable.
The CONTRACTOR shall be responsible for performing and paying for said material tests. The
ENGINEER and OWNER shall have the right to witness all testing conducted by the CONTRACTOR,
AVO 24732 & 258]6 02570-1 Bar-Wrapped concrete Cylinder Pipe
Apri12009 Southwestern Blvd. from
Coppell Rd.to Belt Line Rd.
provided that the CONTRACTOR'S schedule is not delayed for the convenience of the ENGINEER or
OWNER.
In addition to those tests specifically required, the ENGINEER may request additional samples of any
material including mixed concrete and lining and coating for testing by the OWNER. The additional
samples shall be furnished as part of the WORK.
Field testing shall conform to the requirements ofANSUAWWA C303.
PART 2 -PRODUCTS
2.1 GENERAL
A. Manufacture of bar-wrapped steel cylinder pipe and fittings shall be under the direction and management
of one pipe supplier only. This does not prevent a separate supplier from manufacturing specials or
fittings; however, all Work shall be directed by the supplier of the raw water piping (Main Pipe Supplier).
The responsibility of the Main Pipe Supplier shall include, at a minimum:
1. Ensure all pipe, fittings, and specials are being manufactured in full accordance with the Drawings
and Specifications.
2. Manage the design and fabrication of the pipe and specials.
3. Prepare and submit all submittal information and shop drawings.
4. Make any corrections that maybe required to the submittal information and shop drawings.
5. Certify that the pipe and specials have been manufactured in accordance with the Specifications
and Drawings.
B. Bar-wrapped steel cylinder pipe and fittings shall conform to ANSUAWWA C303, C206 and C207
subject to the following supplemental requirements. The pipe shall be of the diameter and wall
thickness indicated, shall be furnished complete with rubber gaskets or welded joints as indicated in the
Contract Documents. The nominal inside diameter after lining shall not be less than the diameter
shown on the Drawings, allowing for tolerances according to ANSUAWWA C303.
B. Markings: The manufacturer shall legibly mark al] pipes and specials in accordance with the laying
schedule and marking diagram. Each pipe shall be numbered in sequence and said number shall appear
on the laying schedule and marking diagram in its proper location for installation. All pipe sections
and fittings shall be marked at each end with top field centerline. The word "top" shall be painted or
marked on the outside top spigot of each pipe section.
C. Handling and Storage: The pipe shall be handled accordance to referenced specifications in a manner
to prevent damage to the pipe coating/exterior. The use of chains, hooks, or other equipment which
might injure the pipe coating/exterior will not be permitted. Stockpiled pipe shall be suitably supported
and shall be secured to prevent accidental rolling and to avoid contact with mud, water, or other
deleterious materials and to prevent damage to the mortar coating. The ends of all pipe shall be
securely bulkheaded or otherwise sealed during transport to the jobsite. The ends of the pipe shall
remain sealed until pipe installation. The pipe shall not be rolled, and shall be secured to prevent
accidental rolling.
D. The CONTRACTOR shall replace or repair damaged pipe.
E. Closures and Correction Pieces: Closures and correction pieces shall be provided as required so that
closures may be made due to different headings in the pipe laying operation and so that correction may
be made to adjust the pipe laying to conform to pipe stationing indicated. The locations of correction
pieces and closure assemblies shall be shown on the pipe layout drawings and shall be subject to the
ENGINEER's review. Any change in location or number of said items shall be approved by the
ENGINEER.
2.2 MATERIALS
A. Pipe from inventory may be furnished if it meets the requirements of these contact documents and
referenced specifications. The appropriate certification is required.
B. Materials used for pipe manufactured under ANSUAWWA C303 shall satisfy these contract documents
and referenced specifications.
