Loading...
ST0301A-CN100302T H E C I T Y O F CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Bethel Road II Project No. ST 03 -01A Bid No. Q- 0310 -02 1 -1 Bidding Documents nA/ //v FOR THE CITY OF COPPELL ° ; / 8. CALEB THORNHILL i 92823 March 2010 0' Freese and Nichols, Inc. Texas Registered Engineering Firm F -2144 1 -1 Bidding Documents TABLE OF CONTENTS Section 1 - Bidding Documents Page # Notice to Bidders 1 -4 Instructions to Bidders 1 -5 Proposal/Bid Schedule 1 -20 Prevailing Wage Rates 1 -35 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 Conflict of Interest 2 -16 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions Section 4 - Specific Project Requirements 4 -1 Section 5 - Description of Pay Items 5 -1 Section 6 - Technical Specifications 6 -1 Project Sign USACE Nationwide Permit 14 — Linear Transportation Project 02231 Tree Protection and Trimming 02402 Care of Water During Construction Bethel Road Closure - Memo 1 -2 Bidding Documents SECTION l BIDDING DOCUMENTS 1 -3 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Bethel Road II (Bethel Road from Denton Tap Rd. to Penfolds Lane) — Project No. ST 03 -01A. The work shall consist of the installation of 7,406 S.Y. of 8" concrete pavement and 552 S.Y. of 10" concrete pavement, related drainage and utility improvements, bridge construction, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non - refundable cost of $90.00 from the office of Freese and Nichols, Inc., 1701 North Market Street, Suite 500, Dallas, Texas, 75202; or telephone (214) 217- 2282 for additional information. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Bethel Road H - Project No. ST 03 -01A will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., March 30 2010, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. -00 310-02 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Boulevard) at 2:00 p.m. on March 23` 2010 The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of Bethel Road from Penfolds Lane to Denton Tap road (approximately 1,800 feet). This road is currently a 2 -lane asphalt roadway and will be reconstructed as a two -lane concrete roadway. Assorted sidewalks will be constructed now and at a later date as indicated on plans. The construction includes a bridge over Grapevine Creek with a nominal span of 128 feet. Traffic signals at Bethel Rd/ Denton Tap Rd will be improved to match the reconstructed intersection. Various waterline improvements and relocations will be required within the project limits. A general construction phasing plan has been provided with the construction plans to illustrate the extent of road closures and detours that will be allowed. The contractor shall have 120 to 150 days to construct the Grapevine Creek Bridge. The contractor will be allowed to close Bethel Road from STA 37 +10 to STA 46 +00 (Approximately Penfolds Lane to Armstrong 1 -5 Bidding Documents Blvd) as indicated in the phasing plan. It will also be necessary to maintain access to the adjacent properties at all times. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road II, Project # ST 03 -01 A 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the office of Freese and Nichols, Inc., 1701 N. Market Street, Suite 500, Dallas, Texas, telephone (214) 217 -2200 for a non - refundable cost of $90.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $45.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted within five [5] days if requested). 1 -6 Bidding Documents The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rentilease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from Bethel Road, Denton Tap, and Coppell Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, 1 -7 Bidding Documents progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and famishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1 -8 Bidding Documents 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project is set at 270 calendar days. A more detailed explanation of the completion time is given in Item 1.6 of the Specific Project Requirements. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 103.7 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or- Equal' Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or " or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such 1 -9 Bidding Documents Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By it If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attomey -in- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. 1 -10 Bidding Documents Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Ouantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 a.m., March 30, 2010 and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0- 0310 -02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be. enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of : Bethel Road A Bethel Road from Penfolds Lane to Denton Tap Rd) — Project No. ST 03 -OIA on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. Electronic bids will not be accepted. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or 1 -11 Bidding Documents association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A). Total Bid = Base Bid (A) All payments will be based on actual quantities and bid unit prices. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment 1 -12 Bidding Documents proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Incentive/ Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Original Contract Time: Original Contract Time will be defined as 270 Calendar Days. (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $1,000.00. In the event the contract takes less than 270 calendar days, there will be incentives assessed of $1,000 per day. In the event the contract takes longer than 270 calendar days, there will be damages assessed of $1,000 per day. The total incentive payment for Contract Time shall not exceed $120,000.00. Bridge Construction Time: Once bridge closure begins, contractor will have 150 days to re- establish two -way traffic across bridge. If contractor is able to open the roadway to two -way traffic in less than 120 days, a bonus will be awarded as follows: Bethel Road Bridge Substantially Complete, safely open to two -way traffic on or before September 7 t `, 2010 = $40,000 incentive 1 -13 Bidding Documents If September 7 2010 is not achieved, for the purposes of the Bridge Construction, the Daily Value is $1,000.00. In the event this closure takes longer than 150 days, there will be damages assessed of $1,000 per day. There will be no bonus and no penalty for completion of the bridge between 120 and 150 days The total incentive payment for Bridge Construction shall not exceed $40,000.00. 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the 1 -14 Bidding Documents construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 30. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items at his own expense. 31. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by 1 -15 Bidding Documents the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." 32. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 190.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 33. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item #103 Preparing ROW. 34. Bid Security. Contractor must submit a bid security in the amount of five (5 %) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 35. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1 -16 Bidding Documents PROJECT IDENTIFICATION Bethel Road H ST 03 -OIA in Coppell, Texas BID OF JRJ Paving, LP. DATE (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: -0Q 310 -02 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 2 Date: 3/26/10 3/29/10 Rec'd: 1 -17 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1 -18 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work will be completed in multiple phases. Phasing will require move -ins by utility and paving contractors. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1 -19 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Quantity Unit Description and Price in Words Unit Price Total rice Mobilization (Max. 5% of Contract) 101 1 LS Eighty nine thousand six hundred 89677.00 89677.00 seventy seven Dollars No Cents Per Lump Sum Traffic Control 102 1 LS Eighteen thousand four hundred 18411.75 18411.75 eleven Dollars seventy five Cents Per Prep ROW 2728.89 103 18 STA Two thousand seven hundred 49120.02 twenty eight Dollars _eighty nine Cents Per Prepare and Implement SWPPP 104 1 LS Three thousand one hundred 3188.69 3188.69 eighty eight Dollars sixty nine Cents Project Signs 105 2 EA Three hundred forty one 341.25 682.50 Dollars twenty five Cents Per Each Unclassified Excavation (Roadway & Channel) 106 3,850 CY Six 6.69 25.756.50 Dollars sixty nine Cents Per Cubic Unclassified Compacted Earth Fill 107 1,250 CY Four 4.83 6037.50 Dollars _eighty three Cents Per L - 20 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Qual3tnty Unit Description and Price in Words Unit Price Total Price Remove and Dispose of Asphalt Pavement 108 4,445 SY 4.29 19069.05 Four Dollars twenty nine Cents Per Concrete Removal 109 1,412 SY 10.73 15150.76 ten Dollars seventy three Cents Per Remove and Reset Existing Mailbox 110 1 EA 500.00 500.00 fFive hundred Dollars No Cents Per Linear Foot Remove Existing Concrete Pipe (­24" Diam) 14.94 111 151 LF 2255.94 Fourteen Dollars ninety four Cents Per Remove Existing Concrete Pipe ( >24" Diam) 112 160 LF 18.03 2884.80 Eighteen Dollars three Cents Per Linear Remove Existing Inlet Box 113 5 EA 684.75 3424.75 Six hundred eighty four Dollars ninety five Cents Per Each Adjust Existing Sanitary Sewer Manholes 114 9 EA 1472.90 13256.10 Fourteen hundred seventy two Dollars ninty Cents Per Each Adjust Existing Valve Box to Grade 115 2 EA 164.80 329.60 One hundred sixty four Dollars _eighty Cents Per Lump 1-21 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01 A Bid No. Item Plan Unit Description and Price in Words Unit Total Remove Existing and Install New Fire Hydrant and Valve Assembly 116 2 EA 4305.40 8610.80 Forty three hundred five Dollars forty Cents Per Each 8" Lime Subgrade Treatment 117 8,353 SY 3.15 26311.95 Three Dollars fifteen Cents Per Square Lime 118 175 TON 141.45 2475375 One Hundred forty one Dollars _forty five Cents Per Ton 8" Reinforced Concrete Pavement with 6" Integral Curb 119 7,406 SY 3714 275.058.84 Thirty Seven Dollars fourteen Cents Per Square 10" Reinforced Concrete Pavement with 6" Integral Curb 120 552 SY 91.27 50381.04 Ninty one Dollars twenty seven Cents Per 10" Reinforced Concrete Stamped Roadway - Crosswalks 121 237 SY 103.17 24.451.29 One hundred three Dollars seventeen Cents Per 8" Reinforced Concrete Stamped Roadway - Crosswalks 122 282 SY 85.26 24043.32 Eighty Five Dollars twenty six - Cents Per 6" Reinforced Concrete Stamped Pavement - Medians 123 132 SY 77.81 10270.92 Seventy Seven Dollars _Eighty one Cents Per I - 23 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Quantity Unit Description and Price in Words Unit Prire Total Price 6" Reinforced Concrete Driveways 124 1,040 SY 34.65 36036.00 Thirty Four Dollars sixty five Cents Per Square Asphalt Pavement for Pave Transition (6" HMAC) 125 194 SY 41.25 8002.50 Forty One Dollars twenty five Cents Per Monolithic Median Nose 126 4 EA 1200 00 4800.00 Twelve hundred Dollars No Cents Per Each Reinforced Concrete Pavement Street Headers 127 521 LF 5.00 2605.00 Five Dollars No Cents Per Linear Foot 4" Reinf. Concrete Sidewalks Z 6.7 8 128 985 SYT3 26378.30 Twenty six Dollars seventy eight Cents Per Barrier Free Ramps 129 14 EA 650.00 9100.00 six hundred fifty Dollars _No Cents Per Each Raised Pavement Marker, Class C, Type Y 130 620 EA 2.89 1791.80 Two Dollars _Eighty nine Cents Per Each Raised Pavement Marker, Class C, Type W 131 290 EA 2.89 838.10 Two Dollars _Eighty nine Cents Per Each 1- 23 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Quantity Unit Description and Price in Words Unit Erige Total Price Raised Pavement Marker, Class C, Type I -A 132 170 EA 8.25 1402.50 Eight Dollars _twenty five Cents Per Each Raised Pavement Marker, Class C, Type I -C 133 370 EA 8.25 3052.50 Eight Dollars twenty five Cents Per Each Pavement Markings 134 1 LS 2800.88 2800.88 Twenty eight hundred Dollars _eighty eight Cents Per Roadside Sign Assembly (Relocation) 135 5 EA 341.25 1706.25 Three hundred forty one Dollars twenty five Cents Per Each Roadside Sign Assembly (New Installation) 136 1 EA 414.75 414.75 Four hundred fourteen Dollars seventy five Cents Per Repair, Replace and/ or Modify Existing Irrigation Systems 137 1 LS 28392.00 28392.00 Twenty eight thousand three hundred ninty two Dollars No Cents Per Lump Sum Repair, Replace and/ or Modify Existing Landscape 138 1 LS 2501.19 2501.19 Twenty five hundred one Dollars nineteen Cents Per Lump Tree Protection 139 1,275 LF 140 1785.00 One Dollars forty Cents Per Linear Foot 1- 24 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Total Uo. Qugntity Unit Description and Price in Words Price Price Block Sodding 140 2,225 SY 2.04 4539.00 Two Dollars four Cents Per Square Combination Rail w /windows (Tx Classic)(42" Tall) 141 740 LF Delete Dollars Cents Per Linear Foot Safety Guardrail Termination 142 6 EA 2205.00 13230.00 Two thousand two hundred five Dollars No Cents Per Each TL2 Transition 143 6 EA 656.25 3937.50 Six hundred fifty six Dollars twenty five Cents Per Each Installation of Highway Traffic Signals 144 1 EA 31157.50 31157.50 Thirty one thousand one hundred fifty seven Dollars _fifty Cents Per Each Remove and Deliver Existing Traffic Signal Pole and Mast Arm Assembly 145 1 EA 1982.75 1982.75 Nineteen hundred eighty two Dollars seventy five Cents Per Traffic Signal Pole Assembly 146 1 EA 6452.95 6452.95 sixty four hundred fifty two Dollars ninty five Cents Per Each Drill Shaft (30 in) 147 10 LF 298.70 2987.00 Two hundred ninty eight Dollars seventy Cents Per Linear 1 - 2 5 1 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Total No. QLlgintity Unit Description and Price in Words Pricg Price Ped Pole Assembly (including foundation) 148 4 EA 1390.50 5562.00 Thirteen hundred ninty Dollars fifty Cents Per Each Pedestrian Signal Sections (remove and relocate) 149 6 EA 180.25 1081.50 One hundred eighty Dollars twenty five Cents Per Each Pedestrian Push Button and Sign Assemblies (remove and relocate) 150 6 EA 123.60 741.60 One hundred twenty three Dollars sixty Cents Per Each 2" PVC Conduit 151 71 LF 6.70 475.70 Six Dollars seventy Cents Per Linear 3" PVC Conduit 152 1,921 LF 7.11 13658.31 Seven Dollars eleven Cents Per Linear 3" PVC Conduit (BORED) 153 120 LF 20.60 2472.00 Twenty Dollars sixty Cents Per Linear Foot Ground Boxes 154 8 EA 515.00 4120.00 Five hundred fifteen Dollars No Cents Per Each Backplate for 3- Section Signal Head 155 2 EA 82.40 164.80 Eighty two Dollars Forty Cents Per Each - ?6 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Total Ng, QUantuty Unit Description and Price in Words Price Price _ Backplate for 5- Section (House) Signal Head 156 4 EA 97.85 391.40 Ninty Seven Dollars _eighty five Cents Per Each VEH SIG SEC (12 IN) LED (GRN ARW) 157 4 EA 247.20 988.80 Two hundred forty seven Dollars twenty Cents Per Each VEH SIG SEC (12 IN) LED (GRN) 158 6 EA 257.50 1545.00 Two hundred fifty seven Dollars fifty Cents Per Each VEH SIG SEC (12 IN) LED (YEL ARW) 159 4 EA 236.90 947.60 Two hundred thirty six Dollars ninty Cents Per Each VEH SIG SEC (12 IN) LED (YEL) 160 6 EA 262.65 157590 Two hundred sixty two Dollars sixty five Cents Per Each VEH SIG SEC (12 IN) LED (RED) 161 6 EA 226.60 1359.60 Two hundred twenty six Dollars sixty Cents Per Each 1 Conductor #6 Bare Wire 162 288 LF 0.93 267.84 No Dollars ninty three Cents Per Each 1 Conductor #8 XHHW Wire 163 296 LF 1.14 337.44 One Dollars fourteen Cents Per Lump [ - 77 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Quanfity Unit Description and Price in Words Unit Erice Total Price 1 Conductor #8 Bare Wire 164 296 LF No 0.93 275.28 Dollars ninty three Cents Per Traffic Signal Cable, 10 Conductor (TY A)(14 AWG) 165 352 LF Two 2.06 72512 Dollars Six Cents Per Linear Foot Traffic Signal Cable, 16 Conductor (TY A)(14 AWG) 166 252 LF Three 3.97 1000.44 Dollars ninty seven Cents Per Traffic Signal Cable, 3 Conductor (TY A)(14 AWG) 167 252 LF One 1.34 337.68 Dollars Thirty four Cents Per Video Imaging Vehicle Detection System, Camera Assembly 168 4 EA Forty eight hundred forty one 4841.00 19364.00 Dollars No Cents Per Each Video Imaging Vehicle Detection System, Processing Unit 169 1 EA Thirty one hundred ninty three 3193.00 3193.00 Dollars No Cents Per Each Video Imaging Vehicle Detection System, Setup 170 1 EA Four hundred forty eight 448.05 448.05 Dollars five Cents Per Each VIVDS Communication Cable 171 610 LF One 1.34 817.40 Dollars Thirty four Cents Per 1 - '8 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Total No. Quantity Unit Description and Price in Words Prige Price Uni- Directional Opticom Detector (remove and relocate) 172 1 EA 144.20 144.20 One hundred forty four Dollars twenty Cents Per Each Traffic Signal Confirmation Lights 173 4 EA 185.40 741.60 One hundred eighty five Dollars Forty Cents Per Each Relocate Illuminated Street Name (ILSN) Sign 174 1 EA 46350 463.50 Four hundred sixty three Dollars fifty Cents Per Each 18" RCP (CL III) 175 20 LF 5768 1153.68 Fifty seven Dollars sixty eight Cents Per 21" RCP (CL III) 176 70 LF 60.77 4253.90 Sixty Dollars seventy seven Cents Per 24" RCP (CL III) 177 100 LF 64.89 6489.00 Sixty Four Dollars _eighty nine Cents Per 30" RCP (CL III) 178 288 LF 77.25 22248.00 Seventy seven Dollars twenty five Cents Per 36" RCP (CL III) 179 320 LF 91.67 29334.40 Ninty one Dollars sixty seven Cents Per 1- 29 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01 A Bid No. Item Plan Unit Total No. uantity Unit Description and Price in Words Pric2 Price Trench Safety System for Storm Drains, Water and Sanitary Sewer Lines 180 1,244 LF 0.31 385.64 No Dollars thirty one Cents Per Linear Std. 5' Recessed Curb Inlet 181 2 EA 2070.30 4140.60 Two thousand seventy Dollars thirty Cents Per Each Std. 10' Recessed Curb Inlet 182 2 EA 2585.30 5170.60 Twenty five hundred eighty five Dollars Thirty Cents Per Each Std. 20' Recessed Curb Inlet 183 2 EA 4068.50 8137.00 Four thousand sixty eight Dollars fifty Cents Per Each Std. 20' Curb Inlet w/ Open Back 184 1 EA 406850 4068.50 Four thousand sixty eight Dollars Fifty Cents Per Each 4' x 4' Drop Inlet 185 1 EA 2369.00 2369.00 Twenty three hundred sixty nine Dollars No Cents Per Each Type A Storm Drain Manhole 186 1 EA 2884.00 2884.00 Twenty eight hundred eighty four Dollars No Cents Per Each 16" C905 DR 18 PVC Waterline 187 388 LF 116.91 45361.08 One hundred sixteen Dollars ninety one Cents Per 1 - 30 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01 A Bid No. Item Plan Unit Total No. Quantitv Unit Description and Price in Words Price Price 8" C900 DR 14 PVC Waterline 188 16 LF 107.64 1722.24 One hundred seven Dollars sixty four Cents Per Linear 16" x 6" Tapping Sleeve and Valve 189 2 EA 7817.70 15635.40 Seventy eight hundred seventeen Dollars seventy Cents Per Each 8" Gate Valve 190 1 EA 1009.40 1009.40 One thousand nine Dollars Forty Cents Per Each Air Release Valve (Type 1) 191 1 EA 2966.40 2966.40 Twenty nine hundred sixty six Dollars forty Cents Per Each 12" PVC Wastewater Pipe (SDR -35) 192 42 LF 115.98 4871 16 One hundred fifteen Dollars ninty eight Cents Per Sanitary Sewer Manhole 193 1 EA 7688.95 7688.95 Seventy six hundred eighty eight Dollars ninty five Cents Per Each Remove Old Structure (Large)(Bridge)(TxDOT Item 104) 194 1 LS 40800.00 40800.00 Forty thousand eight hundred Dollars No Cents Per Lump Sum Drilled Shaft (18 ")(TxDOT Item 416) 195 111 LF 122.40 13586.40 One hundred twenty two Dollars Forty Cents Per Linear 1 - 31 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01 A Bid No. Item Plan Unit Total No. Quantity Unit Description and Price in Words Price Price Drilled Shaft (30 ")(TxDOT Item 416) 196 236 LF 204.00 48144.00 Two hundred four Dollars No Cents Per Linear Foot CL C Conc (Abutments & Wingwalls)(TxDOT Item (420) 197 58 CY 714.00 41412.00 Seven hundred fourteen Dollars No Cents Per Cubic Yards CL C Conc (Bent)(TxDOT Item 420) 198 46 CY 714.00 32844.00 Seven hundred fourteen Dollars No Cents Per Cubic Yards CL S Concrete (Appr Slab)(TxDOT Item 420) 199 222 CY 255.00 56610.00 Two hundred fifty five Dollars No Cents Per Cubic Yards Rip Rap (Conc)(CL B)(5 IN)(TxDOT Item 432) 200 337 CY 214.20 72185.40 Two hundred fourteen Dollars twenty Cents Per Cubic Reinforced Concrete Slab (Bridge)(TxDOT Item 422) 201 7,367 SF 12.24 90172.08 Twelve Dollars twenty four Cents Per Prestressed Concrete Beam (Type C)(TxDOT Item 425) 202 760 LF 122.40 93024.00 One hundred twenty two Dollars Forty_Cents Per Linear Foot Armor Joint (With Seal)(TxDOT Item 454) 203 87 LF 11220 9761.40 One hundred twelve Dollars twenty Cents Per Linear 1 -32 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Total No. Quantity Unit Description and Price in Words Pricg Erice Cement Treated Base Backfill (TxDOT Item 5326) 204 520 CY 71.40 37128.00 Seventy One Dollars Forty Cents Per Cubic Yard Decorative Railing at Bridge 205 256 LF 91.80 23500.80 NintV one Dollars _Eighty Cents Per Linear Cast In Place Retaining Wall 206 3,220 SF 40.80 131376.00 Fortv Dollars _Eighty Cents Per Square Rail (TY 411) 207 615 LF 10Z00 62730.00 One hundred two Dollars No Cents Per Linear Foot Street Lighting 208 1 LS 59431.00 59431.00 Fifty nine thousand four hundred Thirty one Dollars No Cents Per Lump Sum Bridge Banner Poles 209 1 LS 24675.00 24675.00 Twenty four thousand six hundred seventy five Dollars No Cents Per Lypp Sum Bridge Sidewalk 210 215 SY 42.00 9030.00 FortV two Dollars No Cents Per Square Yards TOTAL BID ITEMS BASE BID 101 thru 209 $1,969,019.05 TANGIBLE PERSONAL PROPERTY COST $ 0 DO(7, OD 1 - 33 Bidding Documents BID SUMMARY SUBTOTAL BID ITEMS #100 THRU #206 $1,969,019.05 TOTAL BID ITEMS BASE BID (A) $1,969,019.05 TOTAL TIME 270 CALENDAR DAYS The awarded contract amount will be on the basis of the Base Bid (A) only. 8. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 9. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 10. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: 1 -34 Bidding Documents PREVAILING WAGE RATES Air Tool Operator . ............................... 9.00 Asphalt Raker ..... ............................... 9.55 Asphalt Shoveler .. ............................... 8.80 Batching Plant Weigher ........................11.51 Carpenter .......... ............................... 10.30 Concrete Finisher - Paving ...................... 10.50 Concrete Finisher - Structures ................... 9.83 Concrete Rubber .. ............................... 8.84 Electrician .............. ..........................15.37 8.62 Flagger.............. ............................... 7.55 Form Builder - Structures ........................ 9.82 Form Liner - Paving and Curb .................. 9.00 Form Setter - Paving and Curb .................. 9.24 Form Setter - Structures ......................... 9.09 Laborer - Common . ............................... 7.32 Laborer - Utility .... ............................... 8.94 Mechanic .......... ............................... 12.68 Oiler............... ............................... 10.17 Servicer ............ ............................... 9.41 Painter - Structures ............................... 11.00 Pipe Layer ......... ............................... 8.98 Blaster ............. ............................... 