ST8601-CN 900727CONTRACT DOCUMENTS
FOR
PAVING, DRAINAGE & UTILITIES
' MACARTHUR BOULEVARD
DEFOREST ROAD TO
DENTON CREEK DRAINAGE CHANNEL
/~/:/C^.T~. &
ENGINEERS' PLANNERS' SURVEYORS
7950 ELMBROOK DRIVE / SUITE 250 / DALLAS, TEXAS 75247
(214) 638-0145 METRO (214) 263-2019 FAX (214) 638-0447
JULY 1990
SECTION
00020
00100
00300
00500
00600
00700
00800
00900
SECTION
01010
01011
01040
01051
01077
01150
01202
01320
01340
01370
01380
01400
01500
01567
01570
01576
01670
01710
01720
01750
SECTION
0201O
02102
02200
02210
02223
TABLE OF CONTENTS SF._P 5
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS,
DIVISION 1
Invitation to Bidders
Instruction to Bidders
Bid Proposal
Standard Form of Agreement
Performance Bond and Payment Bond
General Conditions
Special Conditions
Addenda
GENERAL REQUIREMENTS
Contract Time, Order of Completion,
Milestone Dates and Schedules
Utility Adjustments
Coordination
Grades, Lines and Levels
Abbreviations, Symbols, Trade
Names and Materials
Measurement and Payment
Progress Meeting and Reports
Progress and Schedule Chart
Shop Drawings, Product Data
and Samples
Schedule of Values
Construction Photographs
Quality Control
Temporary Facilities and Controls
Pollution Control
Traffic Control
Construction in Existing or
Proposed Public Right of Way
Testing of Pipelines
Cleaning and Adjusting
Project Record Documents
Warranties and Bonds
DIVISION 2 - SITEWORK
TITLE
Subsurface Investigation
Clearing and Grubbing
Unclassified Roadway Excavation
Embankment
Structural Excavation, Backfill
and Compaction
SECTION
02225
02227
02270
0236O
02501
02502
02513
02515
02600
02713
02721
02810
02910
SECTION
03210
03310
03420
.SECTION
04100
0420O
04435
SECTION
05]20
05520
DIVISION 2 - SITEWORK - (CONT'D)
TITLE
Trenching, Backfilling, Embedment
and Encasement
Waste Material Disposal
Seeding for Erosion Control
Drilled Piers
Flexible Base
Lime Stabilized Base
Asphaltic Concrete Vehicular Paving
Concrete Paving, Curbs and
Sidewalks
Ductile Iron Pipe
Water Distribution System
Storm Sewer System
Metal Beam Guard Fence
Utility Sleeves
DIVISION 3 - CONCRETE
TITLE
Reinforcing Steel
Structural Concrete
Prestressed Concrete Structures
DIVISION 4 - MASONRY
TITLE
Masonry Mortar
Stone Masonry
Cast Stone
DIVISION 5 - METALS
TITLE
Structural Steel
Bridge Railings
SECTION
09900
SECTION
16111
DIVISION 2 - SITEWORK - (CONT'D)
DIVISION g - PAINTING
TITLE
Protective Coating
DIVISION 16 - ELECTRICAL
TITLE
Conduit
DIVISION 0
BIDDING AND CONTRAC~ DOCUMENTS
SECTION 00020
INVITATION TO BIDDERS
Sealed Bid Proposals will be received and publicly opened at the office of
Carter & Burgess, Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247
for the Project and on the Bid Date listed below:
Project: Paving, Drainage and Utilities - MacArthur Blvd. - Deforest Road to
Denton Creek Drainage Channel
Bid Date:
July 17, 1990 @ 10:00 A.M., C.D.T.
Owner: Vista Mortgage & Realty, Inc.
Bid envelopes must
Carter & Burgess,
Project. Any Bid
returned unopened.
Bids shall be accompanied by a certified or cashier's check on a state or
national bank in an amount not less than five percent of the largest possible
total of the Bid submitted, payable without recourse to Denton County Road
Utility District No. 1, or an acceptable Bid Bond for the same amount from a
reliable surety company as a guarantee that the Bidder will enter into a
Contract and execute required Performance and Payment Bonds within ten days
after notice of award of Contract to him. The notice of award of Contract
shall be given the successful Bidder within 60 days following the opening of
Bids. If the award cannot be made within the prescribed time, the time limit
may be extended by mutual written consent of the Owner and the lowest
responsible Bidder concerned.
be sealed and addressed to the Owner as shown above, c/o
Inc., and shall bear the name of the Bidder and the
received after the Bid Date and time listed above will be
Plans, Specifications and proposal forms are available for inspection during
regular business hours at the following location:
Carter & Burgess, Inc.
7950 Elmbrook Drive, Suite 250
Dallas, Texas 75247
Prospective Bidders may obtain single sets of the documents from Carter &
Burgess, Inc. upon the payment of $100.00 deposit to guarantee submission of a
proposal and returning the documents to the Engineer within the (10) days
after the day set for submission of bids. No refunds will be made unless a
Bid is submitted by the individual or organization making the deposit.
00020-1
Additional single sets of the documents may be obtained by prospective Bidders
making an initial deposit for the additional sum of $100.00, which is not
subject to refund.
The documents will be supplied to subcontractors and suppliers of equipment
and materials upon payment of $100.00 per set, which is not refundable.
The successful Bidder shall furnish a Performance Bond and Payment Bond upon
the form provided in the amount of 100 percent of the contract price from an
approved surety company holding a permit from the State of lexas to act as
surety, or other surety or sureties acceptable to the Owner.
The right is reserved, as the interest of the Owner may require, to reject any
and all Bids, to waive any informality in the Bids received and to let and
award the Contract to any responsible Bidder which, in the Owner's sole
judgement, will be the most advantageous to the Owner and result in the best
and most economical completion of the Project.
END OF SECTION
002:22-2201-32
00020-2
SECTION 00]00
INSTRUCTIONS TO BIDDERS
1.01
1.02
1.03
PROPOSAL FORMS
The Bidder's Proposal must be submitted on the printed form
furnished with these instructions. The blank spaces in the
Proposal shall be filled in for each item for which a quantity is
given as may be required by the Proposal for a completed work, and
the Bidder shall state the price for which he proposes to do each
item of work. Information provided in blank spaces shall be typed
or hand written in ink. Each page of the proposal shall be signed
in ink by the person or persons making or authorized to make a Bid.
The legal
partnership,
corporation
chartered.
status of the Bidder, that is, as a corporation,
or individual, must be stated in the Proposal. A
Bidder must name the state in which the organization is
If the Proposal 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 Proposal 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 attorney- 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.
Ee
Proposals 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 following the word
"By "
PROVISION CONCERNING ESCALATOR CLAUSES
Proposals containing any condition which provides for changes in the
stated bid prices due to increase or decrease in the costs of ma-
terials, labor, or other items required for this Project, will be
rejected and returned to the Bidder without being considered.
ESTIMATES OF QUANTITIES
The quantities listed in the Proposal bid schedule will be considered
as approximate and will be used for the comparison of Bids. 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.
OOlO0-1
1.04 PURCHASE OF EQUIPMENT TO MEET SPECIFICATIONS
It is the 'intent of these Specifications to indicate a specific
equipment description for which Bids are to be received. Bids shall be
based on the use of specified equipment and materials unless the Bidder
has obtained prior written approval from the Engineer to offer a
substitute considered equal to or of superior quality to the items
specified. Written requests for approval of substitutes shall be
submitted to the Engineer no less than ten (10) days prior to Bid
Date. Prospective Bidders shall be notified no less than seven days
prior to Bid Date of any substitutes approved by the Engineer. Bids
based on the use of approved substitutes shall be accompanied by
written modification outlining in detail the substitutes proposed. If
use of substitutes requires changes or modifications in Plans, the
Contractor will reimburse the Engineer for the cost of such changes.
1.05 EXAMINATIONS OF PLANS, SPECIFICATIONS, AND PROJECT WORK SITE
Ao
Before submitting a Bid, the Bidder shall (a) examine the Contract
Documents thoroughly, {b} visit the Project site to familiarize himself
with local conditions which will be encountered relating to the
character, quality and quantity of work to be performed and materials
to be furnished, (c} familiarize himself with federal, state and local
laws, ordinances, rules and regulations affecting performance of the
work and {d) carefully correlate his observations with the requirements
of the Contract Documents.
Reference is made to Section 00100, Paragraph 1.23 and Section 02010
for the identification of those surveys and investigation reports of
subsurface or latent physical conditions at the site or otherwise
affecting performance of the work which have been relied upon by the
Engineer in preparing the Drawings and Specifications. The data is
furnished for information only and neither the Owner nor Engineer
guarantees the accuracy of the data. Before submitting his Bid each
Bidder will, at his own expense, make such additional surveys and
investigations as he may deem necessary to determine his bid price for
performance of the work within the terms of the Contract Documents.
Co
The submission of a Bid shall be conclusive evidence that the Bidder
has complied with the requirements stated in the Contract Documents and
that no submission for extra compensation will be presented with regard
to the nature or amount of work to be done.
].06 INTERPRETATION OF PLANS AND SPECIFICATIONS
If any person contemplating submitting a Bid for the proposed Con-
tract is in doubt as to the true meaning of any part of the Plans,
Specifications, or other related documents, or finds discrepancies in
or omissions from the Contract Documents, he may submit to the
Engineer, attention Steve Yetts, P.E., a written request for an
interpretation or correction thereof. The person submitting the
request will be solely responsible for its prompt delivery no less than
seven {7} days prior to Bid Date. Any interpretation or correction of
the Contract Documents will be made by an Addendum duly issued, and a
00100-2
1.07
copy of such Addendum will be mailed to all persons known to the Owner
or Engineer to have received a set of such documents. Persons wishing
to receive copies of Addenda are responsible for providing their
current mailing address to the Engineer. The Owner or the Engineer
will not be responsible for any other explanations or interpretations
of the Contract Documents. Addenda shall become an integral part of
the Contract and shall be reflected in the Bids submitted.
QUALIFICATIONS OF BIDDERS
The Bidder shall submit, when requested by the Owner, with his Bid
Proposal 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. The required information to be submitted shall
consist of, but shall not necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the Bidder
including approximate cost and completion date shall be submitted
with the Bid Proposal.
B. Past Project Experience
The Bidder shall have had a minimum five {5) million dollar volume
in calender year 1989 in major construction projects comparable to
this project.
Ce
The Bidder shall submit a list of comparable paving, drainage,
bridge and utilities projects completed within the previous five
years including approximate cost, quantities, and completion date.
Equipment
The Bidder shall have an inventory of at least three (3) million
dollars (current value} in heavy construction equipment suitable
for use on this Project.
The Bidder shall provide a list of equipment which will be used on
this Project.
De
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 rent as may be
required to complete this Project.
Financial
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 last six (6) months of Bid Date).
00100-3
1.08
1.09
E. Technical Experience
The Bidder shall demonstrate to the satisfaction of the Owner that
he has the technical experience to properly complete this Project.
Additional information may be required by the Owner subsequent to
receiving Bid Proposals for the purpose of evaluating the
qualifications of Bidders.
SUBCONTRACTORS AND SUPPLIERS
The Bidder shall submit, when requested by the Owner a list of any and
all major subcontractors he proposes to use on the Project. A major
subcontractor is defined as any subcontractor performing five percent
(5%) or more of the work. The Bidder shall submit with his Bid
Proposal the following information for each subcontractor:
A. Current Project Experience
A list of all projects presently under construction by the
subcontractor including approximate cost and completion date.
B. Past Project Experience
A list of comparable projects similar to the portions of the
Project for which the subcontractor will be involved.
C. Equipment
A list of equipment which will be used on this project by the
subcontractor. The subcontractor shall demonstrate that he has
adequate equipment to complete his portion of this Project
properly and expeditiously.
Do
The subcontractors shall demonstrate to the satisfaction of the
Owner that they have the technical experience to complete their
portions of the Project.
Ee
Additional information may be required by the Owner subsequent to
receiving Bid Proposals for the purpose of evaluating the
qualifications of the Bidder's subcontractors.
PROPOSAL GUARANTY
Each Bidder shall submit with his Proposal a cashier's or certified
check or a Bidder's Bond in the sum of five percent (5%) of the amount
bid; and if the bid is based upon alternates, such bid deposit or
Bidder's Bond must be at least five percent (5%) of the highest amount
for which the Bidder offers to do all or any of the work bid upon. If
the Bidder's Bond is submitted, it shall be executed by the Bidder and
by a corporate surety. It shall be payable to the Owner and shall be
conditioned that if the Bidder is awarded the Contract, the Bidder
will, within ten (10} days written notice, enter into a Contract with
the Owner. Such Bidder's Bond shall expressly provide that if the
00100-4
1.10
1.11
1.13
1.14
Bidder is unable or fails to execute the Contract or is unable or
fails to furnish the Performance and Payment Bonds, the principal and
surety shall be liable to the Owner for the full amount of such
Bidder's Bond as damages to be suffered by the Owner.
DELIVERY OF PROPOSAL
Each completed Proposal shall be placed together with the Proposal
Guaranty in a sealed envelope so marked as to indicate its con-
tents. When submitted by mail, this envelope shall be placed in
another envelope which shall also be sealed and addressed as indi-
cated in the Invitation to Bidders, and labeled CONFIDENTIAL.
Proposals will be received on or before the hour and date set for the
opening thereof and must be in the hands of the Engineer by that time.
REVISION OF PROPOSAL
A Bidder may change a bid price entered in a Proposal before it is
submitted by changing the price in ink and initialing the revision
with ink. In cases where the Proposal has been submitted, a Bidder
may change a bid price in his Proposal provided his request to do so
is submitted in writing and is in the hands of the Engineer prior to
the time set for the opening of Proposals.
WITHDRAWAL OF PROPOSAL
Any Proposal may be withdrawn by the Bidder by written request prior
to but not after the time affixed for the opening of Bids. A re-
quest by telephone or telegraph for withdrawal of a Proposal will not
be considered. The withdrawal of a Bid will not prejudice the right
of a Bidder to file a new Bid.
REJECTION OF PROPOSALS
Proposals may be rejected if they show alterations of form, additions
not called for, conditional Bids, incomplete bids, erasures or ir-
regularities of any kind. The Owner reserves the right to waive any
irregularities in the Bids as received and to reject any and all~ Pro-
posals without qualification{s). More than one Proposal from an
individual, firm or partnership, corporation or 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
Proposal may cause the rejection of all Proposals in which said Bidder
is interested. Proposals in which prices are obviously unbalanced may
be rejected.