C. Repair of Defects: Patching inserts, overlays, or pounding out of dents will not be permitted. Repair of
notches or laminations on second ends will not be permitted. Damaged ends shall be removed as a
AVO 24732 & 25816 02570-2 Bar-Wrapped concrete Cylinder Pipe
April 2009 Southwestern Blvd. from
Coppell Rd.to Belt Line Rd.
cylinder and the end properly prepared. Distorted or flattened lengths shall be rejected. A buckled
section shall be replaced as a cylinder.
2.3 SPECIALS AND FITTINGS
A. Unless otherwise required by the Contract Documents, all specials and fittings shall be in accordance
with ANSI/AWWA C303 and C207.
2.4 DESIGN OF PIPE
A. General: The pipe shall be designed in accordance with AWWA Manual M9, Manual of Water Supply
Practices, Concrete Pressure Pipe.
B. he pipe shall be manufactured, tested, inspected, and marked according to applicable requirements
previously stated, and, except as hereinafter modified, shall conform to ANSI/AWWA C303.
C. Design Parameters
Pipe design shall include the following parameters:
1. Working pressure of 150 psi and a maximum pressure of 225 psi.
2. Soil dry unit weight of 120 lb/ft3
3. Live load: AASHTO HS20
4. '/a-inch Mortar coating thickness
D. The pipe shall be designed to withstand full internal vacuum (0 psia).
E. Pipe Dimensions: The pipe shall be of the diameter and minimum wall thickness shown on the
Drawings. Unless shown otherwise, the diameter shall be considered the finished diameter after lining.
F. Joint Design shall be per ANSI/AWWA C303 and M9. Welded joints shall be provided where
restrained joints are indicated. The joints furnished shall have the same or higher pressure rating as the
adjoining pipe.
2.5 PIPELINE MARKING TAPE
A. Metallic Tape: Tape shall be minimum 5.5 mils thick aluminum foil imprinted on one side, encased in
high visibility inert polyethylene jacket. Tape shall be 6 inches wide. Imprinted lettering shall be 1-inch
tall, permanent black, and shall read "WATER LINE BURIED BELOW." Joining clips shall be
manufacturer's standard tin or nickel coated. Tape shall be as manufactured by Reef Industries (Terra
"D"), Allen (Detectatape), or equal.
B. Plastic Tape: Tape shall be minimum 4 mil thick polyethylene which is impervious to alkalis, acids, and
chemicals and solvents which are likely in the soil. Tape shall be 6 inches wide. Imprinted lettering shall
be 1-inch tall, permanent black on a blue background, and shall read "WATER LINE BURIED BELOW."
Joining clips shall be manufacturer's standard tin or nickel coated. Tape shall be as manufactured by Reef
Industries (Terra Tape), Allen (Markline), or equal.
PART 3 -EXECUTION
3.1 INSTALLATION OF PIPE
A. Handling and Storage: All pipe, fittings, and specials shall be carefully handled and protected against
damage to lining and coating/interior and exterior surfaces, impact shocks, and free fall. All pipe
handling equipment shall be acceptable to the ENGINEER.
B. All pipe damaged prior to Substantial Completion shall be repaired or replaced.
C. The CONTRACTOR shall inspect each pipe and fitting to insure that there are no damaged portions of
the pipe. The CONTRACTOR shall remove or smooth out any burrs, gouges, weld splatter, or other
small defects prior to laying the pipe.
D. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign
substance which may have collected thereon and shall be kept clean at all times thereafter. For this
purpose, during any interruption to the WORK, the openings of all pipes and fittings in the trench shall
be closed with a manufactured plug.
E. Pipe shall be laid directly on the imported bedding material. No blocking will be permitted, and the
bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe.
Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid.
Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings.
AVO 24732 & 25816 02570-3 Bar-Wrapped concrete Cylinder Pipe
Apri12009 Southwestern Blvd. from
Coppell Rd.to Belt Line Rd.
Excavation shall be made as needed outside the normal trench section at field joints to permit adequate
access to the joints for field connection operations and for application of coating on field joints.