1130 Asphalt Distributor Operator .................. 10.29 Asphalt Paving Machine ..................... 10.30 Broom or Sweeper Operator .................... 8.72 Bulldozer ........ ............................... 10.74 Concrete Curing Machine ...................... 9.25 Concrete Finishing Machine .................. 11.13 Concrete Paving Joint Machine ...............10.42 9.02 Concrete Paving Joint Sealer .................. 9.00 Truck Driver Lowboy/Float ................... 10.44 Truck Driver - Transit Mix ...................... 9.47 Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type .................. 7.32 Welder ............ ............................... 11.57 Concrete Paving Saw . ............................... 10.39 Concrete Paving Spreader . ..........................10.50 Slipform Machine Operator .......................... 9.92 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted .....10.00 Foundation Drill Operator Truck Mounted ....... 11.83 Front End Loader ...... ............................... 9.96 Milling Machine Operator ........................... 8.62 Mixer................... ............................... 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7.32 Roller, Steel Wheel Plant -Mix Pavements ......... 9.06 Roller, Steel Wheel Other Flatwheel or Tamping.......... ............................... 8.59 Roller, Pneumatic, Self - Propelled .................. 8.48 Scraper................... ............................... 9.63 Tractor - Crawler Type ............................... 10.58 Tractor - Pneumatic ..... ............................... 9.15 Traveling Mixer ........ ............................... 8.83 Wagon - Drill, Boring Machine ..................... 12.00 Reinforcing Steel Setter Paving .................... 13.21 Reinforcing Steel Setter Structures ................ 13.31 Steel Worker- Structural ............................ 14.80 Spreader Box Operator .............................. 10.00 Work Zone Barricade .. ............................... 7.32 Truck Driver - Single Axle Light ..................... 8.965 Truck Driver - Single Axle Heavy .................... 9.02 Truck Driver -Tandem Axle Semi Trailer ......... 8.77 1 -35 Bidding Documents SECTION 2 CONTRACT DOCUMENTS T H E- C I T Y • O F COPPELL STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2010 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and JRJ Paving, LP (hereinafter called) CONTRACTOR). L� OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Jdork is generally described as follows: This work shall consist of the reconstruction of Bethel Road II Construction, extending from Penfolds Lane to Denton Tap Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the construction of a new bridge, the installation and/or adjustment of water/ wasterwater utilities, traffic signal work, the installation and/or adjustment related drainage, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 03 -0IA. the Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the BETHEL ROAD II CONSTRUCTION PROJECT NO. ST 03 -01A Bid No. Q- 0310 -02 Article 2. ENGINEER. The Project has been designed by Freese and Nichols, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2_2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 270 calendar days from the date when the Contract time commences to run as provided in Item 103.2 of the General Provisions, and completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. For the purposes of this project, an incentive /disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive /disincentive as set forth in Item 1.6 of the Specific Project Requirements. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of 51,969,019.05. The total tangible personal property cost included in the contract sum is Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. 2 -3 Contract Documents Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC- 105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 2 -4 Contract Documents Ar+irlP R CONTRACT AC'T DOC ITMENTS. the Contract Documents which comprise the entire agreement between OWNER and - -ONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Conflict of Interest 8.5. Notice of Award. 8.6. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. 8.7. Supplementary Conditions to the NCTCOG.. Division 100: General Provisions (pages 3 -2 thru 3 -10, inclusive). 8.8. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Bethel Road II Construction, Phase I - Project No. ST 03 -01A for the City of Coppell ". 8.9. Drawings (Construction Plans) entitled: "Bethel Road 11 Construction, Phase I - Project No. ST 03 -OIA for the City of Coppell ". 8.10. The following listed and numbered addenda: 1,2 8.11. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.12. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.13. The following which may be delivered or issued after the Effective Date of the IL Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.14. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 2 -5 Contract Documents The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. NUSCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the parry sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents Article 10. OTHER PROVISIONS. 0 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf , This Agreement will be effective on n (i� 2010. OWNER: City of Coppell CONTRACTOR: JRJ Paving, LP 255 Parkway Boulevard 1805 Royal Lane, Coppell, TX 75019 Dallas, TX 75229 BY: TITLE: ATTEST: IL Marty TITLE: imating ll, f i ,. Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) Address for giving notices: 1805 Royal Lane, Suite 107 Dallas, TX 75229 (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2 -7 Contract Documents MINUTES OF A SPECLA.L MEETING OF THE MEMBER OF JRMJ HOLDINGS, L.L.C. BY UNANIMOUS WRITTEN CONSENT April 30, 2004 Pursuant to the provisions of Article 2.23 of the Limited Liability Company Act, the undersigned being the sole member entitled to vote at the annual meeting of __ ,RM,j� H- aWi.ngs, L.L.C., ( "Limited- Liability Company ") for the following described actions, authorizes by his signature below, the following resolutions: RESOLVED, that the following named individuals, be and they hereby are, elected to the offices set forth by their name, each to serve the Limited Liability Company until their respective successors are duly elected and qualified: John R Marriott, Jr. Vickie Marriott Tery Chapman Marty Murphy Glenn Highland General Manager Manager /Operations Manager /Sales Manager/Estimating Manager/Finance FURTHER RESOLVED, that the General Manager or the Manager /Operations shall each be granted unlimited authority to bind the Limited Liability Company to any contract, agreement or other document subject to the Regulations of the Limited Liability Company and that the Managers /Sales or the Manager/Estimatiug shall each be granted authority to enter into construction contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ Holdings. L.L.C. is the General Partner of JRJ Paving, LP), and that the Manaver /Finance be authorized to sign financial and tax reporting documents of the Limited Liability Company. 1N wi'I'NESS WHEREOF, the undersigne April 30, 2004. S'Ub'SCRIRE D and SWORN TO before me, on this, the �., day of 2004. - es: i VOTARY PUBLIC Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. • Contractor's Insurance • Worker's Compensation — As set forth in the Workers Compensation Act • Commercial General Liability - $1,000,000 Accident/Occurrence • Automobiles - $500,000 Combined single limit per occurrence • Owner's Protective Liability - $600,000 /occurrence; $1,000,000 aggregate • "Umbrella" Liability - $1,000,000 per occurrence w/ drop down covereage • Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate. • Additional Insured - The Owner and Freese and Nichols, Inc. shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2 -8 Contract Documents ' CERTIFICATE OF LIABILITY INSURANCE DATE(NMlDDIYYYY) 5/13/2010 PRODUCER Phone: 972 -455 -1400 Fax: 972 - 387 -8837 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied North America Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brokerage of Texas, LLC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12770 Coit Road, Suite 750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75251 INSURED JRJ Paving, LP P. O. Box 59934 Dallas, TX 75229 INSURERS AFFORDING COVERAGE I NAIC # INSURER COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU&TECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF I R D POLICY HUMBER POIJCY PPFECTNE POLICY EXPIRATION LIMITS A GENERALuABIUTY 2CG48830903 8/29/2009 8/29/2010 EACH OCCURRENCE $1 X COMMERCIAL GENERAL IJABIL17Y PREMISES [Fa o=MW- $500,000 CLAIMS MADE lx__� OCCUR MEDEXA one ram) $50,000 PERSONAL&ADV INJURY $1, 000, 0 00 AGGREGATE S 2 0 0 0 0 0 0 GEN'LAGGREG4TELIMITAPPUESPEFL- TS- COMPOPAGG S 2 .000.000 ICY 6- X PR LOG 4nt) A AUTOMOBILE LIABILITY 2CA48830903 8/29/2009 8/29/D SINGLE LIMIT $ 1, 000, 000 OWNED AUTOS EDULEDAUTOS (BPOeDIL�YImW)URY $ D AUTOS IAUTO -0WNEDAUTOS Y INJURY ddenl) $ RTY DAMAGE $ ddent) FAUTO ABILITY ONLY -EA ACCIDENT $ UTO -" THAN ACC $ _ S ONLY; AGG $ EXCESS /UMBRELLA LI ABILITY I =6627691 8/29/2009 8/29/2010 EACH OCCURRENCE S10 �p X OCCUR F_1 CLAIMS MADE AGGREGATE $ 10 , 00 0,0 00 S DEDUCTIBLE s RETENnon S p ` COMPENSATION AND EMPLOYERS'L1An1LITY 2CW48830903 8/29/2009 8/29/2010 WC o X STATU- TH- $ ] WORKERS Y ANY PROPRIETORJPARTNEPJ OFFICERNEMBER EXCLUDEDEXECUTiVE ❑ E.L. EACH ACCIDENT S 1,000 ( a If yes. yes, d escribsuib e under d E.L. DISEASE -EA EMPLOYE S EL. DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS Project: Bethel Road II, Coppell, TX / Project No. ST03 -01A, Bid No. Q- 0310 -02 If required by Written contract signed by Named Insured, City of Coppell (Project Owner) and Freese and Nichols, Inc. (Project Engineer) named Additional Insured Primary as and Non - Contributory basis, excluding Professional Liability, for coverages except Workers' Compensation and are provided Waiver of Subrogation for all Coverages. General Liability includes Endorsement CG2503 - Per Project Aggregate. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER City of Coppell NAMED TO THE LEFT. Purchasing Department 255 Parkway Boulevard Coppell TX 75019 AUTHORIZED REPRESENTATIVE / ACORD 25 (2009109) 0 1988- 2009 CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual parry to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents PERFORMANCE BOND Bond No. 08999827 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, LP whose address is 1805 Royal Lane. Suite 107 Dallas. TX 75229 , hereinafter called Principal, and Co lonial American Casualty and Surety Company , a corporation organized and existing under the laws of the State of Maryland , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of one million nine hundred and sixty -nine thousand nineteen dollars and five cents DOLLARS ($ 1,969,019.05 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D. 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Bethel Road II Construction Project No. ST 03 -OIA Bid No. Q- 0310 -02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall. fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 2 -10 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. r' IN WITNESS WHERE , this instrument is executed in Four (4) copies, each one of which shall be deemed original, this the day of , 20 PRINCIPAL JRJ Pavi , By: Mart urp Title: Manaoar /Fa ial American C - y Company B I Y Y J - k LU ILL Title: Christine Davis AT '��' 1, _ • , Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Aon Risk Services Southwest, Inc. ADDRESS: 2 711 N. Haskell Avenue, Suite 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2 -11 Contract Documents MAINTENANCE BOND Bond N0. 08999927 STATE OF TEXAS } COUNTY OF DALLAS } KNOW& MtN An MY. THESE PVSENTS: THAT JRJ Paving LP. as 0 onia rican asua ty an Principal, and urety mpany a corporation organized under the laws of Maryland as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell a Municipal Corporation, Texas, the sum of nine hundred eighty four thousand five hundred and nine Dollars and fifty two Cents ($ 984,509.52 ), for the payment of which sum will and truly be made unto said City of Coppell and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said JRJ Paving, LP has this day entered into a written contract with the said city of Coppell to build and construct Bethel Road II Construction, Project - No. ST 03 -01A, Bid No. Q -0310- 02, which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said JRJ Paving, LP shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, 2 -14 Contract Documents and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said JRJ Paving, LP has caused these presents to be executed by and the said Colonial American Casualty and Surety Compan3has caused these presents to be executed by its Attorney in fact an e said Attorney in fact C1,,j r has hereunto set his hand, the day of , 20 PRINCIPAL JRJ Pavi By: &I / Marty Murp Title: Manager /Es ting SURETY Colonial American Ca ompany By: Oh l ILQh Christine Davis Title: Attorney -in -Fact WITNESS: ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2 -I5 Contract Documents FU M 1 13 /U 1 \ i 1 ►11 Bond No. 08999827 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: JRJ Paving, LP whose address is 1805 Royal Lane, Suite 107 Dallas, TX 75229 , hereinafter called Principal, and Colonial American Casualty and Surety Company , a corporation organized and existing under the laws of the State of Maryland , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary ", in the penal sum of one million nine hundred and sixty -nine thousand nineteen dollars and five cents DOLLARS ($ 1,969,019.05 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of , A.D. 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Bethel Road II Construction Project No. ST 03 -OIA Bid No. Q- 0310 -02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any 2 -12 Contract Documents such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrum one of which shall be deemed an original: this the PRINCIPAL JRJ Paving, LP By: Marty Murphy Title: Manager /Est' ting ATTEST: `au-, is executed in Four (4 ) day of SURETY copies, each .20 C olonial American Casualty and Suret Company By: YA tfitrl k 0 Christine Davis Title: A ttorney —in —Fact ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Aon Risk Services Southwest, Inc. I.\1111to] 2711 N. Haskell Avenue Suite 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract. 1f Resident Agent is not a corporation, give a person's name. 2 -13 Contract Documents o D Fidelity and Deposit Companies Home Office: 3910 Keswick Road Baltimore, MD 21211 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1- 800 - 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # ( 512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f(TX) (08 /0l ) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary, in pur a e ag anted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth on t o n reby certified to be in full force and effect on the date hereof, does hereby nomina t' t po on E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Ricard hristine DAVIS, all of Dallas, Texas, EACH its true and lawful agen t ¢ - act seal and deliver, for, and on its behalf as surety, and as its act and de s n XCEPT bonds on behalf of Independent Executors, Comm ° vo and r cans. and the execution of such bonds or undertakings in VS pursuance c these s, s al� in pon said Companies, as fully and amply, to all intents and purposes, as if they had been duly a at wledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own prr rsons. This power of attorney revokes that issued on behalf of Jerry P. ROSE, Don E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Chris J. KUTTER, Luke J. NOLAN, JR., Christine DAVIS, dated March 30, 2006. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 20th day of March, A.D. 2007. ATTEST: � + cA�� O 'v f J r wr O --� SEAL State of Maryland l ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY i - " Eric D. Barnes Assistant Secretary M. P. Hammond Vice President On this 20th day of March, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA -F 168 -0589 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. IV o A)E' 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed q uestionnaire becomes incomplete or inaccurate. 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. oU o N l✓ 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. No�l� 2 -16 Contract Documents FOUNT CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For v e n dor or ot her perso doi b usines s with local governmental entity Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government o is r named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local o emment officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business enti that e ocal government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. / C No/vc Signature of person doing business with the governmental entity Date 2 -17 Contract Documents SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E C I T Y - O F i CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 En ' eer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. Calendar Day Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 am. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54/hr. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 103.3 — SURETY BONDS 3 -2 Standard Specifications Supplementary Conditions SC- 103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC- 103.4.6 Add the following new item: "103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC- 103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC- 103.4.7a Add the following new item: "103.4.7a Freese and Nichols, Inc. shall be included as an "Additional Insured" on all project liability insurance." ITEM 103.6 - .NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 3 -3 Standard Specifications Supplementary Conditions 109.5. 1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC- 104.2.1 104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 105.1— CONTRACT DOCUMENTS SC- 105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC- 105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies ". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: Geotechnical Engineering Study by Terra -Mar, Inc, April 2003 (available upon request). The Contractor may take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP. WARRANTIES AND GUARANTEES SC- 105.2.2 Amend the first sentence of Item 105.2.2 to change the words 'one year" to "two years ". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 3 -4 Standard Specifications Supplementary Conditions Delete Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS. EMPLOYEES OR AGENTS SC- 107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC- 107.14 Delete Item 107.14 and substitute the following in lieu thereof: "107.14 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which 3 -5 Standard Specifications Supplementary Conditions separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, DESIGN Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Design Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Design Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Design Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Design Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be 3 -6 Standard Specifications Supplementary Conditions CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." ITEM 107.23 — EXISTING STRUCTURES, FACH TTIES AND APPURTENANCES SC- 107.23.2a Add the following new Item 107.23.2a immediately after Item 107.23.2: I 07.23.2a Existing Utilities and Sewer Lines The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1— PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor ". ITEM 108.3 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3: 3 -7 Standard Specifications Supplementary Conditions "The ENGINEER shall' coordinate such other work with the CONTRACTOR and schedule events to minimiz delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TE E: LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 — SITE PREPARATION 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 203.7 - EMBANKMENT 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. ITEM 303.5 - CONSTRUCTION METHODS 303.5.4 Joints 303.5.4.2 Expansion Joints: Replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and 3 -8 Standard Specifications Supplementary Conditions extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. 303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer ". 303.5.4.3 Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." 303.5.6 Finishing. 303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." 303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL 504.2.3.3.3 Additional Requirements (2) Additional Requirements for Type B" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting maybe used only with specific written permission of the Engineer." ITEM 504.5 - EMBEDMENT 504.5.3.2 Compaction. 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable 3 -9 Standard Specifications Supplementary Conditions with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 — SLOPE AND CHANNEL PROTECTION 803.3.3 Riprap Construction Methods 803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387 -83." 3 -10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E - C t T Y- 0 F SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4 -2 Speck Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.2a CONSULTING ENGINEER: Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 994 -643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work shall consist of the reconstruction of Bethel Road extending from Penfolds Lane to Denton Tap Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the construction of a new bridge, the installation of related drainage, water and sanitary sewer improvements and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 03 -01A. 1.6 EXPLANATION OF CONTRACT TIlVIE & BRIDGE CONSTRUCTION TIME: In the event the Contractor completes the contract prior to the expiration of the Original Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value amount specified in Item 20 of the Instructions to Bidders in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and subject to the conditions set forth below. In the event the Contractor completes the Bridge Construction prior to the expiration of the Bridge Construction Time, the Owner will paythe Contractor an incentive payment specified in Item 20 of the Instructions to Bidders in the Contract Documents. The term "Original Contract Time" and "Bridge Construction Time" as used in herein will mean the number of calendar days established by the Owner for completion of the work of the Contract and/ or Bridge Construction on the date the Contract was executed and Bridge Construction begins as termed by the Owner. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time and/ or Bridge 4 -3 Specific Project Requirements Construction Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time and/ or Bridge Construction Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract and/ or Bridge Construction, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time and/ or Bridge Construction Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time and/ or Bridge Construction Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time and/ or Bridge Construction Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time so that these such extended "Times ", will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time, the Owner shall unilaterally determine the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time. 4 -4 Specific Project Requirements 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all - inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non- election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time and/ or Bridge Construction Time. As noted in the plans and in Item 20 of the Instructions to Bidders in the Contract Documents, Bethel Road Bridge may be completely closed to traffic for a maximum of 150 Calendar days. Should the Contractor fail to comply with these requirements, the Contractor shall have no right to any incentive payment whatsoever under this Article. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time and/ or Bridge Construction Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time and/ or Bridge Construction Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. 4 -5 Specific Project Requirements In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have 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. 1.8 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.9 CONFORNHTY 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. 1.10 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items. 1.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for 4 -6 Specific Project Requirements any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.12 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch payable to the Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.13 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.14 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. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell 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. Where the work is carried 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, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. 4 -7 Specific Project Requirements 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. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item I -48 — Traffic Control. 1.15 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: 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. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will 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 that 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 bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.16 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 4 -8 Specific Project Requirements 1.17 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.18 CLEANUP: During Construction The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. Final Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. 1.19 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.20 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. 1.21 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.22 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4 -10 Specific Project Requirements C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re- submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and akoordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated 4 -11 Specific Project Requirements and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -12 Specific Project Requirements SECTION 5 DESCRIPTION OF PA Y ITEMS T H E - C I T Y- O F C x � 5 ~ 1 s SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the new sign paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d) surveying to re- establish grade, (d) maintenance of streets during construction, (e) sprinkling for dust control, (f) project trailer if needed, (g) any other incidentals necessary to complete the work.. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, unless modified by these Special Provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643), together with any additional Supplementary Conditions, Specific Project Requirements, General. Notes or Description of Pay Items included herein. 2.1. Pay Items #101 Mobilization (Max. 5% of Contract): This pay item shall consist of actual cost: a. Bonds and insurance b. Transportation and setup for equipment c. Transportation and/or erection of all field offices, sheds and storage facilities d. Salaries for preparation of submittals required before the first payment request e. Salaries for field personnel assigned to the project related to the mobilization of the project f. Mobilization may not exceed 5 percent of the total contract amount g. Cost for mobilization may be submitted only for work completed. Note: The total amount bid for Mobilization shall not exceed five percent (5 %) of the Base Bid (A) amount, exclusive of this pay item (adjusted contract amount). Measurement and Payment shall be as follows: Ten percent (10 %) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract 5 -2 Description of Pay Items amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.2. Pay Item #102 Traffic Control: This pay item shall consist of the placement of the required traffic control devices in accordance with the approved traffic control plan and TMUTCD. The contractor shall also be required to maintain a changeable message board at each end of the construction area, in working order, for the duration of the project. These locations will be near the following intersections: Bethel Road and Denton Tap Road; Bethel Road and Coppell Road. The Contractor shall submit a traffic control plan that meets the requirements described in the construction phasing plans (Sheets PH -1 and PH -2), for the project as a whole and for the various phases. Two -way traffic shall be maintained on the roadway at all times except where specified on Phasing Plans. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the plan has been approved. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for preparing traffic control plan, placing barricades and signs and for furnishing all other materials, tools, street markings, changeable message boards, flagmen, equipment, labor, and any other incidentals necessary to implement the traffic control plan and maintain two -way traffic, except where shown, during construction of the project. Payment for this item shall begin on the first payable monthly construction estimate after barricades, signs and traffic handling devices have been installed in accordance with the traffic control plan. Monthly payment based on the calendar days bid shall be made each succeeding month for this item provided the barricades, signs and traffic handling devices have been installed and maintained in accordance with the traffic control plan until the contract amount has been paid. Failure to complete the scheduled work in the bid time will not increase this pay item. 2.3. Pay Items #103 Prep ROW: This pay item shall consist of the preparation of the existing right -of -way for construction as required by the plans and specifications. It will include the area between the right -of- way limits, additional areas beyond the right -of -way such as temporary construction, slope, and drainage easements, and any other easements shown on the plans. Work shall be in accordance with NCTCOG Item 203 and shall include, but not be limited to: all obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation, logs, trash concrete, asphalt, fences, structures, foundations, lumber, scrap metal, abandoned appliances, abandoned utility pipes or conduits and any other items not included as pay items elsewhere in the contract documents, or identified in NCTCOG Section 203.3, but necessary for the preparation of the rights -of -way and/or permanent or temporary 5 -3 Description of Pay Items easements for construction. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. All material and debris removed as described above shall become the property of the Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the Engineer and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and/or photograph the existing right -of -way prior to construction. Payment shall be made on the basis of the price bid per station (STA). This item shall be measured along the centerline by the '100' foot station basis regardless of the width of the right -of -way or easement. Payment shall not exceed 10% of total amount requested. Payment shall be total compensation for providing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. If this pay item exceeds 10% of the total project cost, exclusive of this pay item, then any amount over the 10% will not be paid until the final payment. 2.4. Pay Items 9104 Prepare and Implement SWPPP: This pay item is subject to the Texas Commission on Environmental Quality (TCEQ) requirements for construction projects. Under the Texas Pollution Discharge Elimination System general construction permit (TXR 150000) an operator of a construction site that will disturb one (1) or more acres is required to obtain a permit for the discharge of storm water runoff. The contractor shall be required to develop and implement a site specific Storm Water Pollution Prevention Plan (SWP3) and submit a Notice of Intent to the TCEQ as part of the permit. Implementation and installation in accordance with the SWP3 of any rock filter dams, silt fencing, inlet protections, or other type of erosion control are subsidiary to pay item 9104. The SWP3 must describe and ensure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and ensure compliance with the terms and conditions of the permit. A Texas Registered Professional Engineer must sign and seal the erosion control plan submitted as part of the SWP3. The erosion control plan on Sheet ER -1 of the plans should not be considered as a final SWP3. If used by the contractor, then it also must be signed and sealed by a Texas Registered Profession Engineer representing the contractor. The SWP3 shall be subject to approval by the Owner and must be retained on site during the term of the construction. The Contractor shall submit a Notice of Termination upon completion of the project. Contractor shall submit plan on behalf of contractor and owner as joint operators on task. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the erosion control plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of 5-4 Description of Pay Items construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. 2.5. Pay Items #105 Project Signs: This pay item shall consist of the installation of a project sign on each end of the project. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work and maintaining sign throughout project. 2.6. Pay Items #106 Unclassified Excavation (Roadway and Channel): This pay item shall consist of the roadway and channel excavation of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Excavation shall include all materials encountered regardless of their nature or of the manner in which they are removed. Work shall be in accordance with NCTCOG Items 203.4 and 203.5. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.4, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Any damage to existing improvements and/or property, including manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR's performance of this work shall be repaired in a timely manner by the CONTRACTOR, at his sole expense. 2.7. Pay Items #107 Unclassified Compacted Earth Fill: This pay item shall consist of the furnishing, placement, and compaction of all suitable fill material to the established grade and to the shape of the cross - section as shown in the plans. Fill material shall be Owner approved borrow and site - excavated material (not all site excavated material may be suitable for embankment). Work shall be in accordance with NCTCOG Items 203.6. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5 -5 Description of Pay Items 2.8. Pay Items #108 Remove and Dispose of Asphalt Pavement: This pay item shall consist of the saw cut, removal, and disposal of the existing asphalt pavement to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The roadway improvements shall be constructed in phases and the removal of the asphalt pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the asphalt is to be removed, the asphalt shall be saw cut full depth to avoid damage to that portion of the asphalt to remain in place. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. The Contractor and the Owner's representative shall measure the asphalt pavement prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. This item does not include the removal of any asphalt constructed for detours. It only includes removal of existing asphalt prior to construction beginning. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.9. Pay Items #109 Concrete Removal: This pay item shall consist of the saw cut, removal, and disposal of concrete sidewalks, driveways, brick pavers, pavement, and riprap as designated and to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. Where only a portion of the existing concrete is to be removed, the concrete shall be saw cut full depth and removed to the saw lines as shown in the plans. Removal of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The limit of pay shall only be to the original saw line. The Contractor and the Owner's representative shall measure the concrete items prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.10. Pay Items #110 Remove and Reset Existing Mailbox: This pay item shall consist of the removal and resetting of existing mailboxes in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the existing mailboxes prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. 5-6 Description of Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for fi.unishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.11. Pay Items #111 Remove Existing Concrete Pipe (Pipe < =24" Diam): This pay item shall consist of the removal and disposal of existing storm drain pipe in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the existing storm drain pipe prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.12. Pay Items #112 Remove Existing Concrete Pipe (Pipe >24" Diam): This pay item shall consist of the removal and disposal of existing storm drain pipe in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the existing storm drain pipe prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.13. Pay Items #113 Remove Existing Inlet Box: This pay item shall consist of the removal and disposal of the existing inlets as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per each (EA) inlet removed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.14. Pay Items #114 Adjust Existing Sanitary Sewer Manholes: This pay item shall consist of adjusting existing sanitary sewer manholes, which are to remain in service, to grade. This item shall be full compensation for adjustment regardless of type of manholes, actual limit of adjustment, or method used to make adjustment. Measurement and Payment shall be made on the basis of price bid per each (EA) manhole rim adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-7 Description of Pay Items 2.15. Pay Items #115 Adjust Existing Valve Bog to Grade: This pay item shall consist of adjusting existing water and meter valve boxes, which are to remain in service, to grade. Any adjustment to residential or commercial meter valve boxes shall also include adjusting the meter to within 8" of the top of the box per City of Coppell Standard Construction Details (4050). Measurement and Payment shall be made on the basis of price bid per each (EA) water and meter valve adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.16. Pay Items #116 Remove Existing and Install New Fire Hydrant and Valve Assembly: This pay item shall consist of removal of existing fire hydrants and placement of new fire hydrants outside of the proposed pavement. Any installation of fire hydrants shall be made per City of Coppell Standard Construction Details (4120). This item shall include all necessary pipe, fittings, blocking, and other appurtenances necessary to relocate the fire hydrants. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant relocated and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.17. Pay Items #117 8 Lime Subgrade Treatment: This pay item shall consist of treating the top 8" and the full width of subgrade by pulverization, addition of 42 LBS /SY of lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Full width shall be that distance from 1' behind the back of curb on each side of roadway where roadways are proposed. Subgrade shall be constructed to the lines and grades as required by the plans and specifications. Work shall be in compliance with NCTCOG Item 301.2. Measurement and Payment shall be made on the basis of price bid per square (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.18. Pay Items #118 Lime: This pay item shall consist of the hydrated lime required for the lime treatment of the top 8" and the full width of subgrade. Full width shall be that distance from F behind the back of curb on each side of roadway where roadways are proposed. The lime shall be placed in a slurry form at the minim rate of 42 pounds per square yard. Work shall be in compliance with NCTCOG Items 301.2. Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-8 Description of Pay Items 2.19. Pay Items #119 and 120 Reinforced Concrete Pavement with 6" Integral Curb (8" Reinf., 10" Reinf.): This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minim compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. The 6" monolithic curb, where indicated is subsidiary to this pay item, therefore, no separate payment will be made for the curb. All concrete, except for City approved "leave outs ", shall be placed with a self - propelled paving machine. At locations indicated on the plans, lay down curbs shall be constructed and shall be considered subsidiary to this pay item. The lay down curb shall consist of a 10' taper from a 6" curb to no curb with a 1" lip. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a maximum of 15- 18 feet apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and Payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.9, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work.. 2.20. Pay Items #121 and #122 Reinforced Concrete Stamped Roadway — Crosswalks (8" & 10"): This pay item shall consist of the furnishing and placing of stamped reinforced concrete pavement to the specified depth at the crosswalks shown on the plans. All concrete for construction shall be Class "C" concrete having a minim of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979 and manufacturer's specifications. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be 5-9 Description of Pay Items Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.21. Pay Items #123 6" Reinforced Concrete Stamped Roadway — Medians: This pay item shall consist of the furnishing and placing of reinforced concrete stamped median to the specified depth at the crosswalks shown on the plans. All concrete for construction shall be Class "C" concrete having a minim of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979 and manufacturer's specifications. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.22. Pay Items #124 6" Reinforced Concrete Driveways: This pay item shall consist of the construction of concrete driveways as shown on the plans. All concrete for construction shall be Class "C " concrete having a minim of 6 sacks of cement per cubic yard and a minim compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. The cost for famishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG Item 303. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.23. Pay Items #125 Asphalt Pavement for Pave Transition (6" HMAC): This pay item shall consist of the construction of HMAC transitions in the locations shown in the plans. The transition will connect the new concrete roadway to the existing asphalt roadway and shall be 2" thick HMAC surface course, Type "D ", on a 4" Type `B" HMAC binder course in accordance with City of Coppell Standard Construction Details (2110). This item includes compaction of the subgrade under the transition and the concrete street header constructed on the new concrete roadway. The concrete street header shall be 5 -10 Description of Pay Items constructed in accordance with the City of Coppell Standard Construct Details (2070). Work shall be in compliance with the NCTCOG Items 301.1, 302.9 and 303. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.24. Pay Items #126 Monolithic Median Nose: This pay item shall consist of the installation of monolithic median noses of various types at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2140) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.25. Pay Items #127 Reinforced Concrete Pavement Street Headers: This pay item shall consist of the installation of concrete street headers at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2070) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.26. Pay Items #128 4" Reinforced Concrete Sidewalks: This pay item shall consist of the construction of a concrete sidewalk in the locations as shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details (2170) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.27. Pay Items #129 Barrier Free Ramps: This pay item shall consist of the construction of barrier free ramps in the locations as shown in the plans. All barrier free ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any barrier free ramp found to be in non- compliance shall be removed and brought to compliance at the Contractor's expense. 5 -11 Description of Pay Items Work shall be in compliance with the City of Coppell Standard Construction Details (2185) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.28. Pay Items #130 -133 Raised Pavement Markers: This work includes the placement and installation of all traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy and/or bituminous adhesive shall be carefully followed. Measurement and Payment for traffic button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) for the various types and sizes and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.29. Pay Items #134 Pavement Markings: This pay item shall consist of the placement and installation of various words, symbols or shapes, stop bars, lane striping or any other unit in the color, width and thickness as shown on the plans. Type I markings are thermoplastic type materials that require heating to elevated temperatures for application. Type H markings are paint -type materials that are applied at ambient or slightly elevated temperatures. New Portland- cement - concrete surfaces shall be cleaned to remove curing membrane, dirt, grease, loose and/or flaking existing construction markings and other forms of contamination. Pavement to which material is to be applied shall be completely dry. New Portland- cement- concrete surfaces shall be further prepared for Type I markings, after cleaning, by placing a Type H marking as a sealer. Work shall be in compliance with the TxDOT Specifications Item 666. Measurement and payment for striping shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.30. Pay Items #135 Roadside Sign Assembly (Relocation): This pay item shall consist of the furnishing, fabrication, galvanizing and erection of supports; for constructing concrete foundations; for salvaging and reinstalling complete signs including sign connections and all hardware; for attaching the signs to the supports; and for washing and cleaning the signs. Care shall be taken in removal and storage of existing signs such that no damage occurs and the signs are in an equal condition to when 5 -12 Description of Pay Items they were removed. The sign assembly shall be in compliance with the TxDOT Specifications Item 644. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.31. Pay Items #136 Roadside Sign Assembly (New Installation): This pay item shall consist of the furnishing, fabrication, galvanizing and erection of supports; for constructing concrete foundations; for furnishing complete signs including sign connections and all hardware; for attaching the signs to the supports; and for washing and cleaning the signs. Signs shall be Aluminum Type "A" signs and shall be in compliance with the TxDOT Specifications Item 636. The sign assembly shall be in compliance with the TxDOT Specifications Item 644. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.32. Pay Item #137 Repair, Replace and /or Modify Existing Irrigation Systems: This work includes repairing, replacing and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. It would, therefore, be advisable for the CONTRATOR to contact adjacent property owners and/or system owners /operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for himself and make his own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and Payment for work performed and materials furnished related to the repair, replacement and/or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals 5 -13 Description of Pay Items necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. 2.33. Pay Item #138 Repair, Replace and /or Modify Existing Landscape: This work includes repairing, replacing and/or modifying any existing landscaping within the limits of the work area that is damaged or is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and the Engineer. Measurement and Payment for work performed and materials furnished related to the repair, replacement and/or modification of existing landscaping, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.34. Pay Item #139 Tree Protection: This pay item shall consist of the furnishing and placing of tree protection to the specified locations shown on the plans. Work shall be in compliance with NCTCOG Item 203, Specification 02231, and manufacturer's specifications. Measurement and Payment for work performed and materials furnished related to the repair, replacement and/or modification of existing landscaping, as provided herein, shall be made on the basis of the price bid per lump sum (U) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.35. Pay Items #140 Block Sodding: This pay item shall consist of the furnishing and planting grass on all disturbed areas within the project limits, not covered by pavement. Work shall be in compliance with NCTCOG Item 202.5. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 2.36. Pay Item #141 Combination Rail w /windows (Tx Classic)(42" Tall): This pay item shall consist of the installation of combination rail at the locations shown in the plans. The combination rail shall be in compliance with the TxDOT Specifications Item 450 and details C411. Measurement and Payment shall be made on the basis of price bid per linear foot (U) of combination rail, measurement being made along the face of the rail, from center to center of 5 -14 Description of Pay Items end posts or from terminal anchor sections. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.37. Pay Items #142 -143 Single Guardrail Terminal and TL2 Transition: This pay item shall consist of the installation of single guardrail terminals (SGT) and TL2 transitions at the locations shown in the plans. The SGT and TL2 transition shall be in compliance with the TxDOT Specifications Item 540 and details MBGF(TL2) -09 and SGT(7) -09. Measurement and Payment shall be made on the basis of price bid per each (EA) of SGT and TL2 transition. Payment shall be full compensation for installation of all materials, for furnishing and backfilling postholes, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.38. Pay Item #144 Installation of Highway Traffic Signals This work includes the furnishing and installation of new highway traffic signals including traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS -2 Type 2 Cabinet Specification" and "Specification for Fully- Actuated Solid State Controller Unit (TS -2) with Time -Based Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment for installation of highway traffic signals work performed and materials famished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) intersection and shall be total compensation for furnishing all labor, materials, tools, equipment and other incidentals necessary to complete the work 2.39. Pay Item #145 Remove and Deliver Existing Traffic Signal Pole and Mast Arm Assembly This work shall include the removal and delivery to the City of traffic signal poles and mast arm assemblies and noted signal heads, signs and other attached items. Said traffic signal pole and mast arm assemblies shall be removed with reasonable care to avoid damage and are to be delivered and unloaded in good condition at a location within the city as designated by the City of Coppell. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to remove, load, deliver and unload traffic signal pole and mast arm assemblies, signal heads, signs and other attached items. 2.40. Pay Item #146 Traffic Signal Pole Assembly This work shall include the furnishing and installation of traffic signal pole and mast arm of the size and finish called for on the plans and in the specifications. The poles and mast arms shall be in compliance with Item 686 in TxDOT's 2004 Standard Specifications for 5 -15 Description of Pay Items Construction and Maintenance of Highways, Streets and Bridges and standard details for a round cross section. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to furnish and install the signal pole and mast arm assemblies. 2.41. Pay Item #147 Drill Shaft (30 in) This pay item shall consist of the installation of drill shafts of the sizes (30A) and at the locations shown in the plans. The drill shafts shall be in compliance with Item 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges.and TxDOT standard details for reinforced drilled shafts. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) of specified type of drilled shaft foundation. Payment shall be full compensation for installation of all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.42. Pay Item #148 Pedestal Pole Assemblies (including foundation) This work includes the furnishing and installation of pedestal pole assemblies in accordance with the appropriate details and specifications, including Item 687 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Payment for foundations (24" Drilled Shafts) for the pedestal pole assemblies shall be incidental to payment for this item. 2.43. Pay Item #149 Pedestrian Signal Sections (remove and relocate) This work includes the removal and relocation of existing polycarbonate, symbolic pedestrian signal sections in accordance with the appropriate details and specifications, including Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.44. Pay Item 9150 Pedestrian Push Button and Sign Assemblies (remove and relocate) This work shall include the removal and relocation of pedestrian push button and sign assemblies in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Pedestrian Push Buttons; Installation Procedures," and NCTCOG standards. 5 -16 Description of Pay Items Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.45. Pay Items #151 -152 2" and 3" PVC Conduit This work shall include the furnishing and installation of 2" PVC conduit and 3" PVC conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for famishing all labor, materials, and equipment necessary to complete the work. 2.46. Pay Items #153 3" PVC Conduit (BORED) This work shall include the furnishing and installation by boring of 3" PVC conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.47. Pay Item #154 Ground Boxes This work shall include the famishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.48. Pay Items #155 -156 3- Section and 5- Section Traffic Signal Backplates This work shall include the furnishing and installation of 3- section or 5- section backplates of the appropriate configuration for the signal heads and in accordance with Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and installed in compliance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads — 12 Inch, Expandable, Adjustable Type," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 -17 Description of Pay Items 2.49. Pay Items #157 -161 Vehicle Signal Sections (12 IM LED This work shall include the furnishing and installation of 12" signal sections of the type and locations called for on the plans and each consisting of one housing case, housing door, visor and optical unit in accordance with Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads —12 Inch, Expandable, Adjustable Type," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Payment for the signal head shall be incidental to payment for the signal sections. 2.50. Pay Items 9162 1 Conductor 46 Bare Wire This work shall include the furnishing and installation of IC #6 Bare wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.51. Pay Items #163 1 Conductor #8 NJ1HW Wire This work shall include the furnishing and installation of IC #8 XHHW wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.52. Pay Items #1641 Conductor #8 Bare Wire This work shall include the furnishing and installation of IC #8 bare wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.53. Pay Items #16510 Conductor #14 Gauge Wire This work shall include the furnishing and installation of IOC #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell 5 -18 Description of Pay Items standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.54. Pay Items #16616 Conductor #14 Gauge Wire This work shall include the furnishing and installation of 16C #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.55. Pay Items #167 3 Conductor #14 Gauge Wire This work shall include the furnishing and installation of 3C #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.56. Pay Items #168 Video Imaging Vehicle Detection System, Camera Assembly This work includes the furnishing and installation of video imaging vehicle detection system camera assembly based on the Solo Terra model from Autoscope in accordance with the appropriate details and specifications.. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.57. Pay Items #169 Video Imaging Vehicle Detection System, Processing Unit This work includes the furnishing and installation of video imaging vehicle detection system processor unit based on the Solo Terra model from Autoscope in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 -19 Description of Pay Items 2.58. Pay Items #170 Video Imaging Vehicle Detection System, Setup This work includes the set -up for detector setup and viewing of vehicle detections based on the Solo Terra model from Autoscope in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.59. Pay Items #171 VIVDS Communication Cable This work shall include the furnishing and installation of VIVDS communication cable compatible with the Solo Terra model from Autoscope in multiple locations of the project in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.60. Pay Items #172 Uni- Directional Opticom Detector (remove and relocate) This work includes the removal and relocation of one uni- directional opticom detector in accordance with the appropriate details and specifications, including the Emergency Management Response System special specification. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.61. Pay Items #173 Traffic Signal Confirmation Lights This pay item shall consist of the famishing and installation of traffic signal confirmation light assemblies with clear globe on the mast arms and in the locations as designated by the Owner. Contractor shall furnish and install Pelco Part Number SM -0286 traffic signal confirmation lights, or equal. Incidental to this pay item shall be the furnishing and installation of the traffic signal confirmation light system to control the traffic signal confirmation light assemblies, and shall include all processor and conflict monitor equipment to provide a functional system. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.62. Pay Items #174 Relocation of Illuminated Street Name (II,SN) sign This pay item shall consist of the relocation of the existing illuminated street name sign on Pole T -9 to the new Pole T -7 in accordance with the appropriate specification. 5 -20 Description of Pay Items Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor and any incidental materials necessary to complete the work. 2.63. Pay Items #175 -179 Class III RCP: This pay item shall consist of the installation of ASTM C -76 Class III precast reinforced concrete pipe storm drain pipe at the locations and to the grades shown on the plans (sizes 18 ", 21 ", 24 ", 30 ", and 36 "). Omniflex joint material shall be used for all joints. All fittings and bends shall be prefabricated. Work shall be constructed in accordance with the City of Coppell Standard Construct Details (6090). Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.64. Pay Items #180 Trench Safety Protection for Storm Drain, Water and Sanitary Sewer Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.65. Pay Items #181 -183 Curb Inlets: This pay item shall consist of the construction of recessed curb inlets at the locations and grades shown in the plans (sizes 5' std., 5' rec., 10' rec., 20' w/ Open Back, and 20' rec). The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Work shall be in compliance with the TxDOT Standard Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.66. Pay Items #184 Curb Inlet w/ Open Back: 5 -21 Description of Pay Items This pay item shall consist of the construction of curb inlets at the locations and grades shown in the plans (size 20' w/ Open Back). The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Work shall be in compliance with the City of Coppell Standard Construction Details (6020 and 6030). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.67. Pay Items #185 4'x4 Drop Inlet: This pay item shall consist of the construction of `Y' inlets at the location and to the grades as shown in the plans (size 4'x4'). Work shall be in compliance with the City of Coppell Standard Construction Details (6040). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.68. Pay Items #186 Type A Storm Drain Manhole: This pay item shall consist of the construction of square storm drain manholes at the locations and to the grades shown in the plans. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Work shall be in compliance with the City of Coppell Standard Construction Details (6010). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.69. Pay Items #187 -188 PVC Waterline: This pay item shall consist of the installation of AWWA C900 (DR14) and C905 (DR18) PVC water pipe at the locations and to the grades shown on the plans (sizes 8" and 16 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, ductile iron fittings shown on the plans, thrust blocking, concrete anchors, flowable fill, concrete backfill, and pumping where necessary; trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, disinfection, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Cutting and plugging of existing pipe lines shall be performed as noted on plans and incidental to pipe line installation. Testing and disinfection in accordance with specifications is considered subsidiary to the price bid. 5 -22 Description of Pay Items Measurement and Payment shall be made on the basis of price bid per linear foot (LF) measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.70. Pay Items #189 16 "z6" Tapping Sleeve and Valve: This pay item shall consist of the installation of tapping sleeve and valve in the locations as shown in the plans (16 "x6 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.71. Pay Items #190 8" Gate Valve: This pay item shall consist of the installation of gate valves in the locations as shown in the plans (8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details (4050). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.72. Pay Items #191 Air Release Valve (Type I): This pay item shall consist of the installation of 2" air valve in the locations as shown in the plans. Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details (4090). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.73. Pay Items #192 12" PVC Wastewater Pipe (SDR -35): This pay item shall consist of the installation of ASTM D3034 SDR -35 PVC sanitary sewer pipe at the locations and to the grades shown on the plans (12 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 507 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, mandrel pulling, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. 5 -23 Description of Pay Items resulting from damage inflicted to any utility line by the Contractor. Removal and disposal of existing pipe and manholes in same trench shall be incidental to pile line installation. Testing in accordance with specifications is considered subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) measured horizontally from center of manhole to center of manhole or cleanout without any deduction for the length of pipe through manholes and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 2.74. Pay Items #193 Sanitary Sewer Manhole: This pay item shall consist of the construction of sanitary sewer manholes at the locations and to the grades shown in the plans (5' diameter). Work shall be in compliance with the City of Coppell Standard Construction Details (5020). Vacuum Test and Television Inspections are considered subsidiary to installation. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.75. Pay Items 4194 -204 Bethel Road /Grapevine Creek Bridge: This pay item shall consist of the removal and .installation of all bridge improvements at Bethel Road and Grapevine Creek as shown in the plans. Bridge improvements shall be in accordance with all applicable TxDOT specifications and details. Attention must be paid to the specifications and conditions of nationwide permit 14. Care of water during construction will be subsidiary to the price bid and shall be in compliance with Specification 02402. Measurement and Payment shall be made on the basis of price bid per lump sum (LS). Payment shall be full compensation for installation and furnishing of all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.76. Pay Items #205 Decorative Railing at Bridge: This pay item shall consist of the construction of the decorative concrete railings at the bridge in the location as shown in the plans. The railings shall be installed in accordance with the details in the plans and with NCTCOG Items 702. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.77. Pay Items #206 Mechanically Stabilized Earth Retaining Walls This pay item shall consist of the construction of MSE retaining walls to the lines, limits and grades as shown in the plans. The type, color, and/or special finish of the panels is considered subsidiary to this item and shall be approved by the Owner prior to installation. For bidding purposes, contractor can assume an ashlar rock finish to all panels. The 5 -24 Description of Pay Items measured area shall be from one (1) foot below finished grade to top of wall, including any coping required. The MSE retaining walls shall be in compliance with the TxDOT Specifications Item 423 and details RW(MSE). Measurement and Payment shall be made on the basis of price bid per square foot (SF) of wall face and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to construct a complete retaining wall. Retaining wall backfill areas, which are also in embankment areas, will be measured and paid for as specified in Pay Item #202 "Unclassified Compacted Earth Fill ", of the compaction method specified. Such backfill material shall meet the requirements of the retaining wall type used. 5 -25 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E - C I T Y- O F COPPELL x a . A 5 CITY OF COPPELL PROJECT SIGN C NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2 "X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE - 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: Vu f JL .5 BETHEL RD PROJECT (ST 03 -01 ) CONTRACTOR: XXXX XXXXX XXXXXX (000) 000 -0000 � W.-) COMPLETION DATE: XXXXXX 20OX 0 i MIX �,�ac _ rwh tcmxs r� � Y a F co P C PPGLI, FO INFORMATION CO7 "CO NTRACTOR'S a QW�Ir�1VJf�a?J [V�IhYlll� daUl 6l�au1+T1 PH MUM (972) W-M Ea) �PR JEC T NAME nomy NUMBER) m 1 1/2 CONTRA CCTOR: comY° 15 CTORIS SAME �wa� a�accaa�uo -. CCONT ° e CCUOR's PHONE H�1J��BER V G� 9 :� 7fmm 6Rdm 1 NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2 "X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE - 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: Vu f JL .5 BETHEL RD PROJECT (ST 03 -01 ) CONTRACTOR: XXXX XXXXX XXXXXX (000) 000 -0000 � W.-) COMPLETION DATE: XXXXXX 20OX 0 i NATIONWIDE PERMIT 14 Linear Transportation Projects Effective Date: March 19, 2007 (NWP Final Notice, 72 FR 11181, para. 3) Linear Transportation Projects. Activities required for the construction, expansion, modification, or improvement of linear transportation projects (e.g., roads, highways, railways, trails, airport runways, and taxiways) in waters of the United States. For linear transportation projects in non -tidal waters, the discharge cannot cause the loss of greater than 1/2 -acre of waters of the United States. For linear transportation projects in tidal waters, the discharge cannot cause the loss of greater than 1/3 -acre of waters of the United States. Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills, and work necessary to construct the linear transportation project. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre- construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. This NWP cannot be used to authorize non - linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings, parking lots, train stations, or aircraft hangars. Notification: The permittee must submit a pre- construction notification to the district engineer prior to commencing the activity if: (1) the loss of waters of the United States exceeds 1/10 acre; or (2) there is a discharge in a special aquatic site, including wetlands. (See general condition 27.) (Sections 10 and 404) Note: Some discharges for the construction of farm roads or forest roads, or temporary roads for moving mining equipment, may qualify for an exemption under Section 404(f) of the Clean Water Act (see 33 CFR 323.4). NATIONWIDE PERMIT GENERAL CONDITIONS General Conditions: The following general conditions must be followed in order for any authorization by a NWP to be valid: 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and /or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre - construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre - construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100 -Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre- construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety. 15. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 16. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 17. Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened authorized under any NWP which "may affect' a listed or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the critical habitat of such species. No activity is species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non - federal permittees shall notify the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally- listed endangered or threatened species or designated critical habitat, the pre- construction notification must include the name(s) of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no no effect" to listed species and designated critical habitat and will notify the non - Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non - Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species - specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, both lethal and non - lethal "takes" of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their worldwide Web pages at http: / /www.fws.gov/ and http : / /www.noaa.gov /fiisheries.htmi respectively. 18. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non - federal permittees must submit a pre- construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre- construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non - Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps, the non - Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre - construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non - Federal applicant that he or she cannot begin work until Section 106 consultation is completed. (e) Prospective permittees should be aware that section 110k of the NHPA (16 U.S.C. 470h -2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 19. Designated Critical Resource Waters. Critical resource waters include, NOAA- designated marine sanctuaries, National Estuarine Research Reserves, state natural heritage sites, and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the district engineer after notice and opportunity for public comment. The district engineer may also designate additional critical resource waters after notice and opportunity for comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, and 50 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 27, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 20. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one - for -one ratio will be required for all wetland losses that exceed 1 /10 acre and require pre- construction notification, unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project - specific waiver of this requirement. For wetland losses of 1/10 acre or less that require pre- construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (d) For losses of streams or other open waters that require pre- construction notification, the district engineer may require compensatory mitigation, such as stream restoration, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and /or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in -lieu fee arrangements or separate activity - specific compensatory mitigation. In all cases, the mitigation provisions will specify the party responsible for accomplishing and /or complying with the mitigation plan. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right -of -way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 21. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality 4 management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 23. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 24. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing, over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3 -acre. 25. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with the nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit, and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 26. Compliance Certification. Each permittee who received the NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation. The certification form must be forwarded by the Corps with the NWP verification letter and will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee certifying the completion of the work and mitigation. 27. Pre - Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre- construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, as a general rule, will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) Forty -five calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or critical habitat might affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and /or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee cannot begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre - Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided result in a quicker decision.); (4) The PCN must include a delineation of.special aquatic sites and other waters of the United States on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters of the United States, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate; (5) If the proposed activity will result in the loss of greater than 1/10 acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non - Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non - Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre - Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP 48 activities requiring pre - construction notification and for other NWP activities requiring pre- construction notification to the district engineer that result in the loss of greater than 1/2 -acre of waters of the United States, the district engineer will immediately provide (e.g., via facsimile transmission, overnight mail, or other expeditious manner) a copy of the PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site - specific comments. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre- construction notification. The district engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre- construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district Ce engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson- Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps multiple copies of pre- construction notifications to expedite agency coordination. (5) For NWP 48 activities that require reporting, the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e) District Engineer's Decision: In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If the proposed activity requires a PCN and will result in a loss of greater than 1/10 acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any conditions the district engineer deems necessary. The district engineer must approve any compensatory mitigation proposal before the permittee commences work. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (1) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45 -day PCN period. The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non - structural. 7 Compensatory mitigation: The restoration, establishment (creation), enhancement, or preservation of aquatic resources for the purpose of compensating for unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Discharge: The term "discharge" means any discharge of dredged or fill material. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the water table year- round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR Part 60). Independent utility: A test to determine what constitutes a single and complete project in the Corps regulatory program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi -phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre- construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities eligible for exemptions under Section 404(f) of the Clean Water Act are not considered when calculating the loss of waters of the United States. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. The definition of a wetland can be found at 33 CFR 328.3(b). Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open -water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of standing or flowing water is either non- emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas (see 33 CFR 328.3(e)). Perennial stream: A perennial stream has flowing water year -round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre - construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre- construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre- construction notification may be voluntarily submitted in cases where pre- construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re- establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural /historic functions to a former aquatic resource. Re- establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural /historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural /historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: Re- establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands adjacent to streams, lakes, and estuarine - marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects waterbodies with their adjacent uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 20.) Shellfish seeding: The placement of shellfish seed and /or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete project: The term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner /developer or partnership or other association of owners /developers. A single and complete project must have independent utility (see definition). For linear projects, a `single and complete project" is all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single waterbody several times at separate and distant locations, each crossing is considered a single and complete project. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and /or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a wetland (i.e., water of the United States) that is inundated by tidal waters. The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b) and 33 CFR 328.3(f), respectively. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a M predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line, which is defined at 33 CFR 328.3(d). Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States that, during a year with normal patterns of precipitation, has water flowing or standing above ground to the extent that an ordinary high water mark (OHWM) or other indicators of jurisdiction can be determined, as well as any wetland area (see 33 CFR 328.3(b)). If a jurisdictional wetland is adjacent -- meaning bordering, contiguous, or neighboring - -to a jurisdictional waterbody displaying an OHWM or other indicators of jurisdiction, that waterbody and its adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of "waterbodies" include streams, rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19, 2007, and expires on March 18, 2012. Information about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be accessed at http: / /www.swf.usace.army. mil /pubdata/environ /regulatory /index.asp or hftp://www.usace,army.miI/cw/cecwo/reg El 02231 TREE PROTECTION AND TRIMMING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Division 1 Section "Summary" for limits placed on Contractor's use of the site. 2. Division 1 Section "Temporary Facilities and Controls" for temporary tree protection. 3. Division 2 Section "Site Clearing" for removal limits of trees, shrubs, and other plantings affected by new construction. 4. Division 2 Section "Earthwork" for building and utility trench excavation, backfilling, com- pacting and grading requirements, and soil materials. 5. Division 2 Section "Tree Planting" for tree planting, tree support systems, and soil mate- rials. 1.03 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.04 SUBMITTALS A. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. B. Qualification Data: For tree service firm and arborist. C. Certification: From arborist, certifying that trees indicated to remain have been protected dur- ing construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. 1.05 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. B. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where Project is located. Tree Protection and Trimming 02231-1 CPL03243 C. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance -- Standard Practices (Pruning)." D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1. Before tree protection and trimming operations begin, meet with representatives of au- thorities having jurisdiction, Owner, Landscape Architect, consultants, and other con- cerned entities to review tree protection and trimming procedures and responsibilities. 2.00 PRODUCTS 2.01 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2 -1/2 -inch (63 -mm) sieve and not more than 10 percent passing a 3/4 -inch (19 -mm) sieve. B. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than un- derlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inch in diameter; and 100% free of weeds, roots, and toxic materials. 1. Obtain topsoil only from certified landscape materials providers, An acceptable provider is Silver Creek Materials, Inc. or approved equal - product; Premium Soil Mix. C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropy- lene, nylon, or polyester fibers. D. Chain -Link Fence: Metallic- coated steel chain -link fence fabric of 0.12 -inch- (3 -mm -) diame- ter wire; a minimum of 48 inches (1200 mm) high; with 1.9 -inch- (48 -mm -) diameter line posts; 2 -3/8 -inch- (60 -mm -) diameter terminal and corner posts; 1 -5/8 -inch- (41 -mm -) diame- ter top rail; and 0.177 -inch- (4.5 -mm -) diameter bottom tension wire; with tie wires, hog ring ties, and other accessories for a complete fence system. E. Organic Mulch: Premium native shredded cedar hardwood, free of deleterious materials. 3.00 EXECUTION 3.01 PREPARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect re- maining trees and vegetation from construction damage. Maintain temporary fence and re- move when construction is complete. 1. Install chain -link fence according to ASTM F 567 and manufacturer's written instructions. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Mulch areas inside tree protection zones and within drip line of trees to remain and other areas indicated. 1. Apply 3 -inch average thickness of organic mulch. Do not place mulch within 6 inches of tree trunks. Tree Protection and Trimming 02231 -2 CPLO3243 D. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil com- paction over root systems. E. Maintain tree protection zones free of weeds and trash. F. Do not allow fires within tree protection zones. 3.02 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excava- tions. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redi- rection is not practical, cut roots approximately 3 inches (75 mm) back from new con- struction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide tempo- rary earth cover or pack with premium mulch and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. 1. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that inter- fere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 3.03 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist, unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. B. Minor Fill: Where existing grade is 6 inches (150 mm) or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Moderate Fill: Where existing grade is more than 6 inches (150 mm) but less than 12 inches (300 mm) below elevation of finish grade, place drainage fill, filter fabric, and topsoil on exist- ing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches (50 mm) above elevation of finish grade and extend not less than 18 inches (450 mm) from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches (150 mm) below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches (150 mm) minimum. Tree Protection and Trimming 02231 -3 CPL03243 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.04 TREE PRUNING A. Prune trees to remain to compensate for root loss caused by damaging or cutting root sys- tem. Provide subsequent maintenance during Contract period as recommended by arborist. 1. Pruning Standards: Prune trees according to ANSI A300 (Part 1). B. Cut branches with sharp pruning instruments; do not break or chop. C. Chip removed tree branches and remove from site. . 3.05 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to arborist's written instructions. B. Remove and replace trees indicated to remain that die or are damaged during construction operations that arborist determines are incapable of restoring to normal growth pattern. 1. Provide new trees of same size and species as those being replaced; plant and maintain as specified in Division 2 Section "Exterior Plants." 2. Provide new trees of 6 -inch (150 -mm) caliper size and of a species selected by Land- scape Architect when damaged trees more than 6 inches (150 mm) in caliper size, measured 12 inches (300 mm) above grade, are required to be replaced. Plant and maintain new trees as specified in Division 2 Section "Tree Planting." C. Aerate surface soil, compacted during construction, 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2 -inch- (50 -mm -) diameter holes a mini- mum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augered soil and sand. 3.06 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Remove excess excavated material and displaced trees from Owner's property. END OF SECTION Tree Protection and Trimming 02231-4 CPL03243 A. The Contractor is responsible for dewatering foundations for all areas during construction of the works of improvement, including areas of required backfills. Lower the water table as needed to keep work areas free of standing water or excessive muddy conditions as needed for proper performance of the construction work. Furnish, prepare, and maintain drains, sumps, casings, well points, and other equipment needed to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas shall not be permitted. Keep available standby equipment to assure the proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to assure continuous operation. 3.04 CLOSURE OF STREAM A. Leave an opening to pass any such floods as may occur during construction. The bottom elevation of the opening shall be as indicated or that of the natural creek channel. 3.05 FIELD QUALITY CONTROL [Not Used] 3.06 CLEAN AND ADJUST [Not Used] 3.07 SCHEDULES [Not Used] END OF SECTION Care of Water During Construction 02402 -2 CPL03243 T H E C 1 T Y O F MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin, P.E., Director of Engineering/Public Works FROM: Keith R. Marvin, P.E., Project Engineer DATE: June 9, 2009 RE: Consider approval of a Resolution to close Bethel Road from Armstrong Boulevard to Penfolds Lane for a period of up to five months from the beginning of work on replacement of the Grapevine Creek bridge; providing for a penalty for road closure beyond five months; providing for a variable bonus award for bridge completion and road re- opening in less than five months; and authorizing the Mayor to sign and execute any necessary documents. The engineering department is currently preparing to go out for bids for the reconstruction of Bethel Road from Denton Tap to Penfolds Lane. This project will include the replacement of the bridge over Grapevine Creek. In order to replace this bridge, the road will need to be closed during demolition of the existing bridge, and construction of the new bridge. The design consultant for this project believes that this bridge can be reconstructed within four to five months. The anticipated cost of construction for the bridge is $718,000. We will include an incentive /disincentive within the bid documents specifically related to construction of this bridge. The contractor will have some latitude within the contract period on when the closure will take place. Once the closure begins they will have 150 days to re- establish two -way traffic across the bridge. If they are able to open the road to two -way traffic in less than 120 days, they will earn a bonus of $1,000 per day. In the event this closure takes longer than 150 days, there will be damages assessed of $1,000 per day. There will be no bonus and no penalty for completion of the bridge between 120 and 150 days. Closure of this road will cause an inconvenience to the residents and businesses along Bethel Road. We understand this, and believe that providing the incentive /disincentive structure will ensure that it is completed in a timely manner. We spent a significant amount of time considering other alternatives to this road closure, and simply found no way around it. Approval of this resolution will allow staff to move forward with the process of bidding the Bethel Road project from Denton Tap to Penfolds Lane. We expect to be before you for contract award later this year. Staff will be available to answer any questions at the council meeting. gqT I�BB.pj., sso .. ... CITY OF COPPELL 4 �4°'••'' s BETHEL ROAD II PAVING & UTILITY IMPROVEMENTS ti,• OWNER PROJECT NO. ST 03 -01A h" "`"• ...... " ' PROJECT #CPL03243 ADDENDUM NO. 2 March 29, 2010 TRICIA H, I- IATLEY �. .......83282, ..., E Pl 9r The time for submission of Bids has been changed to Friday, April 2, 2010, 2:00 pm The location for the submission of bids is unchanged. BID DATE: Friday, April 2, 2010, 2.00pm The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. TECHNICAL SPECIFICATIONS: A 2 -1 SECTION 5 — Description of Pay Items A. Reference Page 5 -14, Deletion: Delete Pay Item #141, this item was replaced by the addition of item #207 in Addendum 1. DRAWINGS: A 2 -1 REPLACE THE FOLLOWING SHEETS FROM ADDENDUM 1 REPLACE SHEET WITH SHEET Retaining Wall RW 1 (H) A (from Addendum 1) Retaining Wall RW 1 (H) C END OF ADDENDUM NO. 2 Addendum No. 2 00900 -1 Project No. ST 03 -0la - CPL03243 Uniform Top of Wal I Slope W °il HeIC PROPERTIES REINFORCING NF.ORC I NG STEEL FOR ONE 32' PANEL {DESIGN C) V UAN 1 1 1 1 FOR ONE • 32 PANEL Wol t Fleicy " WALL DIMENSIONS Max soil Press Al- 26 �5 at 15" c -c A2 - 25 a6A3 of 15" c -cot - 25 #7A4- 15' c -c 26 98 f 15" c -c A5 - 25 a9 at 15" c -c A6 25 all t 15" c -c A7 - 26 #11 at 15' c -c B - 26 #5 at 15" c - C D (a5} of 12" c - Dowel F at 12" c -c12" H (a5) at c c T fay} at 2" c - c U - 26 AS at 15" c - c CONC REINF g a a 13 8' -4" (Ft) Fw Tw Sw Hw Ft Kw T /SF Lgth Wt Lgth Wt Lgth Wt Lgth Wt Loth Wt Loth Wt Loth Wt Lg #h Wt Siz No Spa Lgth Wt No: Wt No Wt No Wt No Wt Lgth Wt (CY) (LB) (Ft) 13922 13' -6" 3661 a9 90.6 14 8' -10" 15 9' -4" 3'-2" 1' -4" 4' -10" 1' -6" 1' -3" 1.41 10' -3" 278 12'-0" 451 10' -8" 545 8' -2" 567 14' -6" 3931 a9 3' -4" 1' -5" 5' -3" 1' -6" 1' -6" 1.47 10' -3" 278 13' -1" 491 11' -11' 609 9' -5" 654 r o i 2 2' -7" 11" t' -0" 8" t' -0 ". 9" 0.22 3'-6" 1'-6 5' -3 Y4 "1' -6" 1' -6" 1.59 10' -3" 278 14' -2" 532 13' -2" 673 10' -8" 740 a 26 15" 2 39 4 131 4 32 2 66 2 66 3' -4" 90 4.9 425 2 419 14' -5' 737 3 3' -2" l' -1" 1' -0" 1' -1" 1' -0" 9" 0.31 17' -6" 1 #10 41 18 10'-11" 3' -10' 1' -8 /e" 5' -9T/" 1' -9" 1' -6" 1.78 10' -3" 278 11' -2" 419 15' -8" a 26 15" 2' -8" 46 6 197 5 40 3 99 2 66' 5' -4" 145 6.8 593 3 6' -2 "1' -9" 1' -6" 4 3'-9" 1' -3" 1' -0" 1'-6" 1' -0" 9" 0. 40 3' -9" 102 793 19' -6" 529 a8 0 21 12' -4" 4' -2" 1'- 10 " 6' 3' -6" 95 a4 26 15' 3' -0" 52 8 263 6 48 3 99 2 66 7' -4" 199 8.7 924 4 a8 5 4' -3" 1' - 6' 1' - 0" i' -9" 1' -0" 9" 0.50 5' -d" 136 12'-2" 622 16'-11'1174:11' -9" 999 6' -1" 808 21' -6" 583 4' -6" 1291 a4 26 15" 3' -4" 58 10 329 7 56 3 99 3 99 8' -4" 226 10.4 1125 5 Bott of Ftg 6 4' -9" 1' -7" 1' - 0" 2' - 2" 1' - 0" 9" 0.59 6' - 1" 165 2' ^3" I' -6" 2.21 10' -3" 278 11' -2" 419 12' -2" 622 19' -5" 1348 14' -2" 5' - 6" 149 a4 26 15' 3' -8" 64 12 394 8 64 3 99 3 99 . 