TIME OF AWARD
The award of the Contract will be made within sixty (60) days after
the opening of the Proposals. If the award cannot be made within the
prescribed time, the time limit may be extended by mutual written
consent of the Owner and the lowest responsible Bidder concerned.
00100-5
1.15
1.16
1.17
1.18
1.19
1.20
RETURN OF PROPOSAL GUARANTY
The Proposal Guaranty of all except the lowest Bidder will be re-
turned within sixty (60) calender days after the opening of Bids. The
Proposal Guaranty of the lowest Bidder will be returned within
forty-eight (48) hours after Contract, Bond and insurance policies
required by these Documents have been approved by the Owner, and
notice of award has been given to the successful Bidder.
EXECUTION OF CONTRACT AND BONDS
Within ten (10) days after written notification of award of the
Contract, the Bidder shall execute and furnish to the Owner eight (8}
original signed Contracts with a Performance Bond, and a Payment Bond,
each in the full amount of the contract price, executed by a surety
company or surety companies authorized to execute surety bonds under
and in accordance with the laws of the State of Texas, and a
Certificate of Insurance.
The Performance Bond and Payment Bond are to be furnished as a
guaranty of the faithful performance of the work and for the pro-
tection of the claimants for labor and materials.
FAILURE TO EXECUTE CONTRACT AND BONDS
Should the Bidder to whom the Contract is awarded refuse or neglect to
execute and file the Contract and Bonds within ten {10} days after
written notification of the award of the Contract, the Proposal
Guaranty filed with the Bid shall become the property of the Owner,
not as a penalty, but as liquidated damages.
NOTICE TO PROCEED
Upon the execution of Bonds and Contract the Engineer will issue a
written Notice to Proceed to the Contractor requesting that he proceed
with the construction, and the Contractor shall commence work within
ten days after the date of Notice to Proceed. The Contract Time shall
begin on the date Notice to Proceed is issued.
CONSTRUCTION SCHEDULE
Prior to Notice to Proceed by the Engineer, the Contractor shall sub-
mit a detailed Progress and Schedule Chart as required in the
Specifications to the Engineer for review. This chart will be used to
assure completion of the job within the number of total days specified
in the Contract Documents.
PRE-BID CONFERENCE AND INSPECTION
A pre-bid conference for all prospective Bidders will be conducted by
the Vista Mortgage & Realty, Inc. on July g, lggo, at 10:00 A.M.
C.D.T. Bidders shall assemble at the office of Carter & Burgess,
Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247. Responses
to bidders questions will be answered by Addendum.
00100-6
Immediately following the conference, Bidders may proceed to the
Project site. Bidders shall provide their own transportation. The
site will be available for inspection without being accompanied by the
Owner or Engineer at other prearranged times.
1.21 STATE SALES TAX
The Bidder shall be aware that all items used or consumed during this
project will be subject to state and city sales tax. All appropriate
sales taxes are to be included in the unit prices in this contract.
1.22 TESTING LABORATORIES
The Bidder is directed to Section 01400 of these Specifications
regarding quality control and testing of materials. The Owner has
selected a testing laboratory to perform all initial tests of
materials. Any retest of materials not passing the initial test shall
be performed by the same testing laboratory at the Contractor's
expense. Said expense shall be deducted from a following monthly
progress payment.
1.23 SITE AND PHYSICAL CONDITIONS - SURVEYS AND REPORTS
Surface and subsurface exploration to ascertain the nature of soils
and all other onsite conditions is the responsibility of any and all
prospective Bidders. The Owner has made test borings in limited areas
for use by its Engineers (see Section 02010}. Bidders who wish to
obtain copies of the soil testing laboratories reports shall make
their own arrangement through McClelland Consultants {Southwest},
Inc., 10290 Monroe Drive, Suite 203, Dallas, Texas 75229, Tel No.
(214) 357-3801.
It is specifically understood, however, that all soils information is
furnished for the Bidder's information only and its accuracy is not
guaranteed by the Owner nor the Engineer. It shall be the sole
responsibility of the Bidder to make such investigations as he deems
necessary to determine the nature of the material to be encountered.
The Contractor shall make such investigations as he deems necessary to
determine the hydrological and hydraulic conditions existing and
proposed for the duration of the Project and shall coordinate his
activities with the Owner for diversion and care of water during
construction. This shall include all investigations necessary to
satisfy the Contractor of surface and subsurface water conditions on
site and related to completion of the Project.
1.24 INSURANCE
Insurance shall be provided as specified in the Special Conditions.
1.25 CONTRACT TIME
The Contract Time, Order of Completion and Schedule shall be as
specified in Section 01010.
END OF SECTION
003:2201-32
00100-7
1.24
1.25
It is specifically understood, however, that all soils information is
furnished for the Bidder's information only and its accuracy is not
guaranteed by the Owner nor the Engineer. It shall be the sole
responsibility of the Bidder to make such investigations as he deems
necessary to determine the nature of the material to be encountered.
The Contractor shall make such investigations as he deems necessary to
determine the hydrological and hydraulic conditions existing and
proposed for the duration of the Project and shall coordinate his
activities with the Owner for diversion and care of water during
construction. This shall include all investigations necessary to
satisfy the Contractor of surface and subsurface water conditions on
site and related to completion of the Project.
INSURANCE
Insurance shall be provided as specified in the Special Conditions.
CONTRACT TIME
The Contract Time, Order of Completion and Schedule shall be as
specified in Section 01010.
END OF SECTION
003:2201-32
00100-8
SECTION 00300
BID PROPOSAL
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
Bid of J.D. Abrams~ Inc. Date
(Name of Firm)
July 20, 1990
TO: Vista Mortgage & Realty, Inc.
FOR:
Paving, Drainage and Utilities
Denton Creek Drainage Channel
MacArthur Blvd.
Deforest Road to
The undersigned, as Bidder, declares that the only person or parties
interested in this Proposal as principals are those named herein, that his
Proposal is made without collusion with any other person, firm, or
corporation, that he has carefully examined the Contract Documents including
the Form of Contract, Invitation to Bidders, Instructions to Bidders,
Specifications, and the Drawings therein referred to and has carefully
examined the locations, conditions and classes of materials, of the proposed
work, and agrees that he will provide all the necessary labor, machinery,
tools, equipment, apparatus and other items incidental to construction, and
will do all the work and furnish all the materials called for in the Contract
Documents in the manner prescribed therein.
It is understood that the work will be completed within the time provided in
the Specifications (see Section 01010) and that additional requirements for
completing certain portions of the work, which are shown on the Drawings, will
be met.
It is understood 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.
It is 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 Engineer 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 below, except as
provided for in the Contract Documents.
It is understood and agreed that the Bid Security accompanying this Proposal
will be returned to the Bidder, unless in case of the acceptance of the
Proposal the Bidder shall fail to execute a Contract and file a Performance
Bond and a Payment Bond within ten days after its acceptance, in which case
the Bid Security shall become the property of the Owner and shall be
considered as payment for damages caused by delay and other inconveniences
suffered by the Owner because of such failure of the Bidder.
00300-1
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
The undersigned proposes and agrees to perform all work of whatever nature
required, in strict accordance with the Contract Documents and within the time
specified, for the following sum of prices, to wit:
00300-2
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
o
o
o
Clearing, Grubbing and Stripping
complete as specified and as in-
dicated on the Drawings in the sum
of one hundred twenty-five
thousand dollars and no cents
per lump sum.
Seeding complete as specified and
as indicated on the Drawings in
the sum of one thousand
dollars and no
cents per acre.
Compacted Embankment complete
as specified and as indicated
on the Drawings in the sum of
five
dollars and no
cents per cubic yard.
8-inch 3000 psi Continuously
Reinforced Concrete Pavement com-
plete as specified and as indi-
cated on the Drawings in the sum
of seventeen
dollars and fifty
cents per square yard.
6-inch Concrete Integral Curb
complete as specified and as
indicated on the Drawings in
the sum of one
dollars and no
cents per linear foot.
L.S.
1 $125,000.00 $125,000.00
ACRE
3.5 $1,000.00 $3,500.00
C.Y. 27,600
$5.00 $138,000.00
S.Y. 12,690
$17.50 $222,075.00
L.F. 6,140
$1.00 $6,140.00
00300-3
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
o
10.
11.
4-inch Concrete Median Paving
complete as specified and as
indicated on the Drawings in the
sum of four
dollars and no
cents per square foot.
SoF.
55 $4.00 $220.00
Reinforced Concrete Street Header
complete as specified and as in-
dicated on the Drawings in the
sum of seven
dollars and no
cents per linear foot.
L.F.
225 $7.00
4-inch Reinforced Concrete Side-
walk complete as specified and as
indicated on the Drawings in the
sum of three
dollars and no
cents per square foot.
S.F. 156 $3.00
Lime Stabilization complete as
specified and as indicated on the
Drawings in the sum of
one dollars
and ten
cents per square yard.
S.Y. 13,640 $1.10
Hydrated Lime complete as specified
and as indicated on the Drawings
in the sum of sixty-seven
dollars and no
cents per ton. TON
2O5 $67.00
Type A Asphaltic Concrete Pavement
complete as specified and as indi-
cated on the Drawings in the sum
of forty
dollars and no
cents per ton.
TON
$1,575.00
$468.00
00300-4
$15,004.00
$13,735.00
38 $40.00 $1,520.00
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT
QUANTITY PRICE
TOTAL
AMOUNT
12.
13.
14.
15.
16.
Type D Asphaltic Concrete Pavement
complete as specified and as indi-
cated on the Drawings in the sum
of forty
dollars and no
cents per ton.
Flexible Base complete as speci-
fied and as indicated on the Draw-
ings in the sum of sixty-eiqht
dollars and no
cents per cubic yard.
Metal Beam Guard Fence complete
as specified and as indicated
on the Drawings in the sum of
fifteen
dollars and fifty
cents per linear foot.
Traffic Button complete as
specified and as indicated
on the Drawings in the sum
of sixteen
dollars and no
cents per each.
Removal of concrete pavement
complete as specified and as
indicated on the Drawings in
the sum of two
dollars and no
cents per square yard.
TON 19 $40.00
C.Y. 43 $68.00
L.F. 675 $15.50
EA. 30 $16.00
S.Y. 23 $2.00
$760.00
$2,924.00
$10,462.50
$480.00
$46.00
00300-5
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
17.
Removal of asphalt pavement
complete as specified and as
indicated on the Drawings in
the sum of no
18.
dollars and 50
cents per square yard.
18-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of thirty
19.
dollars and no
cents per linear foot.
21-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of thirty-two
20.
dollars and no
cents per linear foot.
24-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of thirty-three
21.
dollars and no
cents per linear foot.
27-inch R.C.P. C76, Class III
and Class IV complete as speci-
fied and as indicated on the
Drawings in the sum of
fifty-five
dollars and no
cents per linear foot.
S.Y.
L.F.
L.F.
L.F.
L.F.
500 $.50 $250.00
770 $30.00 $23,100.00
350 $32.00 $1!,200.00
75 $33.0O
$2,475.00
380 $55.00 $20,900.00
00300-6
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
22.
23.
24.
25.
26.
30-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of sixty
dollars and no
cents per linear foot.
60-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of ninety
dollars and no
cents per linear foot.
5-foot by 5-foot Reinforced Con-
crete Box (R.C.B.) Culvert com-
plete as specified and as indi-
cated on the Drawings in the sum
of one hundred ten
dollars and no
cents per linear foot.
Reinforced concrete transition
structure complete as specified
and as indicated on the Drawings
in the sum of fourteen thousand
five hundred
dollars and no
cents per each.
4-foot reinforced concrete
recessed inlet complete as
specified and as indicated on
the Drawings in the sum of
fifteen hundred
dollars and no
cents per each.
L.Fo
L.F.
L.F.
EA.
EA.
55 $60.00 $3,300.00
805 $90.00
$72,450.00
360 $110.00 $39,600.00
1 $14,500.00 $14,500.00
5 $1,500. O0
$7,500.00
00300-7
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
27.
28.
29.
30.
31.
6-foot Reinforced Concrete Re-
cessed Inlet complete as specified
and as indicated on the Drawings
in the sum of sixteen hundred
dollars and no
cents per each.
8-foot Reinforced Concrete Re-
cessed Inlet complete as speci-
fied and as indicated on the
Drawings in the sum of
eiqhteen hundred
dollars and
cents per each.
no
14-foot Reinforced Concrete Re-
cessed Inlet complete as speci-
fied and as indicated on the
Drawings in the sum of
twenty-eiqht hundred
dollars and no
cents per each.
Type "X" Reinforced Concrete
Inlet complete as specified
and as indicated on the Drawings
in the sum of
five hundred sixty
dollars and no
cents per each.
Type "C" Reinforced Concrete
Headwall complete as specified
and as indicated on the Draw-
ings in the sum of
five hundred
dollars and no
cents per each.
EA.
EA.
EA.
EA.
EA.
2 $1,600.00 $3,200.00
2 $1,800.00 $3,600.00
1 52,800.00 $2,800.00
4 $560.00 $2,240.00
4 $500.00 $2,000.00
00300-8
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
32.
33.
34.
35.
36.
Type "B" Reinforced Concrete
manhole complete as specified
and as indicated on the Draw-
ings in the sum of
thirty-three hundred
dollars and no
cents per each.
Type "A" reinforced concrete
manhole complete as specified
and as indicated on the Draw-
ings in the sum of
twenty-nine hundred
dollars and no
cents per each.
Trench Excavation Safety
Protection (Drainage) complete
as specified and as indicated
on the Drawings in the sum of
one
dollars and no
cents per linear foot.
Select Sand Backfill complete
as specified and as indicated
on the drawings in the sum of
forty-five hundred
dollars and no
cents per lump sum.
Select backfill complete as
specified and as indicated on
the drawings in the sum of
fifteen hundred
dollars and no
cents per lump sum.
EA.
EA.
2 $3,300.00 $6,600.00
1 $2,900.00 $2,900.00
L.F 3,500 $1.00
L.S.
$3,500.00
1 $4,500.00 $4,500.00
U.S.
1 $1,500.00 $1,500.00
00300-9
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
37.
38.
39.
40.
41.
24-inch diameter drilled shaft
complete as specified and as
indicated on the drawings in
the sum of
seventy-five
dollars and no
cents per linear foot.