F. Installation Tolerances: Each section of pipe shall be laid in the order and position shown on the line
layout and marking diagrams and in accordance with the following:
1. Each section of pipe shall be laid to line and grade, within plus or minus 0.25 foot horizontal
deviation and plus or minus 0.10 foot vertical deviation.
2. In addition to the horizontal and vertical tolerances above, lay the pipe so that no high or low
points other than those on the laying diagram are introduced. To prevent high points or low points
along the pipeline, the general slope of the pipeline shall not be changed between vertical angle
points.
3. When pipe is to be connected to existing pipe, the terminus of the existing pipe shall be field
located prior to installing new pipe.
4. The CONTRACTOR shall submit any required alignment adjustments to the ENGINEER for
approval. The CONTRACTOR shall make any required field alignment adjustments to allow
proper fitup of pipe in conformance with tolerances specified.
G. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Such change shall be made by the deflection
of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the
deflection in the joint exceed 75 percent of the maximum deflection recommended by the pipe
manufacturer or the amount that results in more than a 1/8-inch gap at the weld location, whichever is
less. No joint shall be misfit any amount which will be detrimental to the strength and water tightness
of the finished joint. In all cases the joint opening, before finishing with the protective mortar inside
the pipe, shall be the controlling factor.
H. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades
exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until
sufficient support is furnished by the following pipe to prevent movement. Bends shall be properly
installed as indicated.
I. Cold Weather Protection: No pipe shall be installed upon a foundation into which frost has penetrated
or at any time that there is a danger of the formation of ice or penetration of frost at the bottom of the
excavation. No pipe shall be laid unless it can be established that the trench will be backfilled before
the formation of ice and frost occurs.
Pipe and Specials Protection:
1. The openings of all pipe and specials where the pipe and specials have been cement-mortar lined
in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to
prevent unauthorized access by persons, animals, water, or any undesirable substance. The
bulkheads shall be so designed to prevent drying out of the interior of the pipe. The
CONTRACTOR shall introduce water into the pipe to keep the mortar moist where moisture has
been lost due to damaged bulkheads. At all times, means shall be provided to prevent the pipe
from floating due to water in the trench from any source. Pipe which has floated shall be repaired,
including restoration to original condition and profile.
2. At locations where the CONTRACTOR proposes to cross the installed pipeline with heavy
equipment, precautions as approved by the ENGINEER shall be taken to protect the pipe from
damage. Acceptable precautions include: backfilling the pipe trench as necessary to protect the
pipe, concrete encasing the pipe, and placing steel plating over the pipe. Any damage to the pipe
caused by the CONTRACTOR'S operation or his equipment shall be repaired to the ENGINEER'S
satisfaction.
J. Pipe Cleanup: As pipe laying progresses, the CONTRACTOR shall keep the pipe interior free of all
debris. The CONTRACTOR shall completely clean the interior of the pipe of all sand, dirt, mortar
splatter, and any other debris following completion of pipe laying, pointing of joints, and any necessary
interior repairs prior to testing the completed pipeline.
K. Hydrostatic Testing of Pipe: Once installed, the pipe shall be hydrostatically tested in accordance with
ANSUAWWA C303.
3.2 RUBBER GASKETED JOINTS
AVO 24732 & 25816 02570-4 Bar-Wrapped concrete Cylinder Pipe
April 2009 Southwestern Blvd. from
Coppell Rd.to Belt Line Rd.
A. Rubber Gasketed Joints: Immediately before jointing pipe, the spigot end of the pipe shall be
thoroughly cleaned, and a clean rubber gasket lubricated with anon-toxic vegetable-based lubricant
shall be placed in the spigot groove. The lubricant shall be a compound listed as in compliance with
NSF Standard 61. The volume of the gasket shall be "equalized" by moving a metal rod between the
gasket and the spigot ring around the full circumference of the spigot ring. The bell of the pipe already
in place shall be carefully cleaned and lubricated with the vegetable-based lubricant. The spigot of the
pipe section shall then be inserted into the bell of the previously laid joint and telescoped into its proper
position. Tilting of the pipe to insert the spigot into the bell will not be permitted. After the pipe units
have been joined, a feeler gage shall be inserted into the recess and moved around the periphery of the
joint to detect any irregularity in the position of the rubber gasket. If the gasket cannot be "felt" all
around, the joint shall be disassembled. The joint shall be reassembled with a new gasket.