8'-4" 226 12.2 1261 6 H DEFINITION 7 5' -3" 622 20' -B" 2' -6" 1' -0" 9" 0.68 7' -3" 197 3' -4" 125 664 a9 5' -0" 2' -3%" - -3" 1' - 9" 2.39 10' -3" 278 6' -6" 176 a4 38 10" 4' -0" 102 14 460 9 72 4 131 3 99 8'-4" 226 14.0 1588 7 2' -4 /a" 8 5' -10" 2'-0" 1' -0" 2' -t0" t' -0" 9" 8' -6" 231 4' -5" 166 17' -10" 1516 11' -1" 147211' -}0' 1635 26' -6" _ 1m o w 7' -6" 203 a6 : 38 10" 4' -4" 247 16 526 10 80 4 131 3 99 8' -4" 226 15.9 1908 B do m 1' -8" Min Lap c m - i' -6" Min Lop oom 1 U 1- U 1^-U 1' - At �^A1 � a 1 n n 1/s �' 1 �+ 11 /8 N Dc }d 1 x x 112 112 = 1 112 11 /B cc>.IA , , 112 0 112 � O.STw +9 " � Sww- +6" 1 v •, 1 ordc 12 12 10 Q, = z Lgth = H 0.5Tw - 4' -7" Lgth " 11' -2" Lgth = H + Tw x womo H 1 il' H > 11' S 17' H 17' + Sw - e' -t0" Lgth 12' -2" ME Lv- Tw +Sw - 6" BARS A2 H 121' H >21' SWw - +6•� 0. S Tw Lgth H « * Sw - 2' -6' Lgth 10' -3" Sw Tw 6' BARS As o t. d+ H1 II H>11 H t 13' �---� ¢a3�E BARS Al `' N'd U of 15" m ° @P1000 vertical bars inside of horizontal uow bars (Typ both faces). Face of Woll In hoc o D at 12" Place footing toe against undisturbed soil. 0 I 3 See standard RW 2 for size. 2 /4 2 Y4" SW � _ m U at I5 Face of Wal I-- : F at Joint I °' o Sw Tw it. M MEMO MEMO F, NONE MEMO ■EME no 0 ME M SO ME ■EME Tle all bars A of bend point to front face reinf V12 ME F of Joint Locations. 3 B Sw Tw t Hw Lgth H • Tw Lg1h - H + 0.79Tw * Sw - 11' -4" Lgth 14' -4" Sw - 15' -5" H 126' H > 26' BARS As BARS A4 U 31'-6" Im Ai BARS D, H, T 3' -0" BARS F See standard RW 2 10,1161- 1 786 26 10"16'-5 " 829 28 l0 1 872 128 38 10" 7' -5" 1 1213 132 IOI. 38 10" 7' -9" 1 1267 34 111 381101 8' -t" 1322 36 11€ 76 5" 8' -6" 1725 38 12_ 76 5" 9'-2" 1 76 5" 9' -6" 1 115 120 6 11 16 �128 7 2 16 7 2 17 7 2 18 8 2 21 1 168 1 9 12961 6 " 10'-I'l 2606 14811577126 12D8 I 10 1. 10' -5" 2692 15011643 27 217 11 10 1521 1708 1 2 11 225 11 11' -2' 3652 15411774129 233 11 I T._c• 27G1 SA ,79A 7a iii 17 131 12 7' -10" 1 2' -7" 1 1' -i' /" 4' -1 Val 1' -0" 1'-0" 1 1.09 13' -2" 357 8' -9" 329 16'-10"1349 35.1 4774 1 J 8' -4" 226 I 5919 164 8' -4" II' -b 31Z I A9 164 13 8' -4" 2' -9" 1' -2" 4'- 5".1' -3" 1' -3" 1.23 10' -3" 278 9'-10" 369 8' -1" 413 5'-7" 388 8' - 4 " 226 62.7 9026 197 8'-4 " 12' -6" 339 a9 3' -0" 1' - 3 1 /e" 4' -6 " 1' -3" 1' -3" 1.31 10' -3" 278 10' -11" 410 9' -5" 481 6' -1 I" 480 12038 230' B' -4" 226 86.4 13922 13' -6" 3661 a9 90.6 14 8' -10" 15 9' -4" 3'-2" 1' -4" 4' -10" 1' -6" 1' -3" 1.41 10' -3" 278 12'-0" 451 10' -8" 545 8' -2" 567 14' -6" 3931 a9 3' -4" 1' -5" 5' -3" 1' -6" 1' -6" 1.47 10' -3" 278 13' -1" 491 11' -11' 609 9' -5" 654 15' -6" 4201 49 16 10' -0" 3'-6" 1'-6 5' -3 Y4 "1' -6" 1' -6" 1.59 10' -3" 278 14' -2" 532 13' -2" 673 10' -8" 740 16' -6" 447 a10 17 10' -4" 3' -8" 1' -7" 5' -8" 1' -9" i' -6" 1.68 10' -3" 278 11' -2" 419 14' -5' 737 11' -11' 827 6' -11" 588 17' -6" 415 #10 41 18 10'-11" 3' -10' 1' -8 /e" 5' -9T/" 1' -9" 1' -6" 1.78 10' -3" 278 11' -2" 419 15' -8" 801 t3' -2" 914 8'-2" 694 18' -6" 502 a10 +ro a 19 i1' -4" 20 12' -0" 4' -0" 1'-9 6' -2 "1' -9" 1' -6" 1.83 10' -3" 278 11' -2" 419 16' -11' 864 14' -5" 1001 9' -4" 793 19' -6" 529 a8 4N } a 21 12' -4" 4' -2" 1'- 10 " 6' -3 "2' -011 '-6 1.97 10' -3" 278 11' -2" 419 18' -2" 928 15'-8 "1088 10' -7" 890 20' -6" 556 a8 4' -4" I'- 11 "6' -8 "2' -0" 1' -6" 2.02 10' -3" 278 11' -2" 419 12'-2" 622 16'-11'1174:11' -9" 999 6' -1" 808 21' -6" 583 a8 cto' 22 13'-0" 4' -6" 2'-0 6'- 11% "2' -3" 1' -6" 2.12 10' -3" 278 11' -2" 419 12' -2" 622 18' -2" 1261 13' -0" 1105 7' -1" 941 22' -6" 610 ag 23 13'-6" 4' -8" 2' -i l /q" 7' -2 )' 2' ^3" I' -6" 2.21 10' -3" 278 11' -2" 419 12' -2" 622 19' -5" 1348 14' -2" 1204 8' -1" 1074 23' -6" 637 a9 woo c oa` 24 14' 0" - a °' L u CT C 25 14' -6" 4' -10" 2' -2 7'- 5 "2' -3" 1' -9" 2.30 10' -3" 278 11' -2" 419 12' -2" 622 20' -B" 1435 15' -4" 1303 9' -t" 1206 24' -6" 664 a9 5' -0" 2' -3%" 7'- 8 "2' -3" 1' - 9" 2.39 10' -3" 278 -2" 622 22' -C "1527 16' -8" 1793 10' -t" 1339 25` 9 wns'+ 26 15' -0" 27 15' -6" S' -2" 2' -4 /a" ' -11 3 '2' -3" 1' -9" 2.47 10' -3" 278 622 14' -4" 995 17' -10" 1516 11' -1" 147211' -}0' 1635 26' -6" 719 1m o w 28 16' -0" 5' -4" 2' -5 %q" 8' -2 V -3" 1' -9" 2.56 10' -3" 278 a-2" -2" 622 14' -4" 995 19' -1" 1622 12' -1" 1605 13-f 1807 27' -6" 746 a10 o r w w •- 4 m �n 29 16' -6" 5' -6" 2' -6 1 8' -5 " ' -6" 1' -9" 2. 66 10' -3" -2" 622 14' -4" 995 20' -3" 2690 13' -1" 1738 14' -4" 1980 28' -6" 773 #10 g a g O x n1­0 D T 1' -0" Min Lop do m 1' -8" Min Lap c m - i' -6" Min Lop oom 1 U 1- U 1^-U 1' - At �^A1 � a 1 n n 1/s �' 1 �+ 11 /8 N Dc }d 1 x x 112 112 = 1 112 11 /B cc>.IA , , 112 0 112 � O.STw +9 " � Sww- +6" 1 v •, 1 ordc 12 12 10 Q, = z Lgth = H 0.5Tw - 4' -7" Lgth " 11' -2" Lgth = H + Tw x womo H 1 il' H > 11' S 17' H 17' + Sw - e' -t0" Lgth 12' -2" ME Lv- Tw +Sw - 6" BARS A2 H 121' H >21' SWw - +6•� 0. S Tw Lgth H « * Sw - 2' -6' Lgth 10' -3" Sw Tw 6' BARS As o t. d+ H1 II H>11 H t 13' �---� ¢a3�E BARS Al `' N'd U of 15" m ° @P1000 vertical bars inside of horizontal uow bars (Typ both faces). Face of Woll In hoc o D at 12" Place footing toe against undisturbed soil. 0 I 3 See standard RW 2 for size. 2 /4 2 Y4" SW � _ m U at I5 Face of Wal I-- : F at Joint I °' o Sw Tw it. M MEMO MEMO F, NONE MEMO ■EME no 0 ME M SO ME ■EME Tle all bars A of bend point to front face reinf V12 ME F of Joint Locations. 3 B Sw Tw t Hw Lgth H • Tw Lg1h - H + 0.79Tw * Sw - 11' -4" Lgth 14' -4" Sw - 15' -5" H 126' H > 26' BARS As BARS A4 U 31'-6" Im Ai BARS D, H, T 3' -0" BARS F See standard RW 2 10,1161- 1 786 26 10"16'-5 " 829 28 l0 1 872 128 38 10" 7' -5" 1 1213 132 IOI. 38 10" 7' -9" 1 1267 34 111 381101 8' -t" 1322 36 11€ 76 5" 8' -6" 1725 38 12_ 76 5" 9'-2" 1 76 5" 9' -6" 1 115 120 6 11 16 �128 7 2 16 7 2 17 7 2 18 8 2 21 1 168 1 9 12961 6 " 10'-I'l 2606 14811577126 12D8 I 10 1. 10' -5" 2692 15011643 27 217 11 10 1521 1708 1 2 11 225 11 11' -2' 3652 15411774129 233 11 I T._c• 27G1 SA ,79A 7a iii 17 131 8 226 28.3 4101 164 8 226 30.5 4512 164 8' -4" 226 35.1 4774 164 8' -4" 226 38.8 5919 164 8' -4" 226 41.1 5731 164 8'-4" 226 46.7 6513 164 8'-4" 226 49.5 6926 197 197 8' -4" 8' -4" 226 226 53.0 58.9 7744 8144 197 8' - 4 " 226 62.7 9026 197 8'-4 " 226 69.7 9554 197 B' -4" 226 73.4 10586 230 B' - 4 " 226 78.3 11104 230 8' -4" 226 82.3 12038 230' B' -4" 226 86.4 13922 263 8' -4" 226 90.6 14602 17 18 19 20 21 25 1--A3 2' -3" Min Lap 1� 3' -0" Min Lop I� U ye 12 I I O J 1 lV 2' -0" N ii�B 4 O N N Lgth = H - 15'-11" 112 Fj BARS A 6 Tw U Sw 6" LL Lgth " 8' -4" Lgth H + Tw for H 3 5' Sw - 22' -9" Lgth = H - 6" Lgth - 2H - 8" BARS A7 BARS B for H< 5' A ' GENERAL NOTES: BARS U ll All concrete to be Class "C ". A reinforcing steel to be Grade 60. A2 For notes and details not shown on this sheet see sheet RW2. Quantities ore based on "H" being average height of panel. Retaining Walls ore designed to be coded as follows A3 on Retaining Wall Layout Sheets. HC - 21 - 28 LA - 28 - 32 T Panel Length - 32' is standard' 28' A• L L requires special quantities L - Average Height "H" of panel 1 Design - A = no surcharge or slope above wall for size U AI I Aa 11 1 As C traffic and /or slopes 5" IS" A3 up to 2. 5s 1 Footing pressure design L - low, H = high L I x N I L A F V. "' H Tw Kw Fw H 3 1 SECTIONS H> 1 1 U 3" 15 " Az As Al A3 A4 t"I AI A2 A4 As A6 A2 A3 It I 7 5.• 15• 15" 5 ". H ■ 9' H 1 1 ' H ■ 17' H ■ 20' H ■ 25' H ■ 29' PARTIAL WALL ELEVATIONS (Showing vertical reinforcing pattern in back face) --- A' Texas Department of Transportation ® Brldge Dlvlslon RETAINING WALLS RW 1 (H) C FILE. rw0del0. dgn 0N1 TxDOT I CK, TxDOT Ds. OHO Cx, MPM ©TOOT MOrah 2010 DISIRICI FEDERAL RID PROJECT SHEET REVISIONS COUNTY CONTROL ISECT I JOB IHICHWAY ` .Nlk \\ \l CITY OF COPPELL ` :%X��. e r F l �1� BETHEL ROAD 11 PAVING & UTILITY IMPROVEMENTS o � e q S' 1 1 OWNER PROJECT NO. ST 03 -01A •e�eouseesueeeeseeeaeeiu 10 PROJECT #CPL03243 e. CALEB THORNHILL i s®a ® eeaeaseaseeeesaeeeeo� e / 000 92823 ADDENDUM NO. 1 0OP. / Do March 26, 2010 I+FS ,eeENSeee BID DATE: Tuesday, March 30, 2010, 2:00 pm The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. CLARIFICATIONS: Al -1 A No electronic bids will be accepted, A spreadsheet may be issued with the Bid Submittal, but will only be used as backup. Contract forms must be filled out for bid to be considered. B Epoxy coated re -bar will be used for all structural elements per TxDOT details. C. If the on -site material meets the specification for topsoil, it may be stockpiled and re -used. All stockpiled materials shall be protected against erosion and sedimentation. Areas disturbed for stockpiling of materials shall be restored at the end of the project at the sole expense of the contractor. D. A two (2) acre site will be available, if needed, to the contractor at the northeast corner of Hammond St and Burns St for a staging area. Contractor will coordinate with City staff to determine final area. Contractor will be responsible for any public safety requirements in and around staging area. Staging area shall be protected against erosion and sedimentation. Areas disturbed for staging of materials shall be restored at the end of the project at the sole expense of the contractor. BIDDING REQUIREMENTS: A1-2 SECTION 1 — BIDDING REQUIREMENTS A. Reference Page 1 -20 —1 -33. Modification: Delete these pages and replace it with the Bid Schedule included with this Addendum. The revised form is to be attached to the contract documents and submitted with the Bid. TECHNICAL SPECIFICATIONS: A1-3 SECTION 5 — Description of Pay Items A. Reference Page 5 -3, Addition: Add to Pay Item #102 the following to the first paragraph, "Temporary pavement will be considered subsidiary to this item for any location deemed necessary for continued progress." B. Reference Page 5 -17, Addition: Add to Pay Item #151 -152 the following to the first paragraph, "Bridge attachment assembly and reinforced metal conduit required for installation to bridge will be considered subsidiary to Item #152. Construction methods for bridge attachment will be determined by contractor." Addendum No. 1 00900 -1 Project No. ST 03 -01a - CPL03243 C. Reference Page 5 -24, Addition: Add to Pay Item #205 the following to the first paragraph, "Railing coating will be considered subsidiary to this bid item." D. Reference Page 5- 24 -25, Modification: Modify Pay Item #206 by deleting Pay Item description and all subsequent text and replacing with: "Pay Items #206 Cast In Place Retaining Wall This pay item shall consist of the construction of Cast In Place retaining walls to the lines, limits and grades as shown in the plans. The architectural finish is considered subsidiary to this item and shall be approved by the Owner prior to the installation. For bidding purposes, contractor can assume a stained ashlar rock finish. The measured area shall be from one (2) feet below finished grade to top of wall. The Cast In Place walls shall be in compliance with the TxDOT Specifications Item 423 and details RW 1(N)C. Measurement and Payment shall be made on the basis of price bid per square foot (SF) of wall face and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to construct a complete retaining wall. Retaining wall backfill areas, which are also in embankment areas, will be measured and for as specified in Pay Item #107 "Unclassified Compacted Earth Fill ", of the compaction method specified. Such backfill material shall meet the requirements of the retaining wall type used." E. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay items #207 Rail (TY 411) This pay item shall consist of the installation of Rail (TY 411) at the locations shown in the plans. The Rail (TY 411) shall be in compliance with the TxDOT Specifications Item 450- 2018 and detail C411. Measurement and Payment shall be made on the basis of price bid per each (LF) of rail. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #208 Street Lighting This pay item shall consist of the furnishing and installation of conduit, light poles and providing metered service in the locations as shown in the plans. Light poles will conform to Technical Specification "New York Series — Roadway and Traffic Signal Posts ", and match Banner poles size and specification. Light poles will consist of post, luminaires and any accessories necessary to complete installation. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) of all street lighting. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." G. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #209 Bridge Banner Poles This pay item shall consist of the furnishing and installation of bridge banner poles in the locations as shown in the plans. Contractor required to supply and install banner poles, arms, and finial manufactured by "Antique Street Lamps" as specified in plans. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) for bridge banner poles. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." Addendum No. 1 00900 -2 Project No. ST 03 -01a - CPL03243 H. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #210 Bridge Sidewalks This pay item shall consist of the construction of a concrete sidewalk adjacent to approach slab and on bridge structure. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with details shown on plans and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Al -4 SECTION 6 — Technical Specifications A. Addition: Add "Geotechnical Report Bethel and Coppell Road Reconstruction Coppell, Texas ". B. Addition: Add " New York Series — Roadway & Traffic Signal Posts ". DRAWINGS: Al -5 SHEET PV -3, SEQ. 10 OF 80 A. Modification: Modify callout at approximate STA 41 +83.24, 19.04 RT by deleting "Power Pole to be Removed by Others" and replacing with "Power Pole to Remain in Place ". A1-6 ADD THE FOLLOWING SHEETS TO THE DRAWINGS: A. SHEET TS -8, SEQ. 57 OF 80 B. ELECTRICAL DETAILS— CONDUIT ED(l) -03 C. RETAINING WALLS MISCELLANEOUS DETAILS — RW 2 A1-7 REPLACE THE FOLLOWING SHEETS REPLACE SHEET SHEET "PV-6, SEQ 12a SHEET GR -1, SEQ 14 SHEET ST -23, SEQ 37 SHEET TS-4, SEQ 53 SHEET TS -6, SEQ 55 SHEET PH -1, SEQ 69 SHEET DT -1, SEQ 75 Addendum No.1 Project No. ST 03 -01a - CPL03243 WITH SHEET RETAINING WALLS- RW 1(H)A, SEQ 12a SHEET GR -1, SEQ 14 SHEET ST -23, SEQ 37 SHEET TS -4, SEQ 53 SHEET TS -6, SEQ 55 SHEET PH -1, SEQ 69 SHEET DT -1, SEQ 75 END OF ADDENDUM NO. 1 00900 -3 BETHEL ROAD II, Phase I (Bethel Road from Penfoids Lane to Denton Tap Road) Project 4 ST 03 -01A Bid No. UNIT PRICE BID SCHEDULE BASE BID Item No. Plan Ouantity Unit Description and Price in Words Unit Price Total Price Mobilization (Max, 5% of Contract) 101 1 LS Dollars Cents Per Lump Sum Traffic Control 102 1 LS Dollars Cents Per Lump Sum Prep ROW 103 18 STA Dollars Cents Per Station Prepare and Implement SWPPP 104 1 LS Dollars Cents Per Lump Sum Project Signs 105 2 EA Dollars Cents Per Each Unclassified Excavation (Roadway & Channel) 108 3,850 CY Dollars Cents Per Cubic Yards Unclassified Compacted Earth Fill 107 1,250 CY Dollars Cents Per Cubic Yards 1-20 Bidding Documents BETHEL ROAD tl, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Quantity Unit Description and Price in Words Unit Total Pric Remove and Dispose of Asphalt Pavement 108 4,445 SY Dollars Cents Per Lump Sum Concrete Removal 109 1,412 SY Dollars Cents Per Square Yards Remove and Reset Existing Mailbox 110 1 EA Dollars Cents Per Linear Foot Remove Existing Concrete Pipe ( < =24" Diam) 111 151 LF Dollars Cents Per Linear Foot Remove Existing Concrete Pipe ( >24" Diam) 112 180 LF Dollars Cents Per Linear Foot Remove Existing Inlet Box 113 5 EA Dollars Cents Per Each Adjust Existing Sanitary Sewer Manholes 114 9 EA Dollars Cents Per Each Adjust Existing Valve Box to Grade 115 2 EA Dollars Cents Per Lump Sum 1-21 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. rl 0 1 mLs 0 a Item Plan Ouantitv Unit I Description and Price in Words Unit Price Total ce —NQ.- Remove Existing and Install New Fire Hydrant and Valve Assembly 116 2 EA Dollars Cents Per Each 8" Lime Subgrade Treatment 117 8,353 SY Dollars Cents Per Square Yards Lime 118 175 TON Dollars Cents Per Ton 8" Reinforced Concrete Pavement with 6" Integral Curb 119 7,406 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Pavement with 6" Integral Curb 120 552 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Stamped Roadway - Crosswalks 121 237 SY Dollars Cents Per Square Yards 8" Reinforced Concrete Stamped Roadway - Crosswalks 122 282 SY Dollars Cents Per Square Yards 6" Reinforced Concrete Stamped Pavement - Medians 123 132 SY Dollars Cents Per Square Yards 1 -22 Bidding Documents 0 BETHEL ROAD Il, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -OIA Bid No. Item Plan Unit Description and Price in Words Unit Total Nn. I 6" Reinforced Concrete Driveways 124 1,040 SY Dollars Cents Per Square Yards Asphalt Pavement for Pave Transition (6" HMAC) 125 194 SY Dollars Cents Per Square Yards Monolithic Medlars Nose 126 4 EA Dollars Cents Per Each Reinforced Concrete Pavement Street Headers 127 521 LF Dollars Cents Per Linear Foot 4" Reinf. Concrete Sidewalks 128 985 SY Dollars Cents Per Square Yards Barrier Free Ramps 129 14 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type Y 130 620 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type W 131 290 EA Dollars Cents Per Each 1-23 Bidding Documents BETHEL ROAD ll, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project 4 ST 03 -01A Bid No. Item PlanUnit Unit Description and Price in Words Erice Total Pr ice Raised Pavement Marker, Class C, Type I -A 132 170 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type I -C 133 370 EA Dollars Cents Per Each Pavement Markings 134 1 LS Dollars Cents Per Lump Sum Roadside Sign Assembly (Relocation) 135 6 EA Dollars Cents Per Each Roadside Sign Assembly (New Installation) 136 1 EA Dollars Cents Per Each Repair, Replace and/ or Modify Existing Irrigation Systems 137 1 LS Dollars Cents Per Lump Sum Repair, Replace and/ or Modify Existing Landscape 138 1 LS Dollars Cents Per Lump Sum Tree Protection 139 1,275 LF Dollars Cents Per Linear Foot 1-24 Bidding Documents BETHEL ROAD il, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan ( Unit Description and Price in Words Unit Price Total Block Sodding 140 2,225 SY Dollars Cents Per Square Yards Combination Rail wtwindows (Tx Classic)(42" Tall) 141 740 LF Dollars Cents Per Linear Foot Safety Guardrail Termination 142 6 EA Dollars Cents Per Each TL2 Transition 143 6 EA Dollars Cents Per Each Installation of Highway Traffic Signals 144 1 EA Dollars Cents Per Each Remove and Deliver Existing Traffic Signal Pole and Mast Arm Assembly 145 1 EA Dollars Cents Per Each Traffic Signal Pole Assembly 146 1 EA Dollars Cents Per Each Drill Shaft (30 In) 147 10 LF Dollars Cents Per Linear Foot 1-25 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -D1A Bid No. Item No. Plan u Unit Description and Price In Words Unit Total r' Ped Pole Assembly (including foundation) 148 4 EA Dollars Cents Per Each Pedestrian Signal Sections (remove and relocate) 149 6 EA Dollars Cents Per Each Pedestrian Push Button and Sign Assemblies (remove and relocate) 150 6 EA Dollars Cents Per Each 2" PVC Conduit 151 71 LF Dollars Cents Per Linear Foot 3" PVC Conduit 152 1,921 LF Dollars Cents Per Linear Foot 3" PVC Conduit (BORED) 153 120 LF Dollars Cents Per Linear Foot Ground Boxes 154 8 EA Dollars Cents Per Each Backplate for 3- Section Signal Head 155 2 EA Dollars Cents Per Each 1-26 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project# ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total 1 Conductor #8 Bare Wire 164 296 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 10 Conductor (TY A)(14 AWG) 165 352 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 16 Conductor (TY A)(14 AWG) 166 252 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 3 Conductor (TY A)(14 AWG) 167 252 LF Dollars Cents Per Linear Foot Video Imaging Vehicle Detection System, Camera Assembly 168 4 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Processing Unit 169 1 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Setup 170 1 EA Dollars Cents Per Each VIVDS Communication Cable 171 610 LF Dollars Cents Per Linear Foot 1-26 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. item No. Plan Quantltv Unit I?escription and Price in Words Unit Pric Total 'ce Trench Safety System for Storm Drains, Water and Sanitary Sewer Lines 180 1,244 LF Dollars Cents Per Linear Foot Std. 5' Recessed Curb Inlet 181 2 EA Dollars Cents Per Each Std. 10' Recessed Curb Inlet 182 2 EA Dollars Cents Per Each Std. 20' Recessed Curb Inlet 183 2 EA Dollars Cents Per Each Std. 20' Curb Inlet wt Open Back 184 1 EA Dollars Cents Per Each 4'x 4' Drop inlet 185 1 EA Dollars Cents Per Each Type A Storm Drain Manhole 186 1 EA Dollars Cents Per Each 16" C905 DR 1S PVC Waterline 187 388 LF Dollars Cents Per Linear Foot 1-30 Bidding Documents BETHEL ROAD Il; Phase 1 (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Nn- Plan Ouantitv Unit Description and Price in Words Unit Price Total Price 8" C900 DR 14 PVC Waterline 188 16 LF Dollars Cents Per Linear Foot 16" x 6" Tapping Sleeve and Valve 189 2 EA Dollars Cents Per Each 8" Gate Valve 190 1 EA Dollars Cents Per Each Air Release Valve (Type 1) 191 1 EA Dollars Cents Per Each 12" PVC Wastewater Pipe (SDR -35) 192 42 LF Dollars Cents Per Linear Foot Sanitary Sewer Manhole 193 1 EA Dollars Cents Per Each Remove Old Structure (Large)(Bridge)(TxDOT Item 104) 194 1 LS Dollars Cents Per Lump Sum Drilled Shaft (18 ")(TxDOT Item 416) 195 111 LF Dollars Cents Per Linear Foot 1-31 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -OIA Bid No. Item Plan Unit Description and Price In Words Unit Total ua Cement Treated Base Backfill (TxDOT Item 5326) 204 520 CY Dollars Cents Per Cubic Yard Decorative Railing at Bridge 205 256 LF Dollars Cents Per Linear Foot Cast In Place Retaining Wall 206 3,220 SF Dollars Cents Per Square Foot Rail (TY 411) 207 615 LF Dollars Cents Per Linear Foot Street Lighting 208 1 LS Dollars Cents Per Lump Sum Bridge Banner Poles 209 1 LS Dollars Cents Per Lump Sum Bridge Sidewalk 210 215 SY Dollars Cents Per Square Yards TOTAL BID ITEMS BASE BID 101 thru 209 $ TANGIBLE PERSONAL PROPERTY COST $ 1-33 Bidding Documents NEW YORK Series Roadway & Traffic Signal Posts (Clamshell Style Bases) M�c�2 /2 CR-10 Selection Guide MGC36lt ca-lo , cnn3ic U L/rs CM,31 C33 IR-6 Part # W /LTD pops +C V A BA080A4 AS A -1 I I I I 1 1 I f I I I i 1 I A723 D j I L•]3 I � � I AT23 W L-1 I I 1 � I I I I I I I i 1 I I � I I EBB Ad 9 1 TO (ROSS f PLU smui BLACK LETTERS %2" HIGH vm t %8" SHEET METAL ® SJ91 lUlal f6t i 8 1 0 3 N WHITE BACKGROUND ` w r.m i _® 90 um6 BLACK LETTERS 3 /g" HIGH F sum y /4" BLACK TRIM umt n 11 3 /g" WHITE BORDER Wv's_o 1 RADIUS VANDAL PROOF PUSHBUTTON ( MINIMUM 2 " DIA.) THE 9 "x12" SIGN SHOWN (PELCO No. SF- 1019 -05 OR EQUAL) SHALL BE USED ON MAST ARM POLES AND 5 "x7" SIGNS SHALL BE USED ON PEDESTAL POLES. THE PUSH BUTTON SHALL BE INSTALLED 3' -6" ABOVE GROUND LEVEL. PEDESTRIAN PUSH BUTTON SIGN DETAILS N.T.S. SYMBOLIC I SHALL BE OF 11" H x xPORTLAND xLUNAI x BOTH SYMBOLIC INDICATIONS SHALL BE SOLID. OUTLINED INDICATIONS ARE NOT ACCEPTABLE. 1 1411DE PEDESTRIAN SIGNAL HEADS SHALL BE AS SHOWN (I.C.C. P/N 7090, WINKO -MATIC VI -2L AS, OR EQUIVALENT), AND SHALL BE EQUIPPED WITH EGGCRATE VISORS. TYPICAL LED # PEDESTRIAN SIGNAL H EAD N.T.S. 0 A l IDENTIFICATION PLATE POLYMER CONCRETE COVER LIFT EYE DETAIL OF PEDESTAL # POLE AND FOUNDATION NOT TO SCALE VARIABLE LENGTH METAL POST FOR 8' -0" MOUNTING HEIGHT. 