30-inch diameter drilled shaft
complete as specified and as
indicated on the drawings in
the sum of
one hundred fifteen
dollars and no
cents per linear foot.
Class "C" Concrete (Abutment
and Wingwall) complete as
specified and as indicated on
the drawings in the sum of
five hundred
dollars and no
cents per cubic yard
Class "C" Concrete (Approach
Slab) complete as specified
and as indicated on the draw-
ings in the sum of
three hundred
dollars and no
cents per cubic yard.
Class "S" Concrete (Bridge
Deck and Bridge Sidewalk) com-
plete as specified and as
indicated on the drawings in
the sum of four hundred
twenty-five
dollars and no
cents per cubic yard.
L.F.
490 $75.00 $36,750.00
L.F.
1290 $115.00 5148,350.00
C.Y.
160 $500.00
$80,000.00
C.Y.
110 $300.00 $33,000.00
C.Y.
00300-10
310 $425.00 $131,750.00
S'i'gnature
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
42.
43.
44.
45.
46.
Class "A" Concrete (Slope Paving
and Miscellaneous Concrete)
complete as specified and as
indicated on the drawings in
the sum of
one hundred seventy
dollars and no
cents per cubic yard.
Prestressed Concrete Beam
(ASSHTO Type IV) complete as
specified and as indicated on
the drawings in the sum of
sixty
dollars and no
cents per linear foot.
Bridge rail complete as
specified and as indicated on
the drawings in the sum of
ninety-five
dollars and no
cents per linear foot.
Grandbury Limestone complete as
specified and as indicated on
the drawings in the sum of
twelve
dollars and no
cents per square foot.
Cast Stone Caps complete as
specified and as indicated on
the drawings in the sum of
five thousand
dollars and no
cents per lump sum.
C.Y.
245 $170.00 $41,650.00
L.F. 1,635 $60.00
L.F.
412 $95.00
S.F. 2,460 $12.00
LoS.
1 $5,000.00
$98,100.00
$39,140.00
$29,520.00
$5,000.00
00300-11
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
47.
48.
49.
50.
51.
Crushed rock complete as
specified and as indicated on
the drawings in the sum of
twenty
dollars and no
cents per cubic yard.
Class "A" concrete complete as
specified and as indicated on
the drawings in the sum of
one hundred
dollars and no
cents per cubic yard.
12-inch ductile iron water line
(bridge) complete as specified
and as indicated on the Drawings
in the sum of sixty
dollars and no
cents per linear foot.
Relocation of fire hydrant complete
as specified and as detailed on
the Drawings in the sum of
fifteen hundred
dollars and no
cents per each.
Adjustment of valve box complete as
specified and as indicated on the
Drawings in the sum of
two hundred
dollars and no
cents per each.
C.Y.
C.Y.
L.F.
EA.
EA.
100
$20.00 $2,000.00
100
$100.00 $10,000.00
230
$60.00 $13,800.00
1. $1,500.00 $1,500.00
3 $200.00
FO
$600.00
00300-12
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
52.
53.
Trench Excavation Safety Protection
(Water) complete as specified and as
specified and as indicated on the
Drawings in the sum of
one
dollars and no
cents per linear foot.
L,F.
4-inch ductile iron sanitary sewer
force main (Bridge) complete as
specified and as indicated on the
Drawings in the sum of eiqht
100 $1.00 $100.00
54.
55.
dollars and no
cents per linear foot.
L.F.
5O0 $8.00
$4,000.00
4-inch PVC Conduit (Bridge) complete
as specified and as indicated on the
Drawings in the sum of
fifteen
dollars and no
cents per linear foot.
L.F.
1060 $15.00
$15,900.00
4-inch PVC Utility Sleeve complete
as specified and as indicated on the
Drawings in the sum of
five
dollars and no
cents per linear foot.
L.F.
665 $5.00
$3,325.00
00300-13
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX. UNIT TOTAL
QUANTITY PRICE AMOUNT
56.
6-inch PVC Utility Sleeve complete
as specified and as indicated on the
Drawings in the sum of
six
dollars and no
cents per linear foot.
L.F. 105
TOTAL AMOUNT OF BID
$6.00 $630.00
NOTE: All Bidders are directed to the additional requirements for a complete
Proposal as specified in Section 00100.
00300-14
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
It is understood that the work proposed to be done will be accepted when fully
completed in accordance with the Contract Documents.
Accompanying this proposal is a certified check, cashier's check or Bid Bond
in the amount of five percent of the total amount bid. Also accompanying this
Proposal is all information required in Section 00100, Instructions to
Bidders.
It is understood that the Owner reserves the right to reject any and all Bids
and to waive any informality received in the Bids.
In the event of the award of a Contract to the undersigned, the undersigned
will furnish a Performance Bond and a Payment Bond for the full amount of the
Contract, to secure proper compliance with the terms and provisions of the
Contract, to insure and guarantee the work until final completion and
acceptance and to guarantee payment of all lawful claims for labor performed
and materials furnished in the fulfillment of the Contract.
The undersigned certifies that the bid prices contained in this Proposal have
been carefully checked and are submitted as correct and final. The unit
prices have been shown in words and figures for each item listed in this
proposal and it is understood that in the event of a discrepancy, the words
shall govern.
Receipt is hereby acknowledged of the following Addenda to the Contract
Documents.
Addendum No. 1 dated
Addendum No. 2 dated
Addendum No. 3 dated
Addendum No. 4 dated
July 12~ 1990
July 16~ 1990
Received
Received .
Received
Received
July 13~ 1990
July 17, 1990
J.D. Abrams, Inc.
By
o)t r a~t o r
Vice-President
(Title)
P.O. Box 540425
(Address)
Seal and Authorization
(If a Corporation)
Dallas, Texas 75354
(City, State, and Zip Code)
(214) 688-0525
(Area Code ) (Telephone Number)
004:2201-32
00300-15
SECTION 00500
STANDARD FORM OF AGREEMENT
STANDARD FORM OF AGREEMENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932
Revised October 27, 19~4
Revised October 19, 1945
Revised April 8, 1954
Rev/sed April 21, 1960
Rev/sed October 7, 1971
Approved as to Legal Form by
Legal Counsel
STATE OF TEXAS
OOUNTY OF DENTON
THIS AGREEMENT, made and entered into this 27th day of July
A. D. 1990 , by and between Vista Mortgage & Realty, Inc.
of the County of Denton
------------~nd State of Texas, actin~ through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed OWNER, and J.D. Abrams, Inc.
of the City of Dallas
and State of Texas
CONTRACTOR.
, County of Dallas
, Party of the Second Part., hereinafter termed
WITNESSETH: That for and in consideration of the payments and agreements herein-
after mentioned, to be made and performed by the Party of the First Part (OWNER), and under
the conditions expressed in the bond bearing even date herewith, the said Party of the Second
Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to
commence and complete the construction of certain improvements described as follows:
and all extra work in connection therewith, under the terms ~s stated in the General Conditions
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared by.~
Carter & Burgess, Inc.
herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and
the ENGINEER, together with the CONTRACTOR'S written Proposal. the General Conditions
of the Agreement, and the Performance and Payment Bonds hereto attached; ali of which are made
a part hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (10) days after the date
written notice to do so shall have been given to him, and to substantially complete the same
within ~ltl~l~ ~ ~ ~bx ~ ~x ~ ~r~t~xf~4i~4~ ~x46~ft~s~ xw~k, subject
to such extensions of time as are provided by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the proposal, which forms a part of this contract, such payments to be subject to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written.
Vista Mortgage & Realty, I.~
ATT-~ ~' Thomas L. Tanner, Jr.
J.D. Abrams, Inc.
ATTEST:
*the schedule specified in Section 01010 of the Contract Documents
SF-2
SECTION 00600
PERFORMANCE BOND AND PAYMENT BOND
PERFORCE BOND
STATE OF TEXAS
COUNTY OF. DENTON
KNOW ALL MEN BY THESE PRESENTS: That. J' D. Abrams, Inc.
· of the City of. Dal las
County of Dal 1 as , and State of Texas , as
principal, and Continental Casualty Company
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto Vista Mortgage & Realty, Inc. ((~nerr),
in the penal sum of see below (1) Dc)Dm ($1 r465~139.50)
for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and ~s/gns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the 27th day of July ,19 90 ,to
which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the same extent as ff it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the pious, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
(1)
One million, four hundred sixty five thousand,
dollars and fifty cents.
one hundred thirty nine
*Not applicable for federal work. See '~l'he Miller Act," 40 U.S.C. S270.
PB-1
bond, and it does hereby waive notice'of any such ehanee, extension of time, ~'~,~
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the maid Principal and Surety have si~ned and sealed this instru-
ment tb(a 27th da), of July , i9 90
J.O. Abrams, Inc.
Continental Casualty Company
s~
~'iti~ Derryl B. Card, Attorney-in-fact
.,~!~ ~-~.0. ~Z~' Address P' O. Box 819006
~,..~J/j.-~ /"--~'. '~.S-L'b.'>-~-/" Dallas, TX 75381-9006
The name and m~ldresm of the Resident A~ent of Surety ~m:
Douglas G. Hotchkiss, 12005 Ford Rd., Suite 400, Dallas, TX
75234
DISCLOSURE OF GUARANTY FUND NONPARTIClPATION
In the event the insurer (Surety) is unal}l~ tof,,IfiU its contrac-
tual obligation under this policy or contract or r:pplication
or c~rtific~te or evidence of covsra§e, the policyholder or
certificatehotder is not protected by an insurance guaranty
fund or other solvency protection arrangement.
STATE OF TEXAS
COUNTY OF. DENTON
KNOW ALL MEN BY THESE PRESENTS: That J.O.
of the City of
~unty of Dal l as , and State of
principal, and Continental Casual ty Compan~
Abrams, Inc.
Dal 1 as ,
Texas
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto Vista Mortqaqe & Realty, Inc. (O~mer),
in the penal sum of see below (1) Dollars ($1,465,139.5~)
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
WI~.REAS, the Principal has entered into a certain written contract with the Owuer,
dated the 27th day of July , 19 90 , to
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a subcon~r
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect; .
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and asrees that no chanfe, ext~ ;,_'on of time, alteration
or ~ddition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying tb~. same, shall in anywise affect its obligation on this
(1) One million, four hundred sixty five'thousand, one hundred and thirty nine
dollars and fifty cents.
bond, and it does hereby waive notice of any such chanfe, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHE~F, the said Principal and Suret7 have mimed and sealed this instru-
ment ~h(. 27th day of Ju)¥ .19 90
J.D. Abrams~ Inc.
Continental Casualty Company
~t~e Derryl B. Card, Attorney-in-fact
Address P.O. Box 819006
Dallas, TX 75381-9006
Se n---~e and add~e~ o! t~e l~ident Agent o! Su~et7 is:
Douglas G. Hotchkiss, 12005 Ford Rd., Suite 400, Dallas, TX
75234
DISCLOSURE OF GUARANTY FUND NONPARTIOIPATION
In the event the insurer (Surety) is unable tof:,lfill its confr.~c.
tual. obligation under this policy or contract or ~PPl!cation
or c.~rtificate or evidence of coverage, the policyholder or
certificateholder is not protected by an insurance guaranty
fund or otJ~er solvency protection arrangement.
CNA
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by thesePreaentm, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized end existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and appoint. _Der_r_y[_ B. Card= _~n_d.:l. vtduall_.y ..................................
its true and lawful Attorney-in-Fact with full power and auth°~'~-y--he-re~y conferred to sign,-s-~l and ex~:u--{e~l-i-t'~-be~~a~'f-b~)nds, under-
takings and other obligatory instruments of similar nature as follows:
5imitations
COMPLAINT NOTiCE--TEXAS
SHOULD ANY DisPUTE ARISE ABOUT YOUR
PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED,
cONTACT THE AGENT OR WRITE TO THE COMPANY
THAT ISSUED THE POLICY, BOND OR CERTIFICATE. IF
THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO
WRITE THE STATE BOARD OF INSURANCE, DEPART-
MENT C, 1110 SAN JACINTO, AUSTIN, TEXAS 78786.
THIS NOTICE OF cOMPLAINT PROCEDURE IS FOR IN-
FORMATION ONLY AND DOES NOT BECOME A PART OR
CONDITION OF THIS POLICY, BOND OR CERTIFICATE-
GU258 uNIFORM pRiNTING & suPPLY
and to the same extent as if such instruments were signed by the
qd all the acts of said Attorney, pursuant to the authority hereby
by authority of the following By-Law duly adopted by the Board of
',ion of Documents
or a Vice President may, from time to time, appoint by written
i the execution of policies of insurance, bonds, undertakings and
:, subject to the limitations set forth in their respective certificates
signature and execution of any such instruments and to' attach the
~t or the Board of Directors may at any time revoke all power and
and by the authority of the following Resolution adopted by the
~ on the 3rd day of April, 1957.
.~sident and the seal of the Company may be affixed by facsimile
'.icle IX of the By-Laws, and the signature of the Secretary or an
J by facsimile to any certificate of any such power and any such
hall be valid and binding on the Company. Any such power so
...... =xecuted and sealed shall, with respect to any bond or undertaking to which
...... ,. ue valid and binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed to this
State of Illinois ~
County of Cook ~J ss
day of
M~ch , 19 79 .
CONey COMPANY
~.~~ ~ra'~-~ Vice President.
On this 13th day of March / 19 79 , before me personally came
R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of
Western Springs, State of Illinois; that he is a Vice*President of CONTINENTAL CASUALTY COMPANY, the corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like
authority, and acknowledges same to be the act and deed of said corporation.
CERTIFICATE
, /~_~.~ cF ~
Irene Btentewski Notary Public.
My Commission Expires October 10, 1982
I, P.F. Granahan , Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify
that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the
Company and the Resolution of the Board of Directors, set forth in said Pow_e£ of Attorney are still inc..forcer In testimony whereof~ave
hereunto subscribed my name and affixed the seal of the said Company this .~."7'-~/~ day of__ ~ (/--~(~,. 19~' Lr) .
P. F. Granahan Ass,stan~'-~ Secretary
Form 1-23142-A
SECTION 00700
GENERAL CONDITIONS
TABLE OF CONTE171S
FOR
GENERAL CONDITIONS OF AGREEMENT
1. Definition of Tern~
6.1
1.01 Owner, Contractor and Engineer ............
1.02 Contract Documents .....................
1.03 Sub-Contractor . .' ........ 6-1
1.04 Written Notice ............................
1.05 Work ................................
6.1
1.06 Extra Work .............................. 6.1
1 07 Workin/Day .............................