3.3 WELDED JOINTS
A. General: Field welded joints shall be in accordance with ANSUAWWA C303.
B. Repair of Welds: Welds that are defective shall be repaired by the CONTRACTOR to meet the
requirements of the applicable sections of these specifications. Defects in welds or defective welds
shall be removed, and that section of the joint shall then be rewelded. Only sufficient removal of
defective material that is necessary to correct the defect is required. After the repair is made, the joint
shall be checked by repeating the original test procedure. Welds deficient in size shall be repaired by
adding weld metal.
3.4 JOINT COATING AND LINING
A. General: The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose
scale, dirt, and other foreign material shall be removed from the inside surface of the pipe. The grout
for joint coating and lining shall be cement grout in accordance with AWWA C205, except that
composition shall be one part cement to two parts sand and sufficient water for dry-pack consistency.
B. Joint Lining: After the backfil] has been completed to final grade, the interior joint recess shall be
filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the
interior surface. All excess shall be removed. At no point shall there be an indentation or projection of
the mortar exceeding 1/16-inch.
3.5 INSTALLATION OF PIPE APPURTENANCES
A. Insulated Joints: Insulated joints and appurtenant features shall be made by the CONTRACTOR as
indicated. The CONTRACTOR shall exercise special care when installing these joints to prevent
electrical conductivity across the joint. After the insulated joint is completed, an electrical resistance
test shall be performed by the OWNER or ENGINEER. Should the resistance test indicate a short
circuit, the CONTRACTOR shall remove the insulating units to inspect for damage, replace all
damaged portions, and reassemble the insulating joint. The insulated joint shall then be retested to
assure proper insulation.
B. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling
manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the
follower rings and the body of the pipe with all bolts tightened approximately the same amount.
Diametrically opposite bolts shall be tightened progressively and evenly. Final tightening shall be done
with a suitable, approved, and calibrated torque wrench set for the torque recommended by the
coupling manufacturer. Clamping torque shall be applied to the nut only. Upon completion of the
coupled joint, the coupling and bare metal of the pipe shall be cleaned, primed, and protected in
accordance with the requirements of North Central Texas Council of Governments Standard
Specifications for Public Works Construction, Fourth Edition, 2004, and City of Coppell Standard
Construction Details (2006).
3.6 MARKING TAPE INSTALLATION
A. Continuously install marking tape along the pipe at a depth 2 feet above the top of pipe, unless
otherwise shown on the Drawings, in accordance with the recommendations and instructions of the
marking tape manufacturer.
END OF SECTION
AVO 24732 & 25816 02570-5 Bar-Wrapped concrete Cylinder Pipe
Apri12009 Southwestern Blvd. from
Coppell Rd.to Belt Line Rd.
DIVISION 2 -SITE WORK
SECTION 02665 -WATER MAIN
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions
and Divisions 1 Specification Sections, apply to this Section.
B. The City of Coppell requirements shall also apply.
1.2 SECTION INCLUDES:
A. The furnishing of all labor, material and equipment required for the construction of the water line,
including, but not limited to, water pipe, pipe fittings, connections, excavation, embedment and backfill.
1.3 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.4 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. The latest requirements of the City of Coppell.