4 OUTSIDE DIAMETER. (FOR LENGTH SEE CHART BELOW) LENGTH OF METAL POST 8' -0" FOR PEDESTRIAN HEADS 9' -3" FOR ADVANCE FLASHERS 11' -6" FOR 3- SECTION HEAD 12'-9" FOR 4- SECTION HEAD 14' -0" FOR 5- SECTION HEAD CLASS "A" CONCRETE SKID RESIST POLYMER CONCRETE COVER — 4 -18" x Y/4" ANCHOR BOLTS 6%" RADIUS —3" CONDUIT GRO LAD UND ROD POLYMER CONCRETE GROUND BOX AND COVER FOR FOU14DATION DETAILS SEE TYPE 24 -A ON STANDARD SHEET TS-FO CONCRETE APRON — OPENING AT END OF CONDUITS SHALL BE SEALED WITH DUCT SEAL. PVC CONDUIT WITH 45° ELBOW _ 1" CRUSHED STONE. NOMINAL NOMINAL BOX DIMEN COVER DIMENSIONS PULLBOX A B C D E SMALL 16 23y /4" 12" 113 /8" 18ye" LARGE 20Y/4" 32%2" 12" 19'/2" 31%2" 3 CONCRETE APRON 12" WITH 2 - #3 BARS AS SHOWN OR 6 x 6 x #10 ITP. W.W. MESH 4 - -4 ----------- - t - - - i X 4" LIFTING SLOTS I T I I - I 1 I ! I ! I I I I LIGHT & I I I I SIGNAL I ! I I I I I 1 I I I I I I I I I I I I I COYER 12" B TYP. 1 4 4 CONCRETE APRON BARE #3 A.W.G. x a Q a a, a o a •. a s a s a ' d a o o a [V a a fV a a a 0 • 0 . o - 8 4 0 D a 0 a 0 a a a s o a a s SECTION A - SHOWING DIMENSIONS OF BOX AND ACCOMPANYING FIELD INSTALLATION x ONE BARE No. B A.W.G. SOLID COPPER WIRE SHALL BE RUN IN ALL CONDUIT TO FORM A CONTINUOUS GROUNDED SYSTEM GROUND # BOX DETAIL - N.T.S.. a a n £ t i 8 1 0 3 A?c �'2 i m x x m Wv's_o Z O U rn Q w (n > a Z ° J CL O Q u U — Z o LJ z 2 (10 i V) � U U U LL- LLJ F Q W m N � N 1 2 -9- a o o � � o c c L . . ocu Cm" ° O N u � C o m —« z ° at O_ non H p N Q m9s Q J^ U W N jo TS -8 57 OF SO �o C0 v� O O:Et CL Q L LOP #arc o_± z- D a J] L Oro pN L a PO+ E 9 :' Lo. COL F� a L F L X> C_ L O yN4 Tr O a w �0 E4 p T c�0 L °a °O + of L 00 0 of F %d0 }�N m 2 4 a -0 ''V C w a U .n 0 w w F- J mu_ I. GENERAL REQUIREMENTS FOR ALL ELECTRICAL WORK The location of all conductors, conduits, ]unction boxes, ground boxes, and electrical services is dlagramatio only and may be shifted by the Engineer to coca mdoto local conditions. Materlals shall be new and unused. Materials and instollotion shall =rply with the applicable provisions of the National Electrical Code (NEC), National Electrical idonufacturers Association (NEMA) standards, and she[[ be Underwriters Laboratories 1(L) Listed unless other- wise shown on the plans or specifications or approved by the Engineer in writing, Faulty fabrication or poor workmanship in any material, equipment, or Instal [often shall be Justification for rejection. When reference is mode to UL, it can be considered to mean a Notionally Recognized Independent Testing Lob (NRTL). Comparable standards of Canadian Standard Assooiotlon, Electrical Testing Laboratories or Factory Mutual can be equal to the referenced UL standard. Where reference is made to NEVA listed devices, IEC listed devices shall not be considered to be an 000eptobIs equal to a NEMA listed devlce. Acceptable devices may have both a ND4A aid IEC Ilsting. With the exception of high strength bolts, miscelloneous rests, bolts and hardware say be stainless steel when plans specify galvanized, provided that bolts are 1/2 Inch or less in diameter. The Contractor shall provide the following electrical test instruments as required by the Engineer to confirm compliance with the contract and the NEC. Those test instruments are voltmeter, mp probe, megger (1000 volt OCT and torque wrenches. All maters shall hove been properly calibrated within one year. Calibration certification sholl be provided to the Engineer upon request. Calibration certification tag shall also be applied to the meter. The Contractor shall operate meters during Inspection as requested by the Engineer. Groading shall be as shown on the plans end in accordance with the NEC. Metallic conduit, light poles, lunlnalres on bridge structures, and all metal enclosures shall be bonded to the system- gra mciing conductor. The ground rod in each ground box or Junction box at the bridge ends, end in each Ground box installed for underposs Ilghttng will also be bonded to the system grounding conductor. The grounding oonduotor shall be bare or, if insulated, shoii be green. Ground rods, connectors, and bonding Jumpers will not be paid for separately, but will be subsidiary to the various bid Items. SUBMITTALSs The contractor shall submit for approval six (6) copies of catalog cut sheets for each of the following three (3) categories. Category 1. Electrical services Including photooelt. Category 2. Breakaway disconnects, heat shrink tubing, heot shrink flIfor tape, GelCops and ground boxes which will include loading capacity certification. Category 3. Highmost osseerbly kits, when applicable. See Item 614 'Highmast IIlunlnation Assemblies'. Submittals shall be legible and shot be marked to Indicate which product on a out sheet is to be supplled. Where manufoofurers provide warranties and guarantees as a cusfomary trade practice, the Contractor shall furnish to the State such warranties and guarantees. Any deviation from plans or specifications, including deviations due to plan error should be prominently displayed on the submittal. Any changes not prominently noted in sutalifol and incorporated into the work without proper authorization will constitute grou for rejection of that portion of the work. II. CONDUIT A. MATERIALS 1. Conduit and fittings shall be UL Listed for the intended use shown on plan sheets. 2. Conduit shall be the type shown by descriptive code or shorn elsewhere on the plans. Substitution of the various types of condulfs will not be permitted. All flexible conduit in rigid metal Ito conduit (RMC) systems shot) be Liquldtlght Flexible Meta[ (LFMC) conduit. All flexible conduit in PVC sysfaus shall be Ltauldtight Flexible Non- retalIto oond;ult (LFNC). 3. All exposed conduits shall be RMC, unless otherwise speoifioolly shown on the plans. A[I metal conduit shall be properly grounded, 4. Couplings, conneotors, conduit bodies, grounding bushings, and offset nipples for RMC shall be eleotro -zino plated steel or hot dipped galvanized malleable iron, threaded or threadless compression type, rain -tight and shall be UL listed for the intended use. 5. Expansion Joints for metal conduit shall be provided with on internal or external bonding Jumper and shall be UL Ilsted. 6. Unless otherwise shown on the plans, j(not)on box minimum sizes shall be in accordance with the following table which applies to the greatest number of conductors entering the box through one conduit with no more than four ooncM fs per box. When a mixture of conductor sizes cre, present, the conduotors shall be counted as if all are of the larger size. Situations not applicable to the table shall be sized in accordance with NEC 370 -28. AWG 3 CONDUCTORS 5 CONDUCTORS 7 CONDUCTORS xl 10' x 10" x 4' 12" x IV x 4" 16" x 16" x 4' rL B" x 8' x 4' 10" x 10" x 4" 12" x 12" x 4' e4 8" x 8' x 4' 10" x f0' x 4" 10" x 10" x 4' t6 8" x 8" x 4' 8" x 8" x 4" 10" x 10" x 4' 06 B"x8' x4' S. x 8" x4" 8" x8'x4" 7. RNC system Junotton boxes equal to or smaller, in any dimension, than 12 x 12 x 6 (RxWXD), surface mounted and containing conductors 98 or larger, shot be hot dipped galvanized cost iron with mlnimun wall thickness of 3/t6 Inch, shot have external mounting lugs, and shall be UL listed Crouse -Hinds Type WAB, OZ/Gedney Type YS or approved equal. Unless otherwise shown elsewhere on the plans, INC system ]unction boxes larger than the oforementloned boxes but equol to or smaller, in any dlmanston, than 18 x IS x 6 (Hr,WxD) shclI be 14 -go, stainless steel; RMC system junction boxes larger than 18 x 18 x 6 (HxWxD) shall be 12 -go. stainless steel. All metal junction boxes shall be equipped with a threaded hate or lug for grounding. Stainless steel boxes 12 x 12 x 6 end larger need not be UL Listed but shall meet the other requirements of the NEC and shall have ribs, stiffeners, or thicker mfa[ and shall have external mounting feet. Junction boxes with an Internet volume of more than 100 ou. in. nay be supported by connection of two or mare rigid metal conduits, whore specifically shown on the plans or where approved by the Engineer. B. Junction boxes containing only a10 or #f2 AWG conductors shall be Crouse Hinds Type GRFX, Appleton Type JROX, two -gang FD, or similar approved cast iron box. Boxes shot] be sized according to NEC Table 370- 16(a). 9. IMC and EMT conduit shall not be used unless specifically required by the plan layout sheets, Junotton boxes in EWT conduit systems shall be mode from galvanized sheeting and shall be UL listed and approved for outdoor use, unless otherwise noted on the plans. Sheet metal Junction boxes shall be sized in occordance with the NEC, Junction boxes for IMC conduit systems shall meet the requirements of boxes used with RNC systems. 10. Junctlon boxes In PVC conduit systems shall be PVC, Intended for outdoor use, unless otherwise noted on the plans. I1. Elbows in PVC conduit systems one inch end larger shall be rigid metal, with the exception of traffic signal systems which may hove PVC elbows instead of rigid. If any part of the rigid metol elbow is burled less than 18 inches underground the elbow and rigid metal extension shall be grounded. Grounding stall be occompltshed by means of a grounding bushing installed on the extension. U11- less 'peclfically shown on the plans, rigid metal elbows containing, or entering ground boxes containing only comn(cations Con- ductors, loop detectors, or other low voltage power limped circuits need not be grounded unless a ground wire is present in the conduit or ground box. The rigid metal elbows located in concrete foundations may be extended with PVC conduit end need not be grounded provided that the end of the elbow nearest the end of the conduit run exiting the foundation Is at least 2 inches below the concrete. RMC elbows wl I I not be eliminated. W..0 elbows wl I I not be paid for directly, but will be subsidiary to various bid items. 12. High - Density Polyethylene (HOPE) conduit shall meet the requirements of Ifen 622, Duct Coble, except that the HOPE conduit, when bid under Item 618, Conduit, shall not contain factory installed conductors. Fittings for HOPE conduit shall be UL Ilsted as an electrical condulf conneotor or shall be thermally fused using an electrically heated wound wire resistance welding method. HOPE oondult may be substituted for bored schedule 40 or schedule 80 PVC conduit. When such substitution Is mode, bored HOPE shall be schedule 40 of the size PVC b3ing replaced. The HOPE condult shot transition to PVC (or RMC elbow when required) at the bore pit, Size and schedule shot be as shown on the plans. Substltuted conduit may not be extended to ground boxes or foundations) RMC elbows shall be installed at ground boxes and foundations. RMC elbows wl I I not be eliminated. f3. All candult support hardware including straps, nuts, bolts, screws, retaining anchors and washers shall be hot dipped galvanized or stainless steel. Strut type conduit straps shell be stainless steel or hot dipped galvanized. Strut type straps (reed not be made of malleable type material, Stamped- oadmlun plated straps x111 not be allowed. Straps having only one mounting hole shall not be allowed for use on conduits 2 Inches and larger with the exception of electrical service poles where stainless steel standoff strops will be allowed. Two place conduit straps designed to be used with o mounting shoe shall be installed only with the correctly sized shoe. B. CONSTRUCTION METHODS 1. Conduit in structures shall have expansion fittings at structure expansion Joints. At straight runs of RMC conduit exposed on structures such as bridges shall have expansion Joints lnsfalled at maximm Intervals of 150 feet. Expansion Joints shall be in- siolled so they allot! for rmvenent of the conduit. Installation of the Joint in such a rannsr that will not allow for movement shot be repaired at no expertise to the state. The method of determining the fiml setting length of the expansion joint shall be provided to the Engineer upon request. 2. Ccndulf supports shall be spaced at maximum intervals of 5 feet. Conduit spacers shall be used with metal conduit pieced on surfaces of concrete struofures (See conduit nmunting options). 3. Conduit supports shall not be attached directly to prestressed concrete beams except as shown apeolflcatly in the plans and approved by the Engineer. 4. Unless otherwise shown on the plans, oanduit placed beneath existing roadways, driveways, or sidewalks, or after the base or surfacing operation has begun, shall be cocompilshed by Jacking or boring. The Controotor shall back flII and oarpoot the bore pits +o the bottom of the conduit prior to installing corcneoting conduit or duct cable to prevent bending of the connection. 5. Conduit trenched In the subgrode of new roadways shall be bockfllled with excavated material, unless otherwise noted on the plans. Conduit trenched in the sub -base of new roadways sholI be backfiIfed with oerent stabilized base. 6. Open ends of all conduit and raceways shall be fitted with temporary cops or plugs to prevent entry of dirt, debris and rodents during oonstruotlon. The temporary cap may be constructed of duot tope, but in ail roses shall be tightly fixed to the conduit and shall be durable. The contractor shot[ clean out the conduit and prove it clear In a.^oordanoe with Standard Speeifications Ifoe 618.3 prior to installing any conductors. 7. Conduit entry Into the top of enclosures such as safety switches, meter cans, service enclosures, auxlllary enclosures and Junotton boxes shall be rode weatherproof using conduit sealing hubs, or threaded bosses. B. A bonding Jumper shall be instal led from each grounding bushing to the nearest groundtng rod, grounding lug, a Wor equipment grounding oanduotor. All Jumpers shot[ be the sans size as equipment groutiding conductor. Conduit used as casing under roadways for duct cable need not be grounded if duct extends full Ictgth through the casing. At electrical services, groundlrg alectroda conductor shall ba o sot id Copper e6 AWO. 9. Metal Junction boxes sholI be bonded to the grounding conductor In accordance with the NEC. 10. Conduits entering ground boxes shall be placed so that the conduit c rds shall be not less than 3 inches nor more than 6 inches from bottom of box (See ground box detall on sheet ED(3). 11. Condult ends shall be sealed with heat shrink boots with waterproof sealant, urethane foan, or by other methods approved by the Engineer. Sealing she(I be done after completion of any required pull tests. Duct tape shall not be used as a perronent condult sealant. S)))oar caulking shall not be used as a sealant. 12. All strut mourting material and hardware shall be hot -dip galvanized or sholI be stainless steel. The out ends of strut and non - galvanized rigid metal conduit threads shall be coated with o zlno rich point (SO% or more zinc content). Zinc rich point may only be used to touch up galvanized material as allowed under item 445.6 galvanizing. The painting of non- galvonized material with a zino rich point shot[ not be considered as an approved alternative for galvanized materials. 13. All PYC conduit terrsinottons shall be fitted with bushings or bell ends. All metal oondult terminations shall be fitted with a grounding type bushing. Conduit Spacer Conduit (mounting shoe) Concrete .ti :� Structure Conduit Strap, Steel expansion malleable, anchor (3/8 Tn. dla. typ. Hot - dipped gala. 1 (n. min., 1 %2in, max. depth) CONDUIT MOUNTING OPTIONS (Attochrnent to concrete surfaces) (See para. II.B.2) Wing WalI 1 tn. min. Conduit Strut Type s� r Stainless steel or hot dipped galvanized Conduit Strap Conduit Mounting 1* Channel (B-line, Kindorf, Unistrut or equal) (Hot dip galvanized) Secure at a min. of 2 places (3/8 " x [ 1/2 ' anchors typ.) to structure or as directed by the Engineer. Circuit Condu i t 3' mox. RMC \ RMC to PVC HOPE coupling ` below grade / f/ when PVC or HOPE is shown on layout. Grade __T'- - line - 2 to 4 °. Ground Rod Clamp- - V, 11 X 8' Ground Rod RMC - %2" PVC � q to 6" ✓=B Ground Wire Minimm TYPICAL CONDUIT ENTRY TO BRIDGE STR DETAIL 3/8 " on X 3 tong CONDUIT HANGER DETAIL ' cne. anchor Idnr Existing (Attachment to horizontal surfaces) Kwlkbo lt, Bridge Parabolt, Sl Hangers Head not be UL Ilsted for or equal. electrical use lei plumber plpe hangers are acceptable Threcoup8 " Dia, l inked erods welded, cen Fig. 690, innel Fig. 278X, L equal n Adjustable hanger Blow 5/(!3 Revision R.M. Knox Fig. 9 ConduElcen Fig. 13, Q Revised or equal notes. % min. Concrete Structure Steel expansion anchor (3/8 in. dla, typ. 1 in. min., 1 1/2 In. max, depth) NOTES � ) Ground rod clamp to be UL listed 1 for direct burial. 2.) For conduit placed In structure, use flush- mounted box. 3.) Bond Junction box and metal conduits to equipment grounding conductor and grounding electrode conductor using listed connector. 4.) Seal all conduits entering the Junotton box from underground. 5.) Install bell end or bushing on i/2 " PVC conduit both ends. 6.) Ground rod to be driven within B inches of 1/2 Inch PVC conduit end. U +� o $a,o� L C 0L • 3v F c ; P NC w �c+ xpep 0 L oom ,C - -L � A1- o T O O 0. zo mD ++ &E?�� N W T L o �Yp m4. aL NOmO L0. + +oL 6Co OLM. W 7 # D e 4L O� kn O O ut +o� O Q h o CL rl F 11 F W AS DETAILED FRONT FACE VERTICAL ALL HEIGHTS BACK FACE SLOPED (Basis for payment) ALTERNATE STEM SLOPE DETAILS walls with slopes other than those shown may be used offer approval by the Engineer. Sw shall not be less than shown in Table on Sheet 1. No payment will be made for excess concrete due to changing of slope of wall stem. Edge of wolf Compressible plug (sponge, etc.) --, i" I.D. Polyethylene sleeve or wrap with 30# roofing felt L Y4" chomfer Face of wall EXPANSION JOINT Face of wall "-- %4" chomfer CONSTRUCTION JOINT taw, 3 i 7i6 3 N " I _ 1 3 /8 •• I/8 . u I/ n PVC WATERSTOP TYPE "S" Note: Dimensions and shapes may vary slightly depending on manufacturer. 8I'Ld'.�' =F?t? Dowe il' -a i Bors F PARTIAL ELEVATION PARTIAL SECTION SHOWING WATERSTOP AT FOOTING JOINT 1Q Unreinforced Class •'C" Concrete when difference in top of footing elevations is less than 6'. Omit when Dowel Bars F can be placed between adjacent footings with 4" cover top and bottom. Face of Fnca of Wall Type 10 N i g o 4" I Waterproofing A N = Hs .,X.. 1,_2°, DESIGN X. A 14' B 12' -- C III JOINT AND WATERSTOP DETAILS Type "A" Wotersto Use spacer for stems of unequal thickness Bars F - 1 " Dia x 3' -0" smooth dowels of I' -0" c -o - — F7 ---- — — - — - — - Permanent Expansion Joint mat'IS Type 10 Waterproofing Finished grade Face of k Wall - io N 4" weep holes at 15' max (slope to drain) 1' hardware cloth centered behind opening Finished Top of undisturbed or compacted soil Place toe and Key against undisturbed soil 2' Filter material I � Concrete coarse aggregate, t Grade 2 or 3 Limits of Unclassified Structural Excavation- Type "B" Waterstop Use spacer for stems /-of unequol thickness Edge of wall Bars F #8x3'- — -17--a - — - — - — - — - -4- - — - — - — - — - — I - — `c - -- —if pipe underdrotns are required, the flowline and outlets shall be as shown elsewhere in the plans and the concrete coarse aggregate shall be approximately centered on the underdroin pipe. If pipe underdrotns ore used, omit weep holes. DRAINAGE DETAILS AND EXCAVATION DIAGRAM Note A: Stop coarse aggregate at this level when weep holes are used. Note B: Use coarse aggregate to here with filter material above when underdrotns are used. GENERAL NOTES: Walls are designed assuming unit weight of soil - 120 pcf, and coefficient of horizontal earth pressure ° 0.33. Walls are designed to provide a minimum factor of safety against sliding of 1.5. The undisturbed or compacted soil depth in front of walls, from bottom of Key up, shall not be less than Kw • Ft • 1'. Retaining walls are detailed to be placed on grades up thru 10% with footing level, with no changes in reinforcing steel. Steeper grades con be accommodated by shortening Bars Ai and B and increasing length of legs of Bars U by the some amount. No change in Quantities will be involved Retaining wolfs may be placed on Horizontal Curves by adjusting lengths of footing Bars T and H. Minor revisions of Concrete Quantities may be required. Designed in accordance with current AASHTO Standard and Interim Specifications. All concrete to be Class "C ". All reinforcing steel to be Grade 60. Texas Department of TramPortotlon Bridge Olvlslon RETAINING WALL MISCELLANEOUS DETAILS RW 2 FILD r.std=- ll.0g1 Dra Tx00T Da. Tx00T m OHO Q TxDOT Ycrch 2010 DISIPIL7 FFOEa+l A[D PFlOJEti SKET - LV1510Y5 CUITT H y ..yn PVC WATERSTOP TYPE "A" 1' -9" I I Type "A" or Foce of i "B" Waterstop Waft SType "A" or I B" Woterstop E i N [ 1 � O Type 10 i l 1 - 4- v Waterproofing fV 3 d 1 Equal y Type 10 0 Waterproofing I Bars Z at 1 1 - ° 1 -9 2' c -c 1 2" a w l CI Coy Type 10 Z at l Waterproofing 2' c 2' c c BARS Z (tt5) Dowel Bars F — Type 10 Omit Bars Z when waterproofing difference in top A i of footing elevations I is less than 6'. i I S 8I'Ld'.�' =F?t? Dowe il' -a i Bors F PARTIAL ELEVATION PARTIAL SECTION SHOWING WATERSTOP AT FOOTING JOINT 1Q Unreinforced Class •'C" Concrete when difference in top of footing elevations is less than 6'. Omit when Dowel Bars F can be placed between adjacent footings with 4" cover top and bottom. Face of Fnca of Wall Type 10 N i g o 4" I Waterproofing A N = Hs .,X.. 1,_2°, DESIGN X. A 14' B 12' -- C III JOINT AND WATERSTOP DETAILS Type "A" Wotersto Use spacer for stems of unequal thickness Bars F - 1 " Dia x 3' -0" smooth dowels of I' -0" c -o - — F7 ---- — — - — - — - Permanent Expansion Joint mat'IS Type 10 Waterproofing Finished grade Face of k Wall - io N 4" weep holes at 15' max (slope to drain) 1' hardware cloth centered behind opening Finished Top of undisturbed or compacted soil Place toe and Key against undisturbed soil 2' Filter material I � Concrete coarse aggregate, t Grade 2 or 3 Limits of Unclassified Structural Excavation- Type "B" Waterstop Use spacer for stems /-of unequol thickness Edge of wall Bars F #8x3'- — -17--a - — - — - — - — - -4- - — - — - — - — - — I - — `c - -- —if pipe underdrotns are required, the flowline and outlets shall be as shown elsewhere in the plans and the concrete coarse aggregate shall be approximately centered on the underdroin pipe. If pipe underdrotns ore used, omit weep holes. DRAINAGE DETAILS AND EXCAVATION DIAGRAM Note A: Stop coarse aggregate at this level when weep holes are used. Note B: Use coarse aggregate to here with filter material above when underdrotns are used. GENERAL NOTES: Walls are designed assuming unit weight of soil - 120 pcf, and coefficient of horizontal earth pressure ° 0.33. Walls are designed to provide a minimum factor of safety against sliding of 1.5. The undisturbed or compacted soil depth in front of walls, from bottom of Key up, shall not be less than Kw • Ft • 1'. Retaining walls are detailed to be placed on grades up thru 10% with footing level, with no changes in reinforcing steel. Steeper grades con be accommodated by shortening Bars Ai and B and increasing length of legs of Bars U by the some amount. No change in Quantities will be involved Retaining wolfs may be placed on Horizontal Curves by adjusting lengths of footing Bars T and H. Minor revisions of Concrete Quantities may be required. Designed in accordance with current AASHTO Standard and Interim Specifications. All concrete to be Class "C ". All reinforcing steel to be Grade 60. Texas Department of TramPortotlon Bridge Olvlslon RETAINING WALL MISCELLANEOUS DETAILS RW 2 FILD r.std=- ll.0g1 Dra Tx00T Da. Tx00T m OHO Q TxDOT Ycrch 2010 DISIPIL7 FFOEa+l A[D PFlOJEti SKET - LV1510Y5 CUITT H y ..yn PVC WATERSTOP TYPE "A" o > a 31 16 -0 5 -4 2 -5 % 2.59 13 - a ° 32 16'-6" 5'-6" 2'-6 % " 8'-5 %2" 2' -6" 1' -9" 2.69 13' -3" 359 11' -2" 419 12' -2" 622 14' -4" 995 20' -3" 2690 13' -1" 1738 14'-4" 1980 31' -6' 854 a10 mom 1' -8" Min Lop 1' -0" Min Lap , _ 1' -5" Min Lop > o L o !.- D L.