1.08 Calendar Day .....................
1.09 Sub~;antially Completed ......
2. Respom/bilities of the Engineer and the Contractor
6.2
2.01 Owner.Engineer Relationahip .................. 6-2
2.02 Professional Inspection by Enginee~ ..................
6.2
2.03 Payments for Work ............. ' ..............
6.2
2.04 Initial Determinatiom .......................... 6.2
2.05 Objection~ ......................... 6.2
2.06 Line~ and Grade~ .......................... 6-2
2.07 Contractor's Duty and Superintendence ..........
2.08 Contractor's Understandln_~ ......................
2.09 Character of Workmen ......................... 6.3
2.10 Contractor's Buildings ......... * .... G-4
2.11 Sanitation .............................. C,-4
2.12 Sho .............. ' ' .... G-4
2.13 l~e!imin~ry Approval ........ ................. 6.4
2.14 Defects and Their Remedie~ .......................
· 6.$
2.15 Change~ and Alteration~ .......................
3. General Obli~atiom and Req~on~bilifie~
3.01 Keepin~ of PI~.~ and Specifications Accessible ....... , 'i; !; ....~"-"O-5.
.... :' ..... :i[
41.04light of ~tr~...i: ................ '.',
3 05 Coil teral Contracts ' · .... it
· JI o o o .... '. ; ~.' . ° ° ° ° .:
3 06 l~crepan ' 6.5
3.07 Equipment, Materials and Construction Plant ............... 6.6
3.08 Demafes ................
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
4.01
4.02
4.03
5.01
5.02
5.03
5.04
5.05
5.06
5.07
5.08
5.09
6.01
6.02
6.03
6.04
6.05
7.01
7.02
Protection Against Accident to Employees and the Public ............
Performance and Payment Bonds .........................
Losses from Natural Causes ............................
Protection of Adjoining Property .........................
Protection Against Claims of Sub.Contractors, Etc .................
Protection Against Royalties or Patented Invention ................
Laws and Ordinances ...............................
Assignment and Subletting ............................
Indemnification .................................
Contractor's Liability Insurance .........................
Certificate of Insurance ........................ · .....
0-6
G-6
G-6
G-6
G-7
G-7
G-7
G-7
0-8
G.8
4. Prosecution and Progress
Time and Order of Completion. · ' ........................
Extension of Time ................................
Hindrances and Delays ..............................
0-8
6-9
(3-9
5. Measurement and Payment
Quantities and Measurements ...........................
Estimated Quantities ...............................
Price of Work ...................................
Partial Payment ..................................
Use of Completed Portions ............................
Final Completion and Acceptance ........................
Final Payment ..................................
Payments Withheld ................................
Delayed Payments ................................
6. Extra Work and Claims
Change Orders .............................
Minor Changes ..................................
Extra Work ....................................
Time of Filing .................... "~ ~ ' ~ ~'' ......
Arbitration .... - ............ *' ' ~-~'~; .... '~" .....
~-9
G-9
G-9
G-10
G-10
G-10
G-10
G-10
G-11
G~ll
G-11
C-Il
G-12
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified as such in the Agreement and are
referred to throughout the Contract Documents as if s/nguiar in number and masculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood w be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
tho~e having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in verson to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered, mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and ali water, light, power, fuel,
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence az to the kind and quality of materials. Materials or work described
in words which so applied have a well kn.own technical or trade meaning shall be held to refer, to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" ~z used in this contract shall be umier~tood
to' mean and include all work that may be required by the ENGINEER or OWNER to'be' 5one by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown~upon.the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein..'~
1,07 WORKING DAY. A "Workin Day" is defined any not inehding.I tUrdays,
Sundays or any legal holidays, in which weather or other conditions, nOt unde the 5ntr i. of
the CONTRACTOR, will permit construction of the principal units of the work for:a' ~.of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. '
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted. - '
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structur~ has been made suitable for use or occupancy or the facility is in condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S
repre~ntative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as set forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making an~/detailed, exhaus-
tive, comprehensive or continuous on-site inspection of the quality or ~uantity of the work or be in
any way responsible, directly or indirectly, for the construction means, methods, techniques,
quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform-
ing or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
for payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approval of an application for payment to CONTRACTOR shall not be deemed as a
representation b~ ENGINEER that ENGINEER has made any examination to determine how or
for what purpose CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGLNEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised to arbi~a~n as
hereinafter provided; ~ :.-)".. ~.~ .:~' ...... '-"~': % i~: . ' ,~.~_~b.-
furnished by the ENGINEER or his re.pr_esen~ti_ve, Whe. never n~:,c~_ __n~t_._t~o.n. _w._o.~hblgle
k ....... ~.2 ,,, ,,,,.mit r~r~ormance of this wo~, but SUCh suspenson wm oe as on~ ~,
and the CO~ITRACTOR shall be sllowe~ no extra compensation _themfoz...The CONTRA
shall give the ENGINEER ample notice of, the time. and place wh,re lines and gra__des ~
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case ol .c~e
destruction or removal by him or his employees, such stakes, marks, etc., shall be replace~
CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give
adequate attention to the faithful prosecution and completion of this contract and shall keep on
the work, during its progress, a competent superintendent and any necessary assistants. The
superintendent shall represent the CONTRACTOR in his absence and all directions given to him
shall be as binding as if given to the CONTRACTOR.
G-2 ® ~ ,.. ,....... ,,,,
The CONTRACTOR is and at all times shall remain an independent contractor, ~olely
responsible for the manner and method of completing his work under this contract, with full
power and authority to ~elect the means, method and manner of performing such work, so long as
such methods do not adversely affect the completed improvements, the OWNER and ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ees and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer-
ing construction drawings and specifications as well as any 'additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of. the parties as to the work the CONTRACTOR is to perform. CONTRACTOR r, hall be
fully and completely liable, st his own expense, for design, construction, installation and use. or
non-use, of all items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, including, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau-
tions or devices, and similar items or devices used by him during construction.
Any review of' work in process, or any visit or observation during '~onstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative of either of them, whether through personal observation on the project site or by means of
approval of shop drawings for temporary construction or construction processes, or by other means
or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and
nature of work completed or being performed, as measured against the drawings and specifications
constituting the Contract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety-of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the GONTRACTOR
from plans and specifications that may have been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete
all work in accordance with said plans and specifications.
TRACTOR has, by careful examination, ~athfied nunsen as w ~nc ,a,
the conformation of the ground, the character, quality and quantity of the materials to be encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can in any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained. ~--..'
2.09 CHARACTER OF WORKMEN. The CONTRACT°R ~grees to employ only 0nierly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and ~grees that whenever the ENGINEER shall inform him in writing that ~y
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
·; :.~-~ . - , . .
ENGINEER'S written consent. ~"
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the
erection of tents or other forms of protection, will be permitted only at such places as the
ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures
shall at all times be maintained in a manner satisfactory to the ENGINEER.
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER, and their use
shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his own work or in that of any other Contractor, four checked
copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
ness, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ~,scertain their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and within the contract time.
Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency
of said drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
as previously set forth, it being expressly understood and Mreed that the ENGINEER does not
~ssume any duty to pass upon the propriety or adequacy of such drawings or schedules, or
any means or methods reflected thereby, in relation to the safety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
~ons. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and properly
perform the contract, including without limitations, the obligation tO at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOP,, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, ~uch acceptance shall be binding on the OWNER, unless it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re.examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
said work, all expense of removing, re-examination and repl&e..emen,t shall be borne by the
CONTRACTOR, otherwise the expense thus incurred shall be alioweo as EXTRA WORK,
shall be paid for by the OWNER; provided that, where inspection or approval is specifically
performance of certain work, ~bould the CONTRA..CTOR
requLred by the specifications prior ~est' ' r inspection or approval he shall bear all e~ of
proceed with such work without requ m~ ? . ' .... "~'~"~ER~'-' ' "~:~; :" ~ .....
taking up, removing, and replactng .... ,_,:..:~.,,:~; ..,~-~,, ,~: ~ -.~.~. -.~ -
; ' - - '~ '"' ; ' ' r
thereof, or any material brouent on the mw of the wora ~o~ u~, .~. .f~ the
same, shall be deemed by the ENGINEER as unsuitable or not'in'conformity with .the"speci-~"
R shall, after' receipt of written notice_."thereof.;~rom _the
fications, the CONTR. ACT~. ..... :,~ -- -.~.--...~-- remedy such 'w°rk so that It .,shall l~. tn
forthwith remove such materlat aha ~eouuu ~ ~,.,,-, .. --- - . .. ~./:,.~ :. ..... ~..,-:,
full accordance with thh contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further a~rees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, ~rade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
If such changes or *Iterations diminish the quantity of the work to be done, they shall not
constitute the basis for a claim for damages, or anticipated profits on the work that may be
dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ment.'' If the amount of work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actuatly done and at the unit
price, if any, established for such work under this contract, except as provided for unit price
items under Section 5 "Measurement and Payment;" otherwise, such additional work ~hall be paid
for as provided under Extra Work. In case the OWNER shall make such changes or *iterations as
shall make useless any work already done or material *iready furnished or used in said work,
then the OWNER shall recompense the CONTRA~R for any material or labor ~o used,
and for any actual loss occasioned by such change, due to actual expenses incurred in preparation
for the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate and reasonable number of copies of *il plans and
specifications without expense to him, and the CONTRACTOR shall keep one copy of the r~'le
constantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. All drawings, specifi~tio~ ~ copies thereof furnished
by the ENGINEEI~ shall not be reused on other work, and, with the exception of the signed
contract sets, are to be returned to him on request, at the completion of the work. All model] are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
the adequacy of the design, sufficiency of the Contract Document. s, the salety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and *Iterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTP,.ACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all approved
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location
on which the works herein contracted for are to be constructed or installed, by such agent or agents'
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract oz
otherwise, all labor and material essential to the completion of the work specifically excluded from
this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents..
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that all work must be done and id] material must be furnished h~ accordance with
generally accepted practice, and in the event of any discrepancies between the separate contract '
documents, the priority of interpretation del'reed under "Contrnet Documents" shall g0vem, la
the event that there l] still any doubt as to the meaning and intent of any portion of the contract,
specifications or drawings, the ENGINEER shall define which l] intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all material],
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
G-5 ~ "" ~ ~-' '~'
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by. the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER. or of any other CONTRACTOR employed by the OWNER upon the work. therebv
causing loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machineD' and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
gt~ards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplyin~ labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underwriting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasur~ of the United States.
Unless otherwise specified, the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or d~rnage to
the CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties, in any way mn.countered,
which might be injured or seriously affected by any process of_ constru~ct~_, to
this Agreement, from any damage or injury by reason of s~! ~
be liable for any and all claims for such d~mage on account .o~;ms. ~.~l..ur?
adjoinini property. The CONT~. A~R..~,es..to ~ndemnif~., ..~?
and ENGINEER against any claim or claims zor aamages aue.~..~,..an..y.
adjoining property, arising or growing out of the performan~.~o~tne_,~c. 0nua.ct~iO~...?n. Y
· - .... --, ---*.. ,^ an- claim o! any kind arising Out' o! the existenqe cnaracter
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machineD' and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid. discharged or waived. If the CONTRACTOR fails
so to do, then the OWNER may at the option of the CONTRACTOR either pay directly &ny
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S
unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such
lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms
of this contract, but in no event shall the provisions of this sentence be construed to impose any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON-
TRACTOR shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable legal agreement
with the patentee or owner. The CONTRA~R shall defend all suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for all such loss when a l~trticuhr design, device, m.ate.ri.~l, o.r pr~,,o~s~,~r
the product of a particular manufacturer or manufacturers is specif!ed or require~.
provided, however, if choice of alternate design, device, material or process ~t luow~ to .the
CONTRACTOR, then CONTRA~R shall indemnify and save OWNER harmless from any loss
on account thereof. I/t,e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unlem he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner affect the
contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER against
any claim arising from the violation of any such laws, ordinances, and regulations whether by the
CONTRACTOR or his employees, except wl~ere such violations are called for by the provisions
of the Contract Documents. If the CONTRAC'I~R observes that the plans and specifications are
at variance therewith, he shall promptly notify the F.,NGINEER in writing, and any necessary
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations,
and without such notice to the ENGINEER, he shaU bear all costs arising therefrom. In case the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
OWNER may enter into contract, shall be controlling, and shall be considered as part of this
contract, to the same effect as though embodied herein.
3.16 ASSIGNMENT AND SUBLETTING. The CONTRAC'T~R further agrees that he will
retain personal control and will give his personal attention to the fulfillment of this contract and
that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWlqER. The CONTRACTOR further agrees
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER. as
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRA~R shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their respective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and cost~ including reasonable
attorneys' fees and expenses, arising out of or resulting from the performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
(l) Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
G-7
(2)
Is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of maps,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to give directions or instructions by the ENGINEER, his agents or employee~, provided
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from claims set forth below which may arise out
of or result from the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or bY any Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable:
(1) Workmen'b ~ompensation claims, disability benefits and other s/mila~
employee benefit acts;
(2)
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
(3)
Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claimi insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC,-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
t. I ROSECUTION AND PROGRI!i "';
. .....,_~ ~ .: ~; ~.~,
4.01 TIME AND ORDER OF COMPLETION. It is the meahiM and
intent or
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed
his work at such times and seasons, in such order of precedegC~,'. and'in such
most conducive to ~conomy of construction: provided, however~ that the order and"~time of
prosecution shall be such that the work shall be substantially ~0mplet~ ~s''& whoie ~_"~p~rt, in
accordance with this contract, the plans' and specifications;' ~nd :vlth~';I;be tin~'of~t~Pletion
designated in the l oposal; provided, also, thai when the OWNER is }~ig'bth
by contract or by his own force, the ENGINEER may direct the time ~nd manner of ~onstructing
the work done under this contract, so that conflict will be avoided and the construction of the
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the work,
and estimated dates of completion of the several parts.
4.02 EXTENSION OF TIME. Should the CONTRACTOR be dehyed in the completion
of the work by any act or neglect of the OWNER or ENGINEER, or of any employee of either,
or by other contractors employed by the OWNER, or by changes ordered in the work, or by
strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies
the delay, then an extension of time ~hall be allowed for completing the work, sufficient to
compensate for the delay, the amount of the extension to be'determined by the ENGINEER,
provided, however, that the CONTRACTOR shall give the ENGINEER prompt notice in writing
of the cause of such delay.