PART 2 -PRODUCTS
2.1 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.2 MATERIALS:
A. Materials for City of Coppell water mains shall be in accordance with the NCTCOG Standard
Specifications 2.12.20-POLYVINYL CHLORIDE (PVC) WATER PIPE, Item 2.12.8-DUCTILE IRON
PRESSURE PIPE AND FITTINGS, and Item 2.1.8-PIPE BEDDING MATERIAL FOR WATER AND
SANITARY SEWER MAINS.
B. Materials for 24-inch water main relocation shall conform to NCTCOG Standard Specifications 2.12.5-
Concrete Pressure Pipe and Fittings, Item 2.1.8 Pipe Bedding Material for Water and Sanitary Sewer
Mains, and Section 02570 of these contract documents.
C. Pipe materials shall be Pressure Class 150.
PART 3 -EXECUTION
3.1 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
AVO 24732 & 25816 02665-1 Water Main
April 2009 Southwestern Blvd. from
Coppell Road to Belt Line Rd.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances and sanitary codes, regulations of the State Health Department,
and regulations of the Occupational Safety and Health Administration (OSHA). In the event that the
Contract Documents do not adequately specify materials, methods of construction, or workmanship of any
portion of the proposed work, the NCTCOG Standard Specifications for Public Works Construction, as
amended in the Contract Documents, shall apply.
3.2 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications Item 6.7.3,
WATER CONDUIT INSTALLATION, as amended by the City of Coppell and the contract documents.
B. Excavation, backfill and grading shall be in accordance with Section 02226, and NCTCOG Standard
Specifications, Item 6.2, EXCAVATION AND BACKFILL, as amended by the Contract Documents.
C. Water mains shall be restrained and blocked at bends, tees, etc. as required by details shown on the
drawings.
D. Trench safety systems shall be provided by the Contractor. Trench safety systems shall be designed and
sealed by a State of Texas Registered Professional Engineer experienced in the design of trench safety
systems and shall comply with all applicable Local, State and Federal regulations. Contractor shall provide
a separate unit price for trench safety systems required for this project.
3.3 TESTING:
A. Testing and chlorination of water mains shall be in accordance with NCTCOG Standard Specifications,
Item 6.7.3, and the Contract Documents.
B. Contractor shall pay for all testing required for approval by the Owner(s) and the City of Coppell.
END OF SECTION
AVO 24732 & 25816 02665-2 Water Main
Apri12009 Southwestern Blvd. from
Coppell Road to Belt Line Rd.
DIVISION 2 -SITE WORK
SECTION 02720 -STORM SEWER
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions
and Divisions 1 Specification Sections, apply to this Section.
B. The City of Coppell requirements shall also apply.
1.2 SECTION INCLUDES:
A. The furnishing of all labor, material and equipment required for the construction of the storm sewer,
complete in place, including, but not limited to, reinforced concrete pipe, pipe fittings, connections,
manholes, excavation, embedment and backfill.
1.3 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division I -General Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.4 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets
and Bridges.
C. City of Coppell Standard Construction Details.
PART2-PRODUCTS
2.1 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as specified.
2.2 MATERIALS:
A. Materials shall be in accordance with the NCTCOG Standard Specifications Item 2.12.3.1,
REINFORCED CONCRETE CULVERT, STORM DRAIN AND PIPE, and Item 2.1.7, PIPE BEDDING
MATERIAL FOR STORM SEWERS.
PART 3 -EXECUTION
3.1 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings.
AVO 24732 & 25816 02720-1 Storm Sewer
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances and sanitary codes, regulations of the State Health Department,
and regulations of the Occupational Safety and Health Administration (OSHA). In the event that the
Contract Documents do not adequately specify materials, methods of construction, or workmanship of any
portion of the proposed work, the NCTCOG Standard Specifications for Public Works Construction, as
amended in the Contract Documents, shall apply.
3.2 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications Item 6.7.4,
STORM DRAIN CONDUIT INSTALLATION, as amended by these specifications.
B. Excavation and backfill shall be in accordance with the NCTCOG Standard Specifications Item 6.2,
EXCAVATION AND BACKFILL, as amended by these specifications.