- D i_ � I ,n `? ^; iv ° l At \ i- Al 1' Az E c i I 1 � /B 1 U 12 - z ' 12 1 2 z Q 1 i 1 1 OYDL 1% i� /8 0.5Tw +9" Sw - + 6" 12 v 112 + o 112 - 112 Lgth H • 0. 5Tw - 7 Lgth 11' -2" Lgth = H • Tw 1 1 = W o 0 o H 1 14' H > 14' s 20' H > 20' + Sw - 11'-10" Lgth = 12' -2" = 0. 75 Tw o� Tw + Sw - 6" 1- BARS A2 H a 24' H > 24 Sw W - +6" Sw - 6" w S a L th H + Tw + Sw - 2' -6" Lgth ° 13' -3" 12 • BARS A 3 Lgth " H + Tw Lgth = H + 0, 7 T ° L m+ g . > �� + Sw - 14' -4" Lgth 14' -4" Sw - 18' ^5 HS 14 H >14' <16' H 16' We BARS At H 4 . 29' H> 29' BARS As o Do U of 15 "- :' BARS A4 Place vertical bars inside of horizontal U m ~ L bars (Typ both faces). Face of Wall ' u $ u Panel Length minus 6" ox+ o I o at 12° a <H-o Q Place footing toe against undTsturbed soil. See standard RW 2 for s) ze. M 2 1 /4 " - Al r� ri -2 3'4" BARS p, H, T D AZ 5w U at 15" :::;. 13 6'-10" QUANTITY 1' - 0" Uniform Top Wal T' -0" PROPERTIES REINFORCING STEEL FOR ONE 32' PANEL (DESIGN A) FOR ONE "a" of 51ape Noll 4' -6" 230 2 1/4" " ei,, Mox Sw Sw Tw 12' -6" 339 a7 38 10" D f45) Dowel F H <a5) T ( U " 26 a5 120 Height 32' PANEL H 131 "H" WALL DIMENSIONS Sol I A, - 26 a5 A2 - 25 46 A 3 ` 25 a7 A 4 - 26 a8 A 5 - 25 a9 A 6 , 25 a, l A T - 26 41 1 B - 26 45 C of at of at of 7' -8" CONC REINF 290 Press at 15' c -c at 15" c -cat 15° c -c t 15' c -c at 15° c -c at 15" c -c of 15" c -c at 15" c- 138110"1 12" c-02" c -ci2" c -cl2" c -c 15" c -c i6 a x v a a 4 (Ft) Fw TW Sw Hw Ft Kw T /SF Lgth Wt Lgth Wt Lgth Wt Lgth Wt Lgth Wt Lgth rit Lgth Wt Lgth Wt Size NO Spa Loth Wt No Wt No Wt No W# No Wt Lgth Wt (CY> (LB) (Ft. 197 4 131 8' -4' 226 27.1 3928 15 t6 8' -4` 2' -9" 1' -2" 4' -5" 1' -3" 1' -3" 1.34 13' -3" 359 9' -10" 369 8' -I" 413 5' -7" 388 IS' -6" 420 a9 38 10" 6'-1' 786 32 1051 18 t44 6 197 4 L " > M " x w Level a I 31.8 2 I' -4" 4" 1' -0" 0 9" 9" 0.19 4' 7 6 - 7, 7 1' -3" 1' -3" 1.40 13' -3" 359 10' -it' 410 9' -5" 481 6' -I1" 480 16' -6" 447 a9 4 131 3 24 34 }117 2 66 3'-4" 9 0 3.3 312 2 226 34.0 4895 17 18 Q 18 9' -4" 3' -2' I' -4" 4' -10' 1' -6" 1' -3" 1.50 13' -3" 359 12' -0" 451 }0' -8° 548 8' -2" 567 17' -6" 475 49 38 10" 6 197 4 32 2 66 2 66 5' -4" 145 .4.7 505 3 5158 19 •- L 3 1' -6" 6° t' -0" 0 9" 9" 0.31 13' -3" 359 13 -1° 491 11' -11' 609 9' -5" 654 3' -6" 95 a4 26 15" 1' -10" 32 8 263 6 48 2 66 2 66 7' -4" 199 6.6 855 4 o > omo� 20 4 5 2' -0" 2' -7" B° 11" 1' -0" 1' -0" 4" 8' 1' -0" 1' -0" 9" 9" 0.42 0.47 3' -2" 4' -5" 86 120 532 13' -2" 673 10' -8" 740 19' -6" 4' -6' 5' -6" 122 149 a4 a4 26 26 15" 15" 2' -3" 2' -8' 39 46 10 12 329 394 7 8 56 64 2 3 b6 99 2 2 66 66 8' -4" - ' -4" 226 226 8.5 10.3 1024 1196 5 6 Batt of Ftg 21 6 3'-2" 1' -1" 1' -0" i' -1" i' -0" 9" 0.54 5' -T" 151 419 14' -5" 737 11' -11' 827 6' -li" 588 20' -6" fi' 6" 176 44 z6 15" 1267 40 1314 460 9 72 3 99 2 66 B' -4" 226 12.2 1334 7 H D E F I N I T I ON 22 1' -3" 1' -0" t' -6" 1' -O" 9" 0.61 6' -9" 183 11 -2 419 15' -8" 801 f3' 2" 914 B' -2" 694 21' -6" 583 a10 38 10" B' -1° 1322 42 1380 23 184 8 263 5 164 8' -4° 226 53.1 7309 22 L ro 1' 6° }' 0" 1' -9" 1' -0" 9" 0.67 8' " 217 359 11'-2" 419 lb' -11' 864 14' -5" 1001 9' -4" 793 22' -6" 610 a8 76 5" 8' -6' 1725 44 1446 24 192 9 2°..6 6 f97 8' -4" 226 56.5 _8128 w + W84'-3" 1' -7" 1' -0" 2' -2" 1' -0" 9` 0.77 1' -6" 2.03 13'-3" 359 11' -2" 419 18' -2" 928 15' -S" 1088 10' -7" 890 23' -6" 637 48 Z6 5' B' -9 ". 1776 12 1511 4 13t 3 99 8' -4" 226 17.6 1972 10 8527 K25 P c 1' -9" 1' -0" 2'-fi" •-•_ 1' -0" 9" 0.85 10' -3" 278 __ 3' -4" .. ..,. 125 .__ 359 11' -2" 419 12' -2" 622 16'- 11'1174 11' -9" 999 6' -f" 9` -6" ,n•_m 288 ODC 44 er 38 za 10" in• 4' -0" e•_n= 102 ons 20 �� 657 ��z 13 96 tnd 4 131 3 99 8' - 4" 226 19.4 2287 It o > a 31 16 -0 5 -4 2 -5 % 2.59 13 - a ° 32 16'-6" 5'-6" 2'-6 % " 8'-5 %2" 2' -6" 1' -9" 2.69 13' -3" 359 11' -2" 419 12' -2" 622 14' -4" 995 20' -3" 2690 13' -1" 1738 14'-4" 1980 31' -6' 854 a10 mom 1' -8" Min Lop 1' -0" Min Lap , _ 1' -5" Min Lop > o L o !.- D L.- D i_ � I ,n `? ^; iv ° l At \ i- Al 1' Az E c i I 1 � /B 1 U 12 - z ' 12 1 2 z Q 1 i 1 1 OYDL 1% i� /8 0.5Tw +9" Sw - + 6" 12 v 112 + o 112 - 112 Lgth H • 0. 5Tw - 7 Lgth 11' -2" Lgth = H • Tw 1 1 = W o 0 o H 1 14' H > 14' s 20' H > 20' + Sw - 11'-10" Lgth = 12' -2" = 0. 75 Tw o� Tw + Sw - 6" 1- BARS A2 H a 24' H > 24 Sw W - +6" Sw - 6" w S a L th H + Tw + Sw - 2' -6" Lgth ° 13' -3" 12 • BARS A 3 Lgth " H + Tw Lgth = H + 0, 7 T ° L m+ g . > �� + Sw - 14' -4" Lgth 14' -4" Sw - 18' ^5 HS 14 H >14' <16' H 16' We BARS At H 4 . 29' H> 29' BARS As o Do U of 15 "- :' BARS A4 Place vertical bars inside of horizontal U m ~ L bars (Typ both faces). Face of Wall ' u $ u Panel Length minus 6" ox+ o I o at 12° a <H-o Q Place footing toe against undTsturbed soil. See standard RW 2 for s) ze. M 2 1 /4 " - Al r� ri -2 3'4" BARS p, H, T D AZ 5w U at 15" :::;. 13 6'-10" 2' - 4" 1' - 0" 3'-6" T' -0" 9" 1,05 13'-10' 375 6' -7" 247 4' -6" 230 2 1/4" 2 74 .. O B- A = Sw Sw Tw 12' -6" 339 a7 38 10" 5' -1" 395 26 654 15 120 1Ui 4 131 ° -4 cco c�.v ,moo. 14 IQ 7' -4" 2' -6" 1' -0° 3' -10° I' -0" i' -0" 1.14 15' -0" 407 7' -8" 288 5' -$" 290 13' -6" 366 a8 138110"1 5' -5" 550 26 920 i6 128 5 164 4 131 8' -4" 226 25.3 3470 15 7' -10" 2' -7° 1' -I V 4' -1 %" I' -0" 1' -0° 1.24 16' -2" 438 8 -9" 329 6' -T0" 349 f4' -6" 393 a9 38 10" 5' -9" 743 301986 17 136 6 197 4 131 8' -4' 226 27.1 3928 15 t6 8' -4` 2' -9" 1' -2" 4' -5" 1' -3" 1' -3" 1.34 13' -3" 359 9' -10" 369 8' -I" 413 5' -7" 388 IS' -6" 420 a9 38 10" 6'-1' 786 32 1051 18 t44 6 197 4 131 8' -4" 226 31.8 4484 16 17 8' -}0° 3' -0" t' -3 4' 7 6 - 7, 7 1' -3" 1' -3" 1.40 13' -3" 359 10' -it' 410 9' -5" 481 6' -I1" 480 16' -6" 447 a9 38 10" 6' -5' S29 34 }117 19 152 7 230 5 164 8' -4" 226 34.0 4895 17 18 Q 18 9' -4" 3' -2' I' -4" 4' -10' 1' -6" 1' -3" 1.50 13' -3" 359 12' -0" 451 }0' -8° 548 8' -2" 567 17' -6" 475 49 38 10" 6' -9' 872 34 1117 19 152 7 230 5 ib4 8' -4° 226 38.7 5158 19 •- L 19 10' -0" 3' -4" 1' -5" 5' -3" 1' -6" 1' -6" 1.56 13' -3" 359 13 -1° 491 11' -11' 609 9' -5" 654 18' -6" 502 a9 38 10" 7' -2" 926 36 1183 20 160 7 230 5 164 8' -4" 226 42.3 5504 20 o > omo� 20 10' -4" 3' -6" 1 1' -6/" 3 � 5' - 3 74" 1' -6" 1' -6" 1,67 13' -3" 359 14' -2" 532 13' -2" 673 10' -8" 740 19' -6" 529 410 38 10' 7' -5" 1213 38 1248 21 f68 8 263 5 164 8' -4" 226 44.6 5115 a 9 21 to' -Il` 3' -8" 1' -7" 5' 8" 1' -9" 1' -6" 1,75 13' -3" 359 1)' -2' 419 14' -5" 737 11' -11' 827 6' -li" 588 20' -6" 556 a10 38 10' 7' -9" 1267 40 1314 22 176 S 263 5 164 8' -4" 226 50.3 6896 21 * v 0 o L - 22 11' -4° 3' -10" 1' -8/ ° T -9 % 1' -9" i' -6" 1.85 13' -3" 359 11 -2 419 15' -8" 801 f3' 2" 914 B' -2" 694 21' -6" 583 a10 38 10" B' -1° 1322 42 1380 23 184 8 263 5 164 8' -4° 226 53.1 7309 22 L ro 23 12' -0" 4' -0" 1' -9 " 6' -2%4" 1' -9" 1' -6" 1.90 13' -3" 359 11'-2" 419 lb' -11' 864 14' -5" 1001 9' -4" 793 22' -6" 610 a8 76 5" 8' -6' 1725 44 1446 24 192 9 2°..6 6 f97 8' -4" 226 56.5 _8128 w + 24 12' -4" 4' -2" 1' -10� " 6' -3 T " 2' -0" 1' -6" 2.03 13'-3" 359 11' -2" 419 18' -2" 928 15' -S" 1088 10' -7" 890 23' -6" 637 48 Z6 5' B' -9 ". 1776 46 1511 25 200 9 2 6 197 8' -4" 226 62.5 8527 K25 P c 25 13' -0" 4' -4" 1' -i1 1 " 6' -8 Y4 ' 2' -0" 1' -6° 2.08 13' -3" 359 11' -2" 419 12' -2" 622 16'- 11'1174 11' -9" 999 6' -f" 808 24' -6" 664 4$ 76 5" 9' -2" 1860 48 1577 26 208 9 296 6 197 8' -4" 226 66.3 9409 L N we c'+ 26 13' -6" 4'-6" 2' -0 " 6' -1 l%" 2' -3" 1'-6" 2.17 13' -3" 359 11' -2" 419 12' -2" 622 18' -2" 1261113' 1105 7' -1" 941 25' -6" 692 a8 76 5" 9' -6" 1928 50 1643 27 217 10 329 6 197 8' -4" 226 73.2 9938 v c 27 14' -0" 4'-8" 2' -1 1 /4" 7' -2 N 2' -3" 1' -6" 2.26 13' -3" 359 11' -2" 419 12' -2" 622 19'-5" 1348114'-2" 1204 8' -1" 1074 26'-6' 719 a9 76 5 9' -10" 2541 52 1708 28 225 10 329 6 197 W -4" 226 77.0 10971 28 w x o 0 0 28 T4' -6" 4' -10" 2' -2 3 s" 7' - 5 /e" 2' - 3" 1' - 9" 2.34 13' - 3" 359 11' - 2" 419 12' - 2" 622 20' 1435 15' -4" 1303 9' -1" 1206 27' -6° 746 49 76 5° 10' -i" 2606 54 1774 29 233 10 329 7 230 8' -4" 226 81.8 1}488 0 L L e o 29 15' -0" 5 ' -0" 2' -3 7' -8 " 2'-3" 4' -9° 2. 13' -3" 359 11 -2" 4t9 }2' -2" 622 22' -0° 15 27 16' -8" 1793 10' -1" 1339 28' -6" 773 49 76 5" 10' -5" 2692 56 1840 30 241 1i 361 7 230 S' -4" 226 85.8 1 29 30 30 15' -6" 5' -2" 2' -4 5 /a'_. 7 ' -11 %e" 2'-3" 1' -9° 2.51 13' -3° 3 f2' -Z" 622 14' -4` 998 I7' -10" 1516 11' -1" 1472 11' -10" 1635 29' -6" 800 4 10 76 S" 10' -9" 3516 58 1906 31 249 11 361 Z 230 8' ^4" 226 89.9 14305 �r o° I'_ o r/ ' 3" 359 11' -2" 419 12' -2" 622 14' -4" 995 19' -1" 1622 ' - 17 12" 1605 13'-l' 180 30' -6° 827 a 10 76 5" 11' 2" 3652 60 1971 32 257 11 361 8 263 8' -4" 226 °.4.2 14986 31 o > a 31 16 -0 5 -4 2 -5 % 2.59 13 - a ° 32 16'-6" 5'-6" 2'-6 % " 8'-5 %2" 2' -6" 1' -9" 2.69 13' -3" 359 11' -2" 419 12' -2" 622 14' -4" 995 20' -3" 2690 13' -1" 1738 14'-4" 1980 31' -6' 854 a10 mom 1' -8" Min Lop 1' -0" Min Lap , _ 1' -5" Min Lop > o L o !.- D L.- D i_ � I ,n `? ^; iv ° l At \ i- Al 1' Az E c i I 1 � /B 1 U 12 - z ' 12 1 2 z Q 1 i 1 1 OYDL 1% i� /8 0.5Tw +9" Sw - + 6" 12 v 112 + o 112 - 112 Lgth H • 0. 5Tw - 7 Lgth 11' -2" Lgth = H • Tw 1 1 = W o 0 o H 1 14' H > 14' s 20' H > 20' + Sw - 11'-10" Lgth = 12' -2" = 0. 75 Tw o� Tw + Sw - 6" 1- BARS A2 H a 24' H > 24 Sw W - +6" Sw - 6" w S a L th H + Tw + Sw - 2' -6" Lgth ° 13' -3" 12 • BARS A 3 Lgth " H + Tw Lgth = H + 0, 7 T ° L m+ g . > �� + Sw - 14' -4" Lgth 14' -4" Sw - 18' ^5 HS 14 H >14' <16' H 16' We BARS At H 4 . 29' H> 29' BARS As o Do U of 15 "- :' BARS A4 Place vertical bars inside of horizontal U m ~ L bars (Typ both faces). Face of Wall ' u $ u Panel Length minus 6" ox+ o I o at 12° a <H-o Q Place footing toe against undTsturbed soil. See standard RW 2 for s) ze. M 2 1 /4 " - Al r� ri -2 3'4" BARS p, H, T D AZ 5w � L 3 -0 I ll At C. _1 1 3 " F H H 1 14' SECTIONS H > 14+ DAna r v Al i�wn n 5" 11' 6" 3761 60 1971132 1257 12 394 1 S 1263 S' -4" 226 102,6 16528 32 C___ 2'-3" Min Lop o T 3' -0" Min Lop I'-U Zn Zn 1 1 %g t _ A 4 � V n" L� N 112 , C s - - C 2 00 .. N 1 11 / _ O o iv Loth = H - 18' -11" lf2 0 0 = BARS A6 - 6" Sw + - 6" LL Lgth - 8'-4' Lgth H+ Tw for H 5' + Sw - 25' -9" Lgth + H 6" Lgth = 2H - 8" BARS AT BARS B for H< 5' GENERAL NOTES: BARS U All concrete to be Class "C ". All reinforcing steel to be Grade 60. For notes and details not shown on this sheet see sheet RW2. Quontlties are based on "H" being average height of panel. Retaining Walls ore designed to be coded as follows on Retaining No[I Layout Sheets. HC - 21 - 28 LA - 28 - 32 T Panel Length 32' is standordt 28' requires special quantities Average Height "H" of panel Design - A = no surcharge or slope above wall B - slopes up to 4:1 C - traffic surcharge and /or slopes up to 2. 5: 1 Footing pressure design - L - low, H = high H= 12' H= 14' H- 20' H- 23' H= 28 H- 32' PARTIAL WALL ELEVATIONS (Showing vertical reinforcing pattern in bock face) Texas Deportment of Transportotlon Ir 8rldge DkIslon RETAINING WALLS RW 1 (H) A FILE. rnst0.08.d9n Din Tx DOT I Cc, TxDOT De, GHO Ca N- ?N ©TxDOT Ycroi 2010 DISTRICT FEDERAL AID PFOAECT WEI REVISIO NS cCM7Y usim- SEC[ I ice IRICHAy U at 15" :::;. TIe olI bars A at / bend point to Face of : front face reinf Noll i% F at Joint o at 12" F at Joint �12 I ocat i ons. 3 locations. 3 2 1/4" 2 74 .. O B- A = Sw Sw Tw Tw Hw ° a B -. °. F •' 3 2\ L -A L T v •�� LL 2 L Y o 3 .. rt F 3 = o H� Tw Kw Tw I Kw I FIJI] Fw Fw � L 3 -0 I ll At C. _1 1 3 " F H H 1 14' SECTIONS H > 14+ DAna r v Al i�wn n 5" 11' 6" 3761 60 1971132 1257 12 394 1 S 1263 S' -4" 226 102,6 16528 32 C___ 2'-3" Min Lop o T 3' -0" Min Lop I'-U Zn Zn 1 1 %g t _ A 4 � V n" L� N 112 , C s - - C 2 00 .. N 1 11 / _ O o iv Loth = H - 18' -11" lf2 0 0 = BARS A6 - 6" Sw + - 6" LL Lgth - 8'-4' Lgth H+ Tw for H 5' + Sw - 25' -9" Lgth + H 6" Lgth = 2H - 8" BARS AT BARS B for H< 5' GENERAL NOTES: BARS U All concrete to be Class "C ". All reinforcing steel to be Grade 60. For notes and details not shown on this sheet see sheet RW2. Quontlties are based on "H" being average height of panel. Retaining Walls ore designed to be coded as follows on Retaining No[I Layout Sheets. HC - 21 - 28 LA - 28 - 32 T Panel Length 32' is standordt 28' requires special quantities Average Height "H" of panel Design - A = no surcharge or slope above wall B - slopes up to 4:1 C - traffic surcharge and /or slopes up to 2. 5: 1 Footing pressure design - L - low, H = high H= 12' H= 14' H- 20' H- 23' H= 28 H- 32' PARTIAL WALL ELEVATIONS (Showing vertical reinforcing pattern in bock face) Texas Deportment of Transportotlon Ir 8rldge DkIslon RETAINING WALLS RW 1 (H) A FILE. rnst0.08.d9n Din Tx DOT I Cc, TxDOT De, GHO Ca N- ?N ©TxDOT Ycroi 2010 DISTRICT FEDERAL AID PFOAECT WEI REVISIO NS cCM7Y usim- SEC[ I ice IRICHAy a 's s g J n C1 Y STA T -8ZB8, 21.00'LT INSTALL (AZ) TRANSAIONI \ STA 62 +88.28, 22001T \ \� INSTALL SGTJ J P, E E I «a II jl NI I� I PN o — �- I a LLJ _z 91 x — �l 1 I f � REWNIWO STA 41- IP593. 20 I / s) I BO / Fif — GUARDRAIL E 1 z 37 +00 38 +00 E�� O END RETAINING WALL TOP OF VIALL= 498.14 UN 3RGRO BOTTOM OF WALL = 490.14 N= 7033534.91 Q1 — TELEPHONE / — � —1 111— � 11— � —•� — JIL � ...VLN �•. I! a iARKERs -- Ih "' x — aj z W O Q CL a J D OU I STA J8 +85.24 22.00 RT a O 3 0 INSTALL 25' SGT STA 36 +87.88, 22.00'LT 0 z ? COM o '-,1 _ 22.00 RT STA .5.9+o8.. BEGIN TY C41 f RAIL BEGIN RETAINING WALL Q 20 ! BEGIN T Y C41RAIL BEGIN RETAINING WALL TOP OF WALL = 498.34 BOTTOM OF WALL =494.34 N= 7033558.57 E =2428841.41 (.D I w s+ _ `�� _ _ Q TOP OF WALL =497.21 BOTTOM OF WALL = 489.81 A N= 7033493.85 z Q ! = £ =2429057.94 T — — � f f / Q m STA 39 +08.24, 22.00'RT INSTALL (TL2) TRANSITION m II jl NI I� I PN o — �- I a LLJ _z 91 x — �l 1 I f � REWNIWO STA 41- IP593. 20 I / s) I BO / STA J9 +90.61, 60.661T o Fif 1 BRIDGE GRADING AND GUARDRAIL 1` =20' INSTALL (712) MV51170M STA J9 +90.61, 60.661T o INSTALL 25' SOT STA J9 +80.59, 22.00' LT o INSTALL (712) MV51170M z STA 39 +80.59, 22.00'LT g ENO TY C411 RAIL O END RETAINING WALL TOP OF VIALL= 498.14 BOTTOM OF WALL = 490.14 N= 7033534.91 Q1 U E= 2429135,59 — Y D I! _ 4 0 +00 x ry J J 1 1 1 I r I 1 � I ' rr t UNDERGROJ T �PHON O u y O V ~ —� Ln Lu z z J x F-- l 1 I N t 0 10' 20' 40' SCALE IN FEET ` O NOTES: 1. SEE DT -1 FOR RETAINING WALL AND CY C411 CONFIGURATION hwm WA W= 0 W "a aw ti 8 r I `✓ ■ sa €. o JE a s � r $ � � U C ao c ti pc0 N O C O ag � 2 � (7 1 SHEET GR -1 00% SUBMITTAL SEQ. 4 OF 80 z z O U D Q x ry J J z W O Q CL J D OU W (D U O 0 -- -- - - - - -- 0 z U orf Q . _I (.D w z = o T — — � w Q m -- m a s � r $ � � U C ao c ti pc0 N O C O ag � 2 � (7 1 SHEET GR -1 00% SUBMITTAL SEQ. 4 OF 80 DESIGNED BEAMS (DEPRESSED STRANDS) OPTIONAL DESIGN PRESTRESSNG STRANDS CONCRETE QE" DES&I IIEII�Q STRUCTURE SPAN BEAM BEAM Im- TOTAL DEPRESSED uara.'_u LOAD LOAD V1StlOM N0. NO. TYPE S 28 DAY COUP TERME U.TNATE S i m TTERN N0, SIZE STRGTH r END NO. I TO STROTH STRCRI (TOP Q) 80T P Q1 CAPAA Y BETHEL ROAD ALL ALL C 14 1 12 270 12.23 7.09 2 38 4000 5000 1201 1598 1886 BRIDGE - 0 M TYPE A TYPE B 00 Li Strand Pattern Strand Pattern 38 y °-. ¢ TYPE 72 TYPE B 34 ~ w 32 Certain beams with depressed strop are subject to 32 CL ®® TYPE A 28 66 24 @I@ N 24 N a 22 20 / ° 20 N 18 ° 18 ° 69 I I 0a 0 @ V) (n 14 10 v7° \ 14 12 10 NON-STANDARD STRAND PATTERNS PATTERN STRAND ARRANGEMENT AT q OF BEAM s o #q � s T@ @ @o @a6® a e@ 1 @ 4'\ 6 #0 @ @6 @#09 GENERAL NOTES( 4 qp ggqi 4 #900 ®@606 Designed in accordance with current AASHTO Standard 2 00 62 2 @ @606a 006 Specifications. i Alfconcrete shollbe Class H. Allreinforcing bars sholl s. CSAABCD NT EDCBAABCDE be Grade 60. I} h F b' t h s the o flan I L I 9 5 0 of 2" When shown on this sheet, t o o rico or a p TYPE A 5 Spa at 2" P of furnishing either the designed depressed strand beam or on approved optional design. All optional design submittals TYPE B 7 Spa at 2" TYPE C BM and shop drawings shall be signed, sealed and dated by o registared Professional Engineer. Optionoldesigns for beams 120 feet or longer shollhave TYPE A & TYPE B BMS a calculated residuolcomber equolto or greater than that d b vo °m at °5 o° Asa 4: w °x o rn TV C O t °o �Up aop"uu a' c O �eg ° u n °off a � � c % E .5 z ° ° o u C `° �o 0 a m HS20 LOADING Frr_sa o t&h*. f— T..1 RN.t —d [ng;rve " F -2144 OF � el o y � r rr4. ti / Tf •, Texas Deportftnt of Tronsportotfon 8rfdge D/vlslon PRESTRESSED CONCRETE I -BEAMS (NON-STANDARD SPANS) ST cDT>DDT Ara 2004 Pz,a.s SEO 37 OF 80 &ADDENDUM t ADDED BEAM DATA C°FRY IBNS 'zDOT O r. TsfX rcDZnu . wao.eCT 52 60 00 g8 Strand Pattern , it calculated for a reloti hum;dit of 60 per ent.OpConal 66 00 TYPE 72 64 48 0 —70 04 Certain beams with depressed strop are subject to 46 ®® 00 66 44 04 oll subsequent beams of the some type and strand pattern 64 40 52 0a 1. Alternate rows of depressed strands shollbe debonded 50 38 0a 0 @ 46 q 0 TYPE 54 — T 2. One holf of the straight strands, as nearly as shollbe debonded for four feet from each iv 42 40 possible, end of the beam. 3. The debondinq pattern shollbe symmetrical about the for both depressed and C4 32 0 38 0 40 %I I 34 00 99a40 32 6 6 M °0 26 36 32 26 0 6 location. 5. Strands shollbe encosed in plostic tubing along 0 30 00 N 20 00 N sealed with waterproof tape. Sprit plastic tubing 1 20 6 00 16 1 16 , 010 may be used provided the seam of the tubing is 12 60006# 0 i g 12 04649 10 6 @96 @oe@ @sees grail Wrapping of strands with tape to L 69 @ @ @ @ #oea . 0004 9#g00 @# 0 9 O 4 @ N� FEDCBAABCOEF 6. Revised shop drawings will not be required. 006@ 11 Spa of 2" FEDCBAABCOEF T VIM -BM 12 6109 11 Spa at 2" located as low as possible on the 2" grid system unless TYPE IV BM @@ISO@ 000 9 (AASHTO TYPE IV BM) 0 a m HS20 LOADING Frr_sa o t&h*. f— T..1 RN.t —d [ng;rve " F -2144 OF � el o y � r rr4. ti / Tf •, Texas Deportftnt of Tronsportotfon 8rfdge D/vlslon PRESTRESSED CONCRETE I -BEAMS (NON-STANDARD SPANS) ST cDT>DDT Ara 2004 Pz,a.s SEO 37 OF 80 &ADDENDUM t ADDED BEAM DATA C°FRY IBNS 'zDOT O r. TsfX rcDZnu . wao.eCT TYPE 54 TYPE 72 60 g8 Strand Pattern , it calculated for a reloti hum;dit of 60 per ent.OpConal 66 00 TYPE 72 64 #0 —70 Certain beams with depressed strop are subject to 60 ®® cracking in the end of the beam, When such cracks occur, 66 oll subsequent beams of the some type and strand pattern 64 shollhave strands debonded in the following manner( 52 00 1. Alternate rows of depressed strands shollbe debonded 50 --0* 48 0 @ 46 q 0 TYPE 54 — T 2. One holf of the straight strands, as nearly as shollbe debonded for four feet from each iv 42 40 possible, end of the beam. 3. The debondinq pattern shollbe symmetrical about the for both depressed and 69 0 38 ° a 40 %I I 34 00 32 8@ M 2 8 T YPE 6# # @ 36 32 26 0 6 location. 5. Strands shollbe encosed in plostic tubing along 0 30 00 entire debonded length, and ends of tubing shollbe 2 9 I sealed with waterproof tape. Sprit plastic tubing 1 20 6 00 14 1 16 , 010 may be used provided the seam of the tubing is 12 60006# 0 i g sufficiently sealed with woterproof tope to prohibit 04649 Oj@ 6 @96 @oe@ @sees grail Wrapping of strands with tape to 4 69 @ @ @ @ #oea . 2 9#g00 @# 0 9 O 4 @ N� FEDCBAABCOEF 6. Revised shop drawings will not be required. 11 Spa of 2" For depressed strand designed beams, strands shollbe T VIM -BM 12 6109 (AASHTO VI(MOD) BM) 0 a m HS20 LOADING Frr_sa o t&h*. f— T..1 RN.t —d [ng;rve " F -2144 OF � el o y � r rr4. ti / Tf •, Texas Deportftnt of Tronsportotfon 8rfdge D/vlslon PRESTRESSED CONCRETE I -BEAMS (NON-STANDARD SPANS) ST cDT>DDT Ara 2004 Pz,a.s SEO 37 OF 80 &ADDENDUM t ADDED BEAM DATA C°FRY IBNS 'zDOT O r. TsfX rcDZnu . wao.eCT TYPE 54 TYPE 72 of the deslgne eom. Prestress losses for the ed eom ove been Strand Pattern Strand Pattern , it calculated for a reloti hum;dit of 60 per ent.OpConal TYPE 72 designs shop likewise conform. —70 Certain beams with depressed strop are subject to S8 cracking in the end of the beam, When such cracks occur, 66 oll subsequent beams of the some type and strand pattern 64 shollhave strands debonded in the following manner( 52 N_ 1. Alternate rows of depressed strands shollbe debonded 60 58 for two feet from each end of the beam. 56 TYPE 54 — T 2. One holf of the straight strands, as nearly as shollbe debonded for four feet from each 54 52 -50 0 / possible, end of the beam. 3. The debondinq pattern shollbe symmetrical about the for both depressed and 46 44 42 #01 # verticol oxis of the beam straight strands. 4. Strands shollbe debonded so that the centers of 40 %I I gravity of the depressed strands and the straight S8 1 strands wilt remain within one inch of their original iv 36 32 location. 5. Strands shollbe encosed in plostic tubing along 0 30 00 entire debonded length, and ends of tubing shollbe 28 I sealed with waterproof tape. Sprit plastic tubing 24 may be used provided the seam of the tubing is cn i nfiltration. 0 t 0 sufficiently sealed with woterproof tope to prohibit 20 Oj@ grail Wrapping of strands with tape to 04 18 . # provide debonding witinot be permitted. 16 0;04 6. Revised shop drawings will not be required. 14 For depressed strand designed beams, strands shollbe 12 6109 located as low as possible on the 2" grid system unless 10 8 @@ISO@ 000 9 a Nor - Standard Strand Pattern is indicated. Fdfrow "2 ", t hen 4 0'# 66 row "4 ", then row "6 ", etc., beginning each row in the ".A" and working outward until the required 2 @0 position number of strands is reached. Ali strands in the "A" position shollbe depressed, maintaining the 2" spacing so that, C B A A B C D E at the beam ends, the upper two strands ore in the position TYPE 5�. I 5 Sp °—°l 2 - shown in the table. Strands for the designed beam shollbe %Z" 270 ksilow relaxation strands pretensioned to 31.0 k each. TYPE 72 9 Spa at 2" Type 54 Beams shollnot be used for new structures, but may be used to widen existing bridges built with TYPE 54 & TYPE 72 BMS Type 54 Beams. 0 a m HS20 LOADING Frr_sa o t&h*. f— T..1 RN.t —d [ng;rve " F -2144 OF � el o y � r rr4. ti / Tf •, Texas Deportftnt of Tronsportotfon 8rfdge D/vlslon PRESTRESSED CONCRETE I -BEAMS (NON-STANDARD SPANS) ST cDT>DDT Ara 2004 Pz,a.s SEO 37 OF 80 &ADDENDUM t ADDED BEAM DATA C°FRY IBNS 'zDOT O r. TsfX rcDZnu . wao.eCT i 5 S F a 0 Y INSTALL 3" SCH 40 PVC BY TRENCH k (FOR FUTURE USE) P8 (TYPE A) I STA 41+50, p70' O N _}• 25 / 1 v - -- IL W 00 m 42 +ppT LF }.LINE T Ld L �� N I / / I / I A l I 1 INSTALL 3" SCH 40 PVC BY TRENCH I (FOR FUTURE USE) I NOSE AT THE INIERSEC77ON OF B£7NEL ROAD AND PmaDS LANE too- APPROWMATELY 30 FEET 50VTH OF N E zl J ELEVA77ON = 497.01 _ I- INSTALL 3" SCH 40 PVC I BY TRENCH I \ IXES, GE PER S P8 (TYPE A) ^ — T I )o LOT 1X BLOCK 'B' 700 ARMSTRONG I I I l I I LOT 1 BLOCK B' 702 ARMSTRONG / /t' PB (TYPE A) LLI . -• B • • � I Nrr>t�>t�r�r I1�1�1�1 �1 •• DENTON TAP ROAD �1 1 00% MO offismom ■ LOT 2 LOT 1 BLOCK A BLOCK A SUMMIT AT THE SPRI S VOL. SUMMIT AT THE SPRINGS VOL 97023, PG. 3493, P. .D.C.T. 97023, PG. 3493, P.R.O.C.T. 1 715 LEXINGTO I 711 LEXINGTON f ' k p ® ag go 0 m tt t iro4 z O U � p O z ~ �+ O U in Lo W OQ w U� �O L J �pt— LL. _3 X W p v d W+ p = r U �3 m < W J Lli m a Y y m CJ \ O � z _ a y Y �o d O o N O C. z h �o SHEET TS -4 SEO. 53 OF 80 BENCHMARKS 6,M. I BOX CUT ON TA° OF MEDIAN CURB NOSE AT THE INIERSEC77ON OF B£7NEL ROAD AND PmaDS LANE APPROWMATELY 30 FEET 50VTH OF N E B£1NEL ROAD. ELEVA77ON = 497.01 INSTALL 3" SCH 40 PVC I 0 10' 20' 40` BY TRENCH t SCALE IN FEET (FOR FUTURE USE) - I ------------- - - - - -, 24 I o - - co o� d- - 45 +00 _4 6'I LLl A z r = - OG x M LIGHT U G�HTY - I I LOT 2 LOT 1 BLOCK A BLOCK A SUMMIT AT THE SPRI S VOL. SUMMIT AT THE SPRINGS VOL 97023, PG. 3493, P. .D.C.T. 97023, PG. 3493, P.R.O.C.T. 1 715 LEXINGTO I 711 LEXINGTON f ' k p ® ag go 0 m tt t iro4 z O U � p O z ~ �+ O U in Lo W OQ w U� �O L J �pt— LL. _3 X W p v d W+ p = r U �3 m < W J Lli m a Y y m CJ \ O � z _ a y Y �o d O o N O C. z h �o SHEET TS -4 SEO. 53 OF 80