4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting from hindrances or delays from any cause (except wher~ the work is stopped by
order of the OWNER) during the progresz of any portion of the work embraced in this contract.
In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER iz caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
estimate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and materi~l
to be furnished under this contract, they are approximate and ar~ to be used only as a basis for
estimating the probable cost of the work and for comparing the proposalz offered for the work.
It iz understood and agreed that the zctual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimate~, ~nd that where the basis for
payment under this contract is the unit price method, payment shMI be for the actual amount of
such work done and the material furnished.
Where payment is based on the unit price method, the CONTRA~R agrees that he will
make no claim for damages, anticipated profits or otherwise on account of ~ny differences which
may be found between the quantities of work actually done, the material actually furnished
under this contract and the estimated quantities contemplated and contained in the l~ropo~l;
provided, however, that in case the actual quantity of any major item should become u much
as 20% more than, or 20% les~ than the estimated or contemplated quantity for such itew.~, then
either party to this Agreement, upon demand, shall be entitled to a reviz~i consideration upon the
portion of the work above or below 20% of the estimated quantity.
A '~Major Item" shall be construed to be any individual bid item incurred in the propo~l that
has a total cost equal to or greater than five (5) per cent of the total contract cost, computed on the
basis of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties, otherwise
by the terms of this Agreement, as provided under "Extra Work."
5.03 PRICE OF WORK. In consideration of the furnishing of MI the a~eessary labor,
equipment and material, and the completion of all work by the CONTRACTO~ and on the
completion of all work and of the delivery of all material embraced in this Contract in full
conformity with the specifications and stipulations herein contained, the OWNER agrees to pay
the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a
part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement. G-9 ® "~' ~ ~ ~'~
5.04 PARTIAL PAYMENTS. On 6r before the 10th day of e~eh month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the work done by the CONTRACTOR up to and
including the last day of the preceding month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less 10 ~er cent of the amount thereof,
which 10 per cent shall be retail:ed 'until final payment, and further less all previous paymen~
and all further sums that may be retained by the OWNER under the terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may-upon written recommendation of the ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR~ or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!ly complete the work and, thereupon, the CON.
TRACTOR shall receive payment of the balance due him under the contract subject only to the
conditions stated under "Final Payment."
5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession
of and use any completed or partially completed portions of the work, notwithstanding the time
for completing the entire work or such portions may not have expired but such taking possession
and use shall not be deemed an acceptance of any work not completed in accordance with the
Contract Documents. If such prior use increases the cost of or delzys the work, the CONTRACTOR
shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion,
the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC,-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER
will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the
CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall
not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or
major nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance. ~'.~ - ~ ~ ~ .
5.07 FINAL PAYMENT. Upon the ~ssuance of the ~~ ~Completioa,
NEER shall pr_oc~. _ to. make final measurements and pre~~.~&m,e~t of
work performed tnd materials furnished under the terms of the~..ment':~ ~d shall
t_o_ the. OWN_ER,.,whO~ .shall_pa.y' ~ the_ C?. ~A .CTO,,R on or ~:~. th da.v, tad
~Sth day, after the aate o! the Certificam~O~ .tjompmtion, the~i~t~ ~the
under the terms of this Agreement, provided he ha~ ~ully Pe~~,~Co~tr~C~u~~~;~
under the terms_~of-th~s contract, and said payment shall ._.~.'~.'d.p_e_~.':,~my
pe ormance by..'the CONTRACTOR, Ne:ther the Certificate °f/~p, thnce:nor the
nor any provmon m the Contract Documents, shall reheve the C~~R of the o~/ ¥~
5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently dis~°vered
evidence, withhold or nullify the whole or part of any certificate to such extent az may be
necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CONTRACTOR to make paymenta properly to sub-
contractor~ or for material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
(f) Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any ~artial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until full.,, paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such chsnses will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER
and the CONTRACTOR. The Change Order shall set forth the basis for any change in contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, a~ herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents and not involving an increase in
Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such ca~, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for · written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following methods:
Method (A)--By agreed unit prices; or
Method (B)--By agreed lump sum; or
Method (C)---If neither Method (A) nor Method (B) be agreed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed and paid for under Method (C), then the pro-
visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses, ~so all
necessary incidental expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on
Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage
and Workmen's Compensation, and all other insurance as may be required by any law or ordinance,
or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, the method of doing the work and the type and kind of machinery and equip-
mznt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership
Expense adopted by th~ Associated General Contractors of America. Where practicable the
terms and prices for the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR shall cover and compensate him for his profit, overhead, general superintendence ~nd field
office expense, and all other elements of cost and expense not embraced within the "actual field
cost" as herein defined, save that where the CONTRACTOR'S Camp or Field Office must be
maintained primarily on account of such Extra Work; then the cost to maintain and operate the
same shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC,-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shall make written request to the ENGINEER for w,ltten order authorizing
such Extra Work. Should a difference of opinion arise as to what does or does not constitute
Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance,
the CONTRACTOR shall proceed with the work after making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, as provided under Method
(C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to
arbitration, as hereinbelow provided. ... ~ ~.: ~..~
questions of dispute or adjustment presented by the CONTRAC'TOR 'shall be ~
filed with.the ENGINEER. within, thirty (30) days after tbeENOINEER. ~ . ~ ~ ,..,..., . bas. give~~../.~e,ENG1NEER '~
order or mstruetmn to winch the CONTRACTOR demres .to...~. 'e;,except~on. .
.-shall reply within thirty (30) days to su~ .~;tten -xceptions ~y.~a ~.,CO.NTRA..~,.~.~R..~'~'~
~his/"mai decision lin wziting. In case .the CONTRACTOR sho'..~u~_.ia~)-P/al 'l~om .the'
decision, any _demand ;for ,arbitratiog .Shall. be filed with th~'.~,.~.(]INEER tuna tI~'k.O~T~ER
.~;ting within ten (10)days after the'.da~e 'Of delivery to ] _(X).~~B
./"mai decision. It is' further agreed thlt 'Zinai acceptance be '~/;ffrY'~li~k'the
acceptance by the CONTRACTOR of 'the'/"mal payment shall:l~a
party, except where noted otherwise in the Contract Documents. "' ·
6.05 ARBITRATION. All questions of dispute under this Agreement shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen
by the two arbiters so selected; or if the arbiters fail to select a third within ten (10) days,
he shall be chosen by a District Judge serving the County in which the major portion of the
project is located, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10~ days of the demand, his right to arbitrate shall lapse, and the
decision of the ENGINEER shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (101 days, the ENGINEER shall appoint such arbiter. Should either
party refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbiters are empowered by both parties to take ex parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any question submitted to arbitration
under this contract shall be a condition precedent to any right of legal aetion. The decision of
the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and if the apical was taken without reasonable cause, they may award damages for
any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise
provided by agreement, and shall assess the cost and charges of the arbitration upon either or both
parties. The award of the re'biters must be made in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to resume work Within ten (10) days after written notification from the OWNER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ;with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the performance bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section 6,
Extra Work and Claims), it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
Where there is no performance bond provided or in ease the Surety should fail to commence
compliance with the notice for completion hereinbefore provided for, within ten(10)days after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies as said OWNER may deem necessary to complete the
work and charge the expense of such labor, machinery, equipment, tools, materials and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
]et the contract for the completion of the work under substantially the ~ame terms and conditions
which are provided in this contract. In case any increase in cost to the OWNER under thc
contract as compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have bean
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith.
G-13 o ,, ~,,- ,.,0.-. ~ ~"'
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06
hereinabove, shall be i~sued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may
be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the cost to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held at
the risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise
ordinary care to protect such property. After fifteen (15) days from the date of said notice the
OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public or private sale, with or without notice, as the OWNER may elect. The OWNER
shall release any machinery, equipment, tools; materials, or supplies, which remain on the work,
and belong to persons other than the CONTRACTOR or his Surety, to their proper owners.
The books on all operations provided herein shall be open to the CONTRACTOR and his Surety.
7.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of all
work actually completed by said CONTRACTOR (at the prices state4 in the attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the OWNER and all other sums that may be
retained by the OWNER under the terms of this Aareement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the not'ffichtlon
by the CONTRACTOR the balance shown by said f'mal statement ~S due the CONTRA~R,-:~
this Agree ' ' '~'~ ?;"*' ~'~'"~' :~''
under the terms of ment
SECTION 00800
SPECIAL CONDITIONS
SECTION 00800 - SPECIAL CONDITIONS
PART 1 - GENERAL
1.01
GENERAL CONDITIONS
The General Conditions of Agreement, as adopted by the Texas Section
of the American Society of Civil Engineers and as revised October 7,
1971, Articles 1 through 7 inclusive, is a part of this Contract and
is referred to in the Contract Documents as "General Conditions" or
"General Conditions of Agreement."
1.02
SPECIAL CONDITIONS
These Special Conditions modify (change, delete, add to) the General
Conditions. Where a part of the General Conditions is modified, the
unaltered portion of that part shall remain in effect.
1.03 OWNER AND ENGINEER
Add the following definitions to Section 1 of the General Conditions.
Ao
Owner. Where the word "Owner" is used in the Contract Documents it
shall be understood as referring to Vista Mortgage & Realty, Inc.
B°
Engineer. Where the word "Engineer" is used in the Contract
Documents, it shall be understood as referring to Carter & Burgess,
Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247, Engineer
of the Owner.
1.04 CONTRACT DOCUMENTS
Paragraph 1.02, "Contract Documents", of the General Conditions is
deleted in its entirety and replaced by the following:
"1.02 Contract Documents. The Contract Documents shall consist of
the Invitation to Bidders, Instructions to Bidders, Special
Conditions, Bid Proposal, Signed Standard Form of Agreement,
Performance and Payment Bonds {when required), Special Bonds {when
required), General Conditions, Specifications, Construction Contract
Drawings (or Plans) and all Addenda incorporated in any of the
Documents before the execution of the Agreement.
The Contract Documents are complementary so that what is called for
by one is as binding as if called for by all. If the Contractor
finds a conflict, error or discrepancy in the Contract Documents, he
will call it to the attention of the Engineer, in writing, before
00800-1
1.05
1.06
1.07
1.08
1.09
proceeding with the work affected thereby. In resolving such
conflicts, errors and discrepancies, the Documents shall be
given precedence in the following order: Signed Standard Form of
Agreement, Performance and Payment Bonds, Special Bonds (when
required}, Bid Proposal, Special Conditions, Instruction to Bidders,
Specifications, Drawings and General Conditions. Figure dimensions
on Drawings shall -govern over scaled dimensions, and detailed
Drawings shall govern over general Drawings. Any work which may be
reasonably inferred from the Specifications or Drawings as being
required to produce the intended result shall be supplied whether or
not it is specifically called for. Work, materials or equipment
described in words which so applied have a well- known technical or
trade meaning shall be deemed to refer to such recognized standards.
The Contractor assumes full responsibility for having familiarized
himself with the nature and extent of the Contract Documents, the
work locality, and local conditions,.which may in any manner affect
the work to be done.
COPIES OF CONTRACT DOCUMENTS
The successful Bidder will be furnished with ten {10) sets of all
Contract Documents without charge. Additional sets will be furnished
upon request at printing costs. Reuse of these Documents on work
other than defined by the Contract Documents is strictly prohibited.
INITIAL DETERMINATIONS
Section 2.04 of the General Conditions is hereby modified as follows:
Delete last sentence of section in its entirety.
OBJECTIONS
Section 2.05 of the General Conditions is hereby modified as follows:
Change " to arbitration as hereinafter provided." to ".
determination ~y appropriate legal proceedings."
for
CHARACTER OF WORKMEN
Section 2.09 of the General Conditions is hereby modified as follows:
Line 3, after the word "ENGINEER", insert the words "or OWNER".
CONTRACTOR'S BUILDINGS
Section 2.10 of the General Conditions is hereby modified as follows:
a. Line 3, after the word "ENGINEER", insert the words "or OWNER".
b. Line 4, after the word "ENGINEER", insert the words "or OWNER".
00800-2
1.10 ADEQUACY OF DESIGN
1.11
1.12
Section 3.03 of the General Conditions is hereby modified as follows:
Line 5, after the word "provided", insert" . upon receipt of the
Contract Documents, the CONTRACTOR shall examine same and shall report
any observed errors or omissions therein to the ENGINEER and the OWNER
in writing and thereafter. "
ESTIMATED QUANTITIES
Section 5.02 of the General Conditions is hereby modified as follows:
a. Second Paragraph, fourth line delete remainder of paragraph after"
contained in the proposal;"
b. Delete third and fourth paragraphs in their entirety.
PARTIAL PAYMENTS
Delete Section 5.04 of the General Conditions and replace as follows:
"5.04 Partial Payments. On or before the lOth day of each month, the
Contractor shall prepare and submit to the Owner and Engineer for
approval or modification, a statement showing as completely as practical
the total value of the Work done by the Contractor up to and including
the last day of the preceding month; said statement shall include the
value of all sound, non-perishable materials {excluding sand and gravel
aggregates and reinforcing steel for concrete) delivered and properly
stored on the site of the Work that are to be fabricated into the Work.
The Contractor shall include substantiating evidence as necessary to
confirm quantities and value of Work and substantiation with the Bid and
Schedule of Value items. At no time shall submittal of specific item
partial payment requests by the Contractor exceed the total amount bid
for that item until final completion and acceptance of the item has been
substantiated by the Owner. The Contractor shall sign and date said
statement after approval or modification by the Owner and Engineer.
The Owner shall then pay the Contractor, within 45 days of the date that
the statement was approved, the total amount of the approved statement
except as provided below and in Section 01150.
Prior to Substantial Completion of all Work, progress payments will
be in an amount equal to 95 percent of the Work completed, and 95
percent of materials and equipment not incorporated in the Work but
delivered and suitably stored (excluding sand and gravel aggregates
and any reinforcing steel for concrete), less in each case the
aggregate of payments previously made.
e
Upon Substantial Completion of all Work, OWNER shall pay an amount
sufficient to increase total payments to CONTRACTOR to 98 percent of
the Contract Price, less such amounts as ENGINEER shall determine in
accordance with Article 5 of the General Conditions."