C. Inlets -The inlets shall be constructed to the lines and grades shown on the drawings. If bottoms and tops
are constructed separately, rebar shall be extended from bottom to allow tie in with the top.
D. Trench safety systems shall be provided by the Contractor. Trench safety systems shall be designed and
sealed by a State of Texas Registered Professional Engineer experienced in the design of trench safety
systems and shall comply with all applicable Local, State and Federal regulations. Contractor shall provide
a separate unit price for trench safety systems required for this project.
END OF SECTION
AVO 24732 & 25816 02720-2 Storm Sewer
Apri12009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road.
DIVISION 2 -SITE WORK
SECTION 02730 -SANITARY SEWER
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and
Divisions 1 Specification Sections, apply to this Section.
B. The City of Coppell requirements shall also apply.
1.2 SECTION INCLUDES:
A. The furnishing of all labor, material and equipment required for the construction of the sanitary sewer,
including, but not limited to, sanitary sewer, pipe, connections, excavation, embedrnent and backfill.
1.3 RELATED SECTIONS:
A. Applicable Sections of Division 0 -Bidding Requirements; Contract Forms; Contract Conditions.
B. Applicable Sections of Division 1 -Genera] Requirements.
C. Applicable Sections of Division 2 -Site Work.
D. Applicable Sections of the Reference Specifications.
E. Special Provisions.
1.4 REFERENCES:
Reference Publications:
A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the
Contract Documents.
B. The latest requirements of the City of Coppell.
PART2-PRODUCTS
2.1 GENERAL:
A. This part shall include the furnishing of all materials of the dimensions and types as shown on the
Drawings or as established by the Engineer.
2.2 MATERIALS:
A. Materials shall be in accordance with the NCTCOG Standard Specifications, Item 2.12.4, POLYVINYL
CHLORIDE (PVC) SEWER PIPE AND FITTINGS WITH DIMENSION CONTROL, and Item 2.1.8,
PIPE BEDDING MATERIAL FOR WATER AND SANITARY SEWER MAINS.
PART 3 -EXECUTION
3.1 GENERAL:
A. This part shall include the placing of all specified materials at the locations and elevations as shown on the
Drawings or as established by the Engineer.
B. The work performed hereunder shall conform in every respect to the Contract Documents, applicable City
requirements, applicable local ordinances and sanitary codes, regulations of the State Health Department,
and regulations of the Occupational Safety and Health Administration (OSHA). In the event that the
Contract Documents do not adequately specify materials, methods of construction, or workmanship of any
portion of the proposed work, the NCTCOG Standard Specifications for Public Works Construction, as
amended in the Contract Documents, shall apply.
AVO 24732 & 25816 02730-1 Sanitary Sewer
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road
3.2 INSTALLATION:
A. Construction methods shall be in accordance with the NCTCOG Standard Specifications Item 6.7.2,
SANITARY SEWER, as amended by the contract documents.
B. Excavation and backfill shall be in accordance with the NCTCOG Standard Specifications Item 6.2,
EXCAVATION AND BACKFILL, as amended by the Contract Documents.
C. Trench safety systems shall be provided by the Contractor. Trench safety systems shall be designed and
sealed by a State of Texas Registered Professional Engineer experienced in the design of trench safety
systems and shall comply with all Local, State and Federal regulations. Contractor shall provide a separate
unit price for trench safety systems required for this project.
3.3 TESTING:
A. Testing of sanitary sewer mains and laterals shall be in accordance with NCTCOG Standard
Specifications, Item 6.7.2 as amended by the City of Coppell and the Contract Documents.
B. Contractor shall pay for all testing required for approval by the Owner(s) and the City of Coppell.
END OF SECTION
AVO 24732 & 25816 02730-2 Sanitary Sewer
April 2009 Southwestern Blvd. from
Coppell Rd. to Belt Line Road