00800-3
1.13 FINAL COMPLETION AND ACCEPTANCE
1.14
1.15
1.16
1.17
Add following paragraph to Section 5.06 of the General Conditions: "The
work shall' not be considered to be finally completed or accepted until
the specified Burmudagrass coverage for the Bid Item "Seeding" is
obtained.
EXTRA WORK
Section 6.03 of the General Conditions is hereby modified as follows:
The last sentence of the section is hereby deleted.
ARBITRATION
Paragraph 6.05 of the General Conditions is hereby deleted in its
entirety.
FIELD ORDER AND CHANGE ORDERS
All references to the term FIELD ORDER in the General Conditions shall
be changed to the term CHANGE ORDER.
INSURANCE
The Contractor shall
the prosecution of
set forth below:
obtain, pay for and maintain at all times during
the Work under Contract, such types of insurance as
(a) Worker's Compensation Insurance insuring the Contractor's full
liability under the Workers' Compensation and Occupational Disease
Laws of the State of Texas and Employer's Liability at a limit of
not less than $100,000 each accident.
{b) Comprehensive Liability Insurance. Coverage shall be on an
"occurrence" basis and shall insure Contractor for work performed
under the Contract against claims for Bodily Injury, including death
of any person other than the Contractor's employees, and Property
Damage for injury to or destruction of tangible property, other than
the Work itself. The policy shall contain the Personal Injury and
Broad Form Property Damage Endorsements modified as set forth below,
and the policy shall be endorsed to remove any Property Damage
Liability exclusions pertaining to loss by explosion, collapse or
underground damage. The policy shall include coverage for:
(1) Completed Operations Liability
(2) Contractual Liability insuring the Indemnification
contained in the Contract
(3) Personal Injury Liability
(4) Broad Form Property Damage extended to apply to
Operations
(5) Automobile Liability insuring Contractor for operations of all
owned, hired and non-owned vehicles
(6) Limits of Liability shall not be less than:
Agreement
Completed
Bodily Injury, except automobile
$500,000 each occurrence
$500,000 aggregate completed operations
00800-4
Property Damage, except automobile
$100,000 each occurrence
$500,000 each aggregate
Bodily Injury, automobile
$250,000 each person
$500,000 each occurrence
d. Property Damage, automobile
$100,000 each occurrence
(c) "UMBRELLA" Excess Liability. Policy shall insure the Contractor for
an amount of not less than $2,000,000 combined single limit Bodily
Injury/Property Damage excess of primary Employers Liability and
Comprehensive Liability insurance limits as set forth in paragraphs
1 (a) and (b) (7) above.
Contractor shall be required to name Owner as an Additional Insured without
exception on Contractor's Comprehensive Liability, Automobile Liability and
Umbrella policies as follows: "Denton County Road Utility District No. 1
is named as an Additional Insured; naming Denton County Road Utility
District No. 1 as an Additional Insured shall not prevent recovery in any
situation in which recovery would have been available had Denton County
Road Utility District No. ! not been named as an Additional Insured."
Contractor shall have all policies endorsed to waive rights of subrogation
against Owner.
Certificates of insurance acceptable to the Owner shall be given to Owner
prior to Contractor initiating work. Certificates shall be kept current
for each renewal and shall reflect 30 Days Notice of Cancellation to be
given to Owner. Owner may request certified complete copies of policies in
the event of a claim estimated by Owner to be over $100,000.
Builder's Risk and Damaqe to Work. All costs for damage to work shall be
borne by Contractor. Contractor may elect to purchase builder's risk
insurance on any portion of the work. If Contractor elects to purchase
builder's risk coverage, Owner will be named as an Additional Insured and
Loss Payee. A waiver of subrogation endorsed in favor of the Owner shall
be secured. The Contractor may elect any level of deductible, however, any
loss below the deductible, excluded from coverage, uninsured for any reason
shall be at Contractor's own cost and expense without reimbursement from
the Owner.
SUBCONTRACTOR'S INSURANCE
A. The following forms of insurance are required to be furnished by all
Subcontractors:
O0800-5
1.18
Workers' Compensation Insurance insuring the Contractors full
liability under the Workers~ Compensation and Occupational Disease
Laws of the State of Texas and Employer's Liability at a limit of
not less than $100,000 each accident.
Comprehensive Liability Insurance. Coverage shall be on an
"occurrence" basis and shall insure Contractor for work performed
under the Contract against claims for Bodily Injury, including death
of any person other than Contractor's employees, and Property Damage
for injury to or destruction of tangible property, other than the
Work itself. The policy shall contain the Personal Injury and Broad
Form Property Damage Endorsements modified as set forth below, and
the policy shall be endorsed to remove any Property Damage Liability
exclusions pertaining to loss by explosion, collapse or underground
damages. The policy shall include coverage for:
a. Completed Operations Liability
b. Contractual Liability insuring the
contained in the Contract
c. Personal Injury Liability
d. Broad Form Property Damage extended
Operations
e. Automobile Liability insuring Contractor for operations of all
owned, hired and non-owned vehicles
f. Limits of Liability shall not be less than:
Indemnification Agreement
to apply to Completed
1. Bodily Injury, except automobile
$500,000 each occurrence
$500,000 aggregate complete operations
2. Property Damage, except automobile
$250,000 each occurrence
$500,000 aggregate
3. Bodily Injury, automobile
$250,000 each person
$500,000 each occurrence
4. Property Damage, automobile
$250,000 each occurrence
PERMITS AND LICENSES
The Contractor shall procure all Federal, County, State, and City
permits and licenses, including business licenses, and pay all charges
and fees for the same without recourse under the Contract, and shall
give all notices necessary for the lawful prosecution of the work.
00800-6
1.19
A.
3.
Co
1.20
A.
ENGINEERS RESIDENT PROJECT REPRESENTATIVE
The Engineer may furnish a Resident Project Representative to assist the
Engineer in observing the performance of the work. Normal working hours
for the Resident Project Representative will be 8:00 A.M. to 5:00 P.M.,
Mondays through Fridays, excepting legal holidays. A Resident Project
Representative will be available for work not to exceed ten (10) hours
daily each day, except Sundays and legal holidays, unless multiple
'shifts are to be used to accomplish the work.
Whenever services of the Project Representative might be required at
times other than normal working hours, the Contractor shall request such
services 72 hours in advance.
The words "Project Representative", "Engineer" or other like words as
used in the Contract Documents for this.Project shall be understood as
meaning the Engineer may observe and administer the construction in
sufficient detail to satisfy himself that the work is proceeding in
general compliance with the Contract Documents. He will not be a
guarantor of the Contractor's performance. The Contractor shall have
complete responsibility to supervise his work and other operations in
order to accomplish the detail and specified work.
Unless otherwise specified, it is mutually agreed between the parties to
the Agreement that the Engineer shall observe all work included in this
Project. Observation of the work by the Engineer shall not relieve the
Contractor of his obligations necessary to ensure the proper execution
of the Contract. It shall be the complete responsibility of the
Contractor to supervise and manage his operations.
The Contractor shall make the site open and accessible to officials from
the City of Coppell and the State Department of Highways and Public
Transportation for their observation and inspection of the work.
ACTION AND APPROVAL BY ENGINEER
Wherever the'words "Directed," "Required," "Permitted," "Designated,"
"Considered Necessary," "Prescribed," or words of like import are used
in the Contract Documents, it shall be understood that they are intended
to refer to action by the Engineer and, similarly, the words "Approval,"
"Acceptable," Satisfactory," or words of like import shall mean approval
by the Engineer.
Whenever in the Contract Documents the terms or descriptions of various
qualities relative to finish, workmanship, or other qualities of similar
kind cannot, because of their nature, be specifically and briefly
described and are customarily described in general terms, the Engineer
shall be the final judge as to whether or not the workmanship so
described is being performed in compliance with his interpretation of
the meaning of such words, terms or clauses.
00800-7
1.21 MULTIPLE SHIFTS
1.22
.23
1.24
The Contractor shall indicate in its Proposal his intentions regarding.
the utilization of multiple shifts in the accomplishment of the Work.
FIELD CHANGES
All field changes or deviations from the Contract Documents, which are
proposed by the Contractor, shall be submitted to the Engineer in
writing. Field changes or deviations shall not be made unless
permission is obtained in writing from the Engineer.
LIQUIDATED DAMAGES
The Contractor agrees that time is of the essence in this Contract and
that the Owner will be damaged if there is delay in completion of the
Work provided in this Contract beyond the time provided. The parties
agree that the amount of damage which will be incurred by the Owner as
a result of any such delay is difficult to estimate, and that from the
viewpoint of the parties as of the date of the execution of this
Contract the amount of liquidated damages hereinafter specified is
reasonable. It is furthermore specifically agreed by the parties that
this provision for the payment of liquidated damages by the Contractor
on account of delay beyond the time specified, is a bona fide attempt
by the parties to estimate as well as they are able the amount of
damages which the Owner will actually incur as a result of any such
delay and that the requirements for payment of liquidated damages is
not intended as a penalty. The parties further agree that it is in the
best interest of both parties that the amount of liquidated damages be
specified herein rather than that the parties should be faced with the
problem of determining actual damages in the event of any such delay.
On the basis of the foregoing, the parties agree that for each day of
delay beyond the Specified Substantial Completion date agreed upon for
the work herein specified and contracted for {after due allowance for
such extension of time as is provided for in the General Conditions of
Agreement), the Contractor shall pay to the Owner as liquidated damages
the sum of $500.00, which sum may be permanently withheld by the Owner
from the Contractor's total compensation provided in this Contract.
Reference is also made to Section 01010, which outlines additional
requirements regarding milestone and/milestone dates for various phases
or portions of the Project. The parties agree that those conditions
shall be subject to liquidated damages as if printed herein.
STANDARDS
Standard specifications, codes, rules and regulations referred to in
these Contract Documents by basic name or designation only shall be
considered to be of the latest issue with all amendments as of the date
of the advertisement for Bids, unless one particular issue is
specifically named.
00800-8
1.25 RIGHT OF ENTRY
1.26
1.27
1.28
1.29
1.30
The Owner will provide, without cost to the Contractor, rights of way
for the proposed construction to the extent indicated on the Drawings.
Any additional right of way needed by and for the convenience of the
Contractor shall be obtained by and at the expense of the Contractor.
USE OF PRIMARY ARTERIES
The Contractor shall confine his haul routes to primary arteries.
Damage to streets caused by the Contractor's equipment shall be
repaired upon direction and in the manner prescribed by the Engineer.
ACCESS AND HAUL ROUTES
The Engineer shall approve the proposed access roads which shall be
used for the movement of personnel and equipment. The initial access
roads shall be subject to change by the Engineer, occasioned by the
progress of the work or unforeseen conditions. The Contractor shall be
permitted to propose alternate routes in accordance with permit
limitations imposed upon him by state, county or municipal road or
highway departments. A change in haul routes shall not be the basis
for extra payment.
EXISTING UNDERGROUND FACILITIES
The Engineer has made a reasonable effort to locate all underground
facilities. The Contractor shall immediately report to the Engineer
any additional underground facilities which he discovers. It shall be
the Contractor's responsibility to determine the true location and
depth of all underground facilities if their preservation is necessary
to the existing owner of said facility.
EXISTING STRUCTURES
The Owner assumes no responsibility for failure to show any or all of
known surface and subsurface structures on the Drawings, or to show
them in their exact location. It is mutually agreed that such failure
shall not be considered sufficient basis for claims for additional
compensation for extra work or for increasing the pay quantities in any
manner whatsoever, unless the obstruction encountered is such as to
necessitate changes in the lines or grades, or requires the building of
special work, provisions for which are not made in the Contract
Documents, in which case the provisions of these Contract Documents for
extra work shall apply.
PROTECTION OF TREES
No tree shall be removed without the express written permission from
the Owner or his authorized representative. All trees that are not
O0800-g
1.31
1.32
A.
Bo
1.33
designated to be removed shall be protected from damage to their trunks
and limbs, and the Contractor shall not allow any fill or excavation
material to be placed at the base of any of the existing trees so that
the natural grade is raised. Any tree that is damaged or destroyed by
the Contractor shall be replaced at the Contractor's expense.
Any tree of a specimen type that cannot be replaced in type and
quality, or because of size, will be considered a value loss, and such
'trees will be assigned a net value of $2000. The Owner will submit an
itemized statement for such tree loss and may charge same against the
Contractor's pay estimates, and withhold payment for all damaged or
destroyed trees until replacement.
STORAGE OF MATERIALS
The Contractor shall at all times carefully and properly protect all
materials of every description, both before and after being used in the
work, and provide any enclosing or special protection from the weather
deemed necessary by the Engineer without additional cost. Partial
payments will not relieve the Contractor of any of his responsiblity in
this regard.
BARRICADES, LIGHTS AND WATCHMEN
While the work is carried on, the Contractor shall furnish and erect at
his own cost and expense such barricades, fences, lights and danger
signals, shall provide such watchmen and shall take such other
precautionary measures for the protection of persons or property and of
the work as are necessary to prevent vehicles from being driven on or
into any work under construction.
The Contractor will be held responsible for all damage to the work and
bodily injury due to failure to provide barricades, signs, lights and
watchmen to protect it. Whenever evidence is found of such damage, the
Owner may order the damaged portion immediately removed and replaced by
the Contractor at no cost to the Owner. The Contractor's responsiblity
for the maintenance of barricades, signs and lights and for providing
watchmen shall not cease until the Project shall have been accepted by
the Owner.
FENCES, DRAINAGE CHANNELS, LIVESTOCK, AND TREE AND GRASS DAMAGE
The Contractor's attention is directed to the Project Area as
obtained by the Owner. The Contractor shall restrict his
operations within the limits of the Project Area. He shall be
responsible for all damages to roadways, bridges, trees, grasses,
etc., which as a result of his operations occur outside such
limits. Should the Contractor require additional right of way for
access or egress, he shall make arrangements with the owners of
such property for such right of way at no cost to the Owner.
00800-10
1.34
1.35
1.36
1.37
1.38
Be
Boundary fences removed to permit the installation of the work
shall be replaced in the same location and left in a condition as
good .as, or better than, that in which they were found, except
where otherwise indicated on the Drawings.
Where surface drainage channels, terraces or pipe drains are
disturbed or blocked during construction, they shall be restored to
their original condition of grade and cross section after the work
of construction is complete.
D. The Contractor shall replace in kind any livestock injured or
killed as a result of his operations.
DUST CONTROL
The Contractor shall sprinkle areas under construction, haul routes and
detours as required to maintain sufficient moisture content in the
surface layer for dust control.
USE OF EXPLOSIVES
The use of explosives will not be permitted.
CLEANUP
Upon completion and before
work, the Contractor shall
ground occupied by him in
excess materials, temporary
the work shall be left in
satisfactory to the Owner.
making application for acceptance of the
clean all streets, borrow pits and all
connection with the work, of all rubbish,
structures, and equipment. All parts of
a neat and presentable condition deemed
Special cleanup conditions will be specified in the' technical
Specifications.
SAFETY
The Contractor shall be responsible for the safety of himself, his
employees, and other persons, as well as for the protection of the
safety of the improvements being erected and the property of himself or
any other person, as a result of his operation. All work shall be done
in accordance with the Occupational Safety and Health Administration,
Safety and Health Regulations of the United States Government for
construction and all other applicable government regulations.
ACCIDENTS
The Contractor shall provide, at the site, such equipment and medical
facilities as are necessary to supply first aid service to anyone who
may be injured in connection with the Work.
00800-11
1.39
1.40
1.41
The Contractor shall promptly report in writing to the Owner and
Engineer all accidents whatsoever arising out of, or in connection with
the performance of the Work whether on or adjacent to the site which
caused death, personal injury, or property damage, giving full details
and statements of witnessess. In addition, if death, serious injury,
or serious damage is caused, the accident then shall be reported
immediately by telephone or messenger.
WAGE RATES
All employees of the Contractor on the work to be performed under this
Contract shall be paid the prevailing wage scale in this locality for
work of a similar character.
AFFIDAVIT OF BILLS PAID AND COMPLETE WAIVER OF LIEN
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 construction of these improvements have
been paid in full, and that there are no claims pending. A copy of the
affidavit is included for reference at the end of this section.
CONSTRUCTION STAKING
The Owner will provide the horizontal and vertical control in the form
of ten control monuments. The Contractor shall provide all
construction stakes necessary for the facilities to be constructed
under this Contract.
The Contractor has ten (10) working days after the "Notice to Proceed"
has been issued to verify all primary control. If the validity of any
primary control monument is questionable, either to horizontal or
vertical location, the Contractor will notify the Engineer in writing
who will check the monument{s) in question. Any control monuments
found to be in error will be reset. There will be no charge to the
Contractor. for this service, and it is understood that the Engineer
will not be charged for any standby or "down" time as a result of such
checking and/or resetting procedure.
After the ten (10) working days, the Contractor assumes the
responsibility from the Engineer for the accuracy and preservation of
all primary control monuments. The Contractor shall be fully
responsible for the accuracy of all construction staking.
The Contractor shall also conduct his operations such that the staking
of other Contractors working within the Project Area will be
preserved. Any stakes disturbed by the Contractor shall be replaced at
his cost.
No direct compensation will be paid to the Contractor for the
construction staking of the facilities included in this Project. It is
understood that the cost of the construction staking is included in the
unit prices bid for the items in the Proposal.
00800-12
During final inspection of the job, the Engineer will verify that all
primary control monuments are still in place. Any missing or disturbed
monuments shall be replaced by the Contractor.
Should the Contractor not reset missing or disturbed monuments before
the next phase of work on the Project, the Owner may have the monuments
reset and subtract the cost form the Contractor's final payment.
Further description of construction staking is in Section 01051.
END OF SECTION
005:2201-32
00800-13
SECTION 00900
ADDENDA
MACARTHUR BOULEVARD
PAVING, DRAINAGE AND UTILITIES
ADDENDUM NO. I
JULY 12, 1990
TO ALL DOCUMENT HOLDERS OF RECORD:
This Addendum forms a part of the Contract Documents and modifies
the original Specifications and Drawings dated July, 1990 as noted
below. Acknowledge receipt of the Addendum in the space provided
in the Bid Form and on the outer envelope of the Bid Proposal.
Failure to acknowledge receipt of the Addendum may subject Bidder
to disqualification.
This addendum consists of one (1) page and no construction
drawings.
The following revisions are hereby made to the Contract Documents
by this addendum.
SECTION 00100 - INVITATION TO BIDDERS
Change bid date from July 17, 1990 to July 20, 1990 @ 10:00
A.M.C.D.T.
END OF ADDENDUM NO. 1
kn: 220101.AD1
MACARTHUR BOULEVARD
PAVING, DRAINAGE AND UTILITIES
ADDENDUM NO. 2
JULY 16~ 1990
TO ALL DOCUMENT HOLDERS OF RECORD:
This Addendum forms a part of the Contract Documents and modifies
the original Specifications and Drawings dated July, 1990 as noted
below. Acknowledge receipt of the Addendum in the space provided
in the Bid form and on the outer envelope of the Bid Proposal.
Failure to acknowledge receipt of the Addendum may subject Bidder
to disqualification.
This addendum consists of eight (8) pages and no construction
drawings.
The following revisions are hereby made to the Contract Documents
by this addendum:
SECTION 00100 - INSTRUCTIONS TO BIDDERS
1.07 Qualifications of Bidders
B. Past Project Experience
Delete first paragraph in its entirety.
C. Equipment
Delete first paragraph in its entirety and add the
following:
"The Bidder shall have an inventory of heavy
construction equipment that the Owner and Engineer
deems suitable for use on this project."
1.21 State Sales Tax
Delete paragraph in its entirety and add the following:
"The Bidder shall be aware that all items used or
consumed on this project can be purchased free of state
and city sales tax."
SECTION 00300 - BID PROPOSAL
Delete pages 00300-6 and 7 and replace with the attached pages
00300-6 and 7, revised per addendum No. 2.
Page 1
SECTION 00800 - SPECIAL CONDITIONS
1.12 Partial Payments
The second paragraph shall be revised as follows:
"The Owner shall then pay the Contractor, within 30 days
of the date that the .... "
1.17 Insurance
Paragraph (c) shall be replaced with the following:
"(c) "Umbrella" Excess Liability
Contractor shall obtain, pay for and maintain this
policy during the contract term, insuring CONTRACTOR for
an amount of not less than $1,000,000 combined single
limit bodily injury and property damage liability
insurance, including death, in excess of the primary
coverage required hereinabove, Owner and Engineer to be
named as additional insureds."
The paragraph following paragraph (c) shall be replaced
with the following:
"Contractor shall be required to name Owner as an
Additional Insured without exception on Contractor's
Comprehensive Liability, Automobile Liability and
Umbrella policies as follows: Vista Mortgage & Realty,
Inc. is named as an Additional Insured; naming Vista
Mortgage & Realty, Inc. as an Additional Insured Shall
not prevent recovery in any situation in which recovery
would have been available had Vista Mortgage & Real~.~,
Inc. not been named as an Additional Insured."
SECTION 01010 - CONTRACT TIME, ORDER OF COMPLETION, MILESTONE~
DATES AND SCHEDULES
1.05 Schedule
Paragraphs A.3 and A.4 shall be revised to reflect the
designated construction times for substant~l, and final
completion are 180 and 195 calendars days, r~-~Pectively.
SECTION 01051 - GRADES, LINES AND LEVELS
The Contractor shall be aware that the Engineer will be
responsible for only the survey items detailed in paragraph
1.01, Section D. The Contractor will be required to provide
all other necessary survey for this project.
Page 2
SECTION 01150 - MEASUREMENT AND PAYMENT
Clarification of specific bid items defined under Section
1.03, paragraph G are as follows:
Bid Item No. i "Clearing, Grubbing and Stripping"
In addition to the scope described in this paragraph the
following will apply:
The Owner will provide clearing of the right-of-way
plus thirty (30) feet each side from Station 216+50
to 227+05 only.
Clearing, grubbing and stripping of all additional
areas for this project will be the responsibility
of the Contractor.
Bid Item No. 2 "Seeding"
In addition to the scope described in this paragraph, the
following will apply:
As described in Sections 02200 and 02270 "all areas
to be seeded and/or sprigged shall receive 4 inches
of topsoil." This topsoil will be removed from the
limits of excavation or embankment area and
stockpiled in a designated area.
This item will be bid as detailed above and in
Section 02270.
Bid Item No. 15 "Traffic Buttons"
This item covers the installation of Jiggle Bar
Tiles, as detailed in the plans, at the pavement
transition area over the bridge only.
Bid Item No. 24 "5-foot by 5-foot Reinforced Concrete
Cast-in-Place Box"
Change bid item to "5-foot by 5-foot Reinforced
Concrete Box (R.C.B.) Culvert"
This item may be bid as cast-in-place or pre-cast
except that cast-in-place shall be required from
Sta. 1+20 to 1+50.
SECTION 01380 - CONSTRUCTION PHOTOGRAPHS
1.01 Description
Delete paragraphs A and B in their entirety and add the
following:
Page 3
"A.
At a time directed by the Engineer, photographs
shall be taken on or about the first day of each
month showing the general condition of the work.
An experienced photographer, approved by the Owner
or Engineer, shall be used. Construction
photographs shall be submitted along with progress
payment request.
Following completion of the project and at a time
directed by the Engineer, photographs shall be
taken from a helicopter by an established
commercial photographer.
Prints shall be in color, matte finish, commercial
grade. A minimum of 12 views shall be taken each
month but not less than that required to view the
construction site in detail from all necessary
angles or view points. The Contractor shall
furnish negatives so additional copies may be made
at the Owner's expense, if he so chooses. Each
photograph shall be identified on the back (typed
on label) with the name of Owner, Engineer,
Contractor, the date the photograph was taken,
direction which view is looking and a description
of subject."
SECTION 01500 - TEMPORARY FACILITIES AND CONTROL
1.02 Buildings for Contractor
B. The last sentence shall read as follows:
"...A minimum of one trunk line and number shall be
installed.
Delete paragraph in its entirety and add the
following:
"The Contractor shall provide, a minimum 10' x 20'
construction trailer on site. The trailer shall
act as a field office and among other things
provide a meeting place for the Owner, Engineer and
Contractor on a regular basis. The Contractor
shall provide the necessary services required to
provide safe and appropriate working conditions.
The Contractor shall bear the cost of all expenses
associated with the operation and maintenance of
the Contractor's field office and other buildings
at no additional cost to the Owner."
Page 4
SECTION 2210 - EMBANKMENT
2.01 Materials
A. Source.
Delete paragraph in its entirety and add the
following:
"The acquisition and placement of the fill material
shall be the responsibility of the Contractor. The
Owner will not provide any fill material for this
site."
Suitability.
Delete paragraph in its entirety and add the
following:
Fill material shall meet or exceed the following
criteria:
Embankment fill material shall consist of soil
with a liquid limit between 30 and 65 and at
least 50 percent material by dry weight
passing the No. 40 sieve.
Embankment fill material shall be free of
asphalt, concrete, wood, organic material, or
other debris.
SECTION 02721 - STORM SEWER SYSTEM
Add the following paragraph to end of paragraph 2.01:
Precast concrete box sections and jointing shall meet
ASTM C78, tongue and groove.
The manufacturer shall design the concrete
reinforcement based on earth dead load and HS20
live load conditions (Table 1 of ASTM C789), the
installation conditions and height of earth cover
as shown on the drawings, and a unit weight of
earth fill of 125 lb/cu, ft., and HS20 live loads
transmitted directly to the boxed section where
manholes are located on the box section. Testing
of box sections shall be performed in accordance
with test methods of ASTM C789.
Page 5
2. Joints: Compression type.
ae
Use field applied preformed flexible box joint
sealing compound as supplied by the
manufacturer.
be
Install in strict accordance
manufacturer's recommendations.
with
Ce
Alternate joint type may be used only with
approval of Engineer.
de
Use cast-in-place Class C concrete collar or
transition section for box size changes as
approved by the Engineer."
Construction Contract Drawings
Sheet G-2 "General Notes"
* Change second sentence of Note No. 35 to read as follows:
Construction of an access or haul road across Denton
Creek will be permitted only within the limits of the
concrete slope paving, grading and storm sewers shown on
the Sheet S-i."
Sheet D-2 ,,Storm Sewer Profiles, Lines S-l, Line S-2 and Line
S-3
Profile of Line S-1 - Add note as follows:
Pre-cast pipe may be used in lieu of cast-in-place f.~rDm
Sta. 1+50 to Sta. 4+80."
END OF ADDENDUM NO. 2
kn:220101.AD2
Page 6
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX.
QUANTITY
UNIT
PRICE
TOTAL
AMOUNT
17.
18.
19.
20.
21.
Removal of asphalt pavement
complete as specified and as
indicated on the Drawings in
the sum of
dollars and
cents per square yard.
18-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of
dollars and
cents per linear foot.
21-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of
dollars and
cents per linear foot.
24-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of
dollars and
cents per linear foot.
27-inch R.C.P. C76, Class III
and Class IV complete as speci-
fied and as indicated on the
Drawings in the sum of
dollars and
cents per linear foot.
S.Y.
L.F.
L.Fo
L.F.
L.F.
5OO
770
350
75
380
00300-6
Signature
ADDENDUM NO. 2
Page 7
BID PROPOSAL FOR THE CONSTRUCTION OF
PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD.
DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL
VISTA MORTGAGE & REALTY, INC.
NO. DESCRIPTION UNIT
APPROX.
QUANTITY
UNIT
PRICE
TOTAL
AMOUNT
22.
23.
24.
25.
26.
30-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of
dollars and
cents per linear foot.
60-inch R.C.P. C76, Class III
complete as specified and as
indicated on the Drawings in the
sum of
dollars and
cents per linear foot.
5-foot by 5-foot Reinforced Con-
crete Box (R.C.B.) Culvert com-
plete as specified and as indi-
cated on the Drawings in the sum
of
dollars and
cents per linear foot.
Reinforced concrete transition
structure complete as specified
and as indicated on the Drawings
in the sum of
dollars and
cents per linear foot.
4-foot reinforced concrete
recessed inlet complete as
specified and as indicated on
the Drawings in the sum of
L.F.
L.F.
EoF.
U.S.
55
805
360
dollars and
cents per each.
EA.
00300-7
Signature
ADDENDUM NO. 2
Page 8
DIVISION 1
GENERAL REQUIREMENTS
SECTION 01010 - CONTRACT TIME, ORDER OF COMPLETION, MILESTONE DATES AND SCHEDULES
PART 1 - GENERAL
1.01 DESCRIPTION
This section governs the time schedule for the construction of the
proposed facilities. The schedule listed herein shall serve as the
Project completion time as referenced in Paragraph 1.22 of the
Special Conditions.
1.02 SCOPE
The Contractor shall schedule his work such that the work will be
completed in accordance with the time schedule listed herein. The
Contractor shall also continually update the Engineer as to the
progress of the work and promptly notify the Engineer of any delays
1.03
SUBMITTALS
Ao
The Contractor shall prepare and maintain a current detailed Progress
and Schedule Chart in bar-graph form, supporting the Contract
completion date including all milestone dates indicated herein. The
Progress and Schedule Chart shall be prepared based upon the dates
listed in the Project schedule below and shall provide adequate
information which shall include at a minimum: time duration of each
activity, production rates for each activity, and manpower and
equipment allocations for each activity.
The first Progress and Schedule Chart shall be submitted to the
Engineer prior to issue of Notice to Proceed. The second Progress
and Schedule Chart shall be submitted to the Engineer not later than
the fourth working day of the following month, provided at least 10
working days have intervened since submission of the first chart.
Otherwise, submit on the same date of the next month. Thereafter,
charts shall be submitted to reach the Engineer not later than the
fourth working day of each month.
Co
Two copies of the Progress and Schedule Chart shall be submitted to
the Engineer each month until completion of the items represented on
the Chart.
Commencement and Completion Date of each item of Work shall be
indicated.
Ee
Other work may be added to the chart as requested or approved by the
Owner or Engineer. The chart shall be maintained current by coloring
or cross-hatching a length of bar to indicate daily progress toward
completion.
1.04
RESPONSIBILITY FOR MAINTAINING PROGRESS AND WORK COMPLETION
Ae
The Contractor shall be responsible for meeting Contract Time, order
of completion, milestone dates, and schedules.
01010-1
Be
1.05
A.
1.06
A.
Be
Ce
If the latest completion time for any job does not come within the
time allowed by the Progress and Schedule Chart for the Project, the
sequence of jobs and/or time for performance of jobs shall be revised
by the Contractor through concurrent operations, additional manpower,
additional shifts, overtime, etc., until the schedule produced
indicates that all Contract completion and milestone dates will be
met. No additional costs will be allowed the Contractor for
overtime, additional manpower, equipment, additional shifts, etc.,
(except as provided elsewhere in the Specifications) if such
expediting procedures or measures are necessary to meet the agreed
completion and milestone date or dates.
SCHEDULE
It is anticipated that right-of-way for the entire project will not
have been acquired prior to issuing Notice to Proceed. Accordingly,
construction of the project shall be phased. The following schedule
includes start and completion dates for various phases of the work to
be performed by the contractor.
Earliest date when work can
begin between MacArthur Blvd.
Sta. 217+00 and Sta. 227+04.80.
Date of Notice of Proceed
Earliest date when work can
begin between the intersection
of MacArthur Blvd. and Deforest
Road and MacArthur Blvd. Sta.
217+00
October 1, lggo
o
Substantial completion of all
work included in the contract
180 days from date of
Notice to Proceed
e
Final completion of all work
included in this Contract
195 days from date of
Notice to Proceed
ADJUSTMENT OF CONTRACT OR MILESTONE COMPLETION TIME
If the Contractor requests an extension of any milestone or Contract
completion date, he shall furnish justifications and supporting
evidence as the Owner and Engineer deems necessary to determine
whether the Contractor is entitled to additional time under the
provisions of this Contract.
Each request for change in any milestone or Contract completion date
shall be submitted by the Contractor within fifteen (15) calendar
days after the beginning of the delay for which a time extension is
requested (unless the Owner grants a greater period of time). No
time extension will be granted for a request which is not submitted
within the foregoing time limit.
After receipt of a request for a time extension the Owner shall make
its finding of facts and its decision thereon and shall advise the
Contractor in writing.
01010-2
De
Eo
The Contractor acknowledges and agrees that delays in activities
which do not in fact actually affect any milestone dates will not be
the basis for a change thereto.
The Contractor agrees that adjustments in milestone completion times
or the Contract completion shall not be a cause for additional
compensation.
END OF SECTION
007:2201-32
01010-3
SECTION 01011 - UTILITY ADJUSTMENTS
PART 1 - GENERAL~
1.01 DESCRIPTION
1.02
There are several existing power lines and poles at the intersection
of MacArthur Blvd. and Deforest Road. The Contractor shall be
responsible for making arrangements to have the power lines and poles
relocated as required to construct the proposed paving and drainage
facilities. The Contractor shall make allowances in its schedule for
the time required to make the necessary relocations.
PAYMENT
The Owner will absorb all franchise utility cost of relocating
existing facilities.
END OF SECTION
008:2201-32
01011-1
SECTION 01040 - COORDINATION
PART I GENERAL
1.01 DESCRIPTION
A. Coordination with Owner's Existing Facilities.
1. The Contractor shall plan and execute all his work in such a
manner to allow continuous operation of the existing
facilities.
2. Connections to existing facilities that require shutdown or in
any way impede the operations of the existing facilities shall
be closely coordinated with the Owner.
3. The Contractor shall schedule his work so as to use each
operational interruption to accomplish as many interrupting
work items as possible and thus minimize the number of
interruptions.
B. Coordination with other Contractors.
1. When two or more Contractors are employed on related or
adjacent work or obtain materials from the same material
source, or when work must be completed by one Contractor
before another can begin, each shall conduct his operations in
such a manner as not to cause an unnecessary delay or
hindrance to the other. Each Contractor shall be responsible
to the other for all damage to work, to persons, or to
property caused to the other by his operations, and for loss
caused the other due to unreasonable or unjustified delays or
failure to finish the work or portions thereof, or furnish
materials within the time requested.
2. The 'Owner or Engineer shall under no circumstances be liable
or responsible for guaranteeing or assuring that any claims
among Contractors shall be paid; and any representation,
expressed or implied, that any Contractor to whom a Contract
is awarded is responsible or will be able to respond for
damages is expressly negated.
3. The Contractor shall coordinate the location of haul roads,
diversion ditches, and dikes, sedimentation ponds, maintenance
shops, stockpile areas, and all other construction activities
with other contractors within the Project Area.
009:2201-32
END OF SECTION
SECTION 01051 - GRADES, LINES AND LEVELS
PART I - GENERAL
1.01 DESCRIPTION AND RESPONSIBILITY
Co
See Division 0 for General Conditions and Special Conditions.
All work under this Contract shall be constructed in compliance with
the alignments indicated on the Drawings.
The Contractor shall be responsible for the following:
1. Layout and control of all grades, lines and levels except as
stated in Paragraph D below.
Layout and setting of form lines and grades.
Layout and setting of embedded items.
4. All staking except as stated in Paragraph D below.
The Engineer will be responsible for the following:
1. Set following center line and base lines as
Drawings. Stakes will be set at lO0-foot stations.
shown on the
a. Centerline of MacArthur Boulevard.
b. Centerline of proposed bridges across Denton Creek.
Stake property lines where construction activities
controlled by said property lines.
are
Establish primary control consisting of ten bench marks and ten
horizontal control points within the.Project Area for use by
the Contractor.
e
Verify finished grades and dimensions after Contractor has
certified them to be correct.
Survey and plot final grade cross sections of all areas where
embankment for payment has been made. The Engineer has already
surveyed and plotted original cross sections of all areas where
embankment for payment will be made. Cross sections were taken
at lO0-foot intervals and at other locations as determined to
be necessary by the Engineer.
6. Compute embankment quantities for final payment.
01051-1
E. Primary Control.
Fo
The Contractor has ten (10) working days after the primary control
has been established to verify all primary control. The Contractor
shall run levels between all vertical control and traverse between
all horizontal control to verify accuracy. If the validity of any
primary control monument is questionable, either to horizontal or
vertical location, the Contractor will notify the Engineer who will
check the monuments{s) in question. Any control monuments found to
be in error will be reset. There will be no charge to the
Contractor for this service, and it is understood that the Engineer
will not be charged for any standby or "down" time as a result of
such checking and/or resetting procedure.
After the ten (10) working days, the Contractor assumes the
responsibility from the Engineer for the accuracy and preservation
of all primary control monuments. The Contractor shall be fully
responsible for the accuracy of all construction staking.
Staking.
All stakes will be color-coded with flagging in accordance with
the following schedule:
Primary Control
Boundary
Traverse Line
Street Centerline
Block and Lot Corners
Clearing
Drainage
Water
Sewer
Manholes, Valves,
Fire Hydrants, Inlets
Building Location
Soil Borings
Pinkglo and White
Pinkglo and Blue
Pinkglo
Red
Blue and Yellow
Pinkglo and Yellow
Green
Blue
Yel 1 ow
White/Blue, Green
or Yel low
White Only
Red and Yellow
o
The Contractor shall provide two {2) copies of the construction
staking surveying notes (cut sheets) to the Engineer prior to
construction of that portion of the facility. The Engineer
assumes no responsible for the accuracy of the survey notes.
No direct compensation will be paid to the Contractor for the
construction staking of the facilities included in this
Project. It is understood that the cost of the construction
staking is included in the prices bid for the items in the Bid
Proposal.
During final inspection of the job, the Engineer will verify
that all primary control monuments are still in place. Any
missing or disturbed monuments shall be replaced by the
Contractor.
01051-2
Ge
Je
Should the Contractor not reset missing or disturbed monuments
before the next phase of work on the Project, the Owner may have~
the monuments reset and subtract the cost from the Contractor's
final payment.
The Contractor shall safeguard all points, grade marks stakes and
bench marks established on the work; shall bear the cost of
re-establishing same if disturbed; and shall assume the entire
expense of rectifying work improperly constructed due to failure to
maintain and protect such established points and marks.
The Contractor shall give the Engineer two days {excluding weekends
and holidays} minimum notice of the time and place where survey
services are required. Such notice shall be in writing.
The Contractor shall request in writing to the Engineer any changes
in the manner in which the surveys by the Engineer are being per-
formed. Approvals of such requests shall be at the sole discretion
of the Engineer.
The Contractor shall dewater all areas in which surveying by the
Engineer or Contractor is required. These areas shall be maintained
in a dry condition suitable for surveying operations by the
Contractor or Engineer until surveying in the dewatered area is
complete.
The Contractor shall make an allowance in his work schedule and the
amount bid to perform the work for the time required for the Engineer
to complete the required surveying as specified in this section and
elsewhere in the Contract Documents. Neither the Owner or Engineer
will be charged for downtime due to surveys.
END OF SECTION
010:2201-32
01051-3
SECTION 01077 - ABBREVIATIONS, SYMBOLS, TRADE NAMES AND MATERIALS
PART 1 - GENERAL
1.O1 DESCRIPTION
This Section of the Specifications lists many of the trade
associations and general standards which are referenced repeatedly in
the Specifications, along with the abbreviations commonly used for
these references. This Section also specified certain general
requirements for the Work, in relation with standards, and with trade
associations and their published recommendations. Refer to
individual Specifications Sections for names and abbreviations of
other trade associations and standards which are referenced less
repeatedly.
1.02 ABBREVIATIONS AND NAMES
1.03
The following abbreviations maybe referenced in
Documents are defined to mean the associated names.
for words are listed on the Drawings.
the Contract
Abbreviations
AASHTO
ACI
AISI
ANSI
ASCE
ASTM
AWS
AWWA
CIPRA
CRSI
Fed.Spec.
NEC
NEMA
NCTCOG
OSHA
SDHPT
UL
American Association of State Highway and
Transportation Officials
American Concrete Institute
American Iron and Steel Institute
American National Standards Institute {previously
A.S.A. American Standards Association}
American Society of Civil Engineers
American Society for Testing and Materials
American Welding Society
American Water Works Association
Cast Iron Pipe Research Association
Concrete Reinforcing Steel Institute
Federal Specification
National Electric Code
National Electrical Manufacturers Association
North Central Texas Council of Governments
Occupational Safety and Health Administration
State Department of Highways and Public Transportation
Underwriters Laboratories, Inc.
QUALITY ASSURANCE
Ae
General Applicability of Standards
Except where more explicit or more stringent requirements are
specified or are required by governing regulations, applicable
standards of the construction industry have the same force and effect
for the Work; and are made a part of the Contract Documents by
reference as if copied directly into the Contract Documents, or as if
published copies were bound herewith.
01077-1
B. Referenced Standards
De
Referenced standards shal] have precedence over non-referenced
standards, which are intended by the manufacturer for application to
work similar to that required on the ProJect.
Non-Referenced Standards
Industry standards not specifically referenced for applicability to
the Work, including standards listed in this Section but not
referenced elsewhere, have the following general applicability to
the Work:
No particular applicability is intended, except as a general
measurement of whether the performed work complies with
standards of the construction industry.
Comply with the standards which were in effect at the date of
bidding except where specifically indicated to comply with a
publication of another date.
Copies of Standards
In general, copies of applicable standards have not been bound with
the Contract Documents. Where copies of standards are needed for
proper performance of the Work, the Contractor is required to obtain
such copies directly from the publication source.
END OF SECTION
011:2201-32
01077-2
SECTION 01150 MEASUREMENT AND PAYMENT
PART 1 - GENEP~AL
1.01 GENERAL
Ae
Section 5, "Measurement and Payment" of the General Conditions shall
be supplemented by the following items.
1.02 BID PROPOSAL
Ae
The Bid Proposal is a part of these Contract Documents, and lists each
item of work for which payment will be made. No payment will be made
for any items other than those listed in the Bid Proposal.
Required items of work and incidentals necessary for the satisfactory
completion of the Project which are not specifically listed in the Bid
Proposal, and which are not specified in this Section to be measured
or to be included in one of the items listed in the Bid Proposal shall
be considered as incidental to the specified work required under this
Contract, and all costs thereof including Contractor's overhead costs
and profit, shall be considered as included in the prices bid for the
various Bid Items. The Contractor shall prepare his Bid accordingly.
Work includes furnishing all plant, labor, equipment, tools, and
materials, and performing all operations required to complete the work
satisfactorily in place, as specified and as indicated on the
Drawings.
1.03 MEASUREMENT
A. Measurement of an item of work will be by the unit indicated in the
Bid Proposal.
Be
An instrument survey of the site by the Engineer of the specified work
will be made prior to commencement of wore under this Contract, and
measurements as specified will be based on this survey, without regard
to any natural changes that may occur prior to or during the
prosecution of the work.
Ce
Prior to final inspection, an instrument survey will be made by the
Engineer to verify compliance with the Drawings and Specifications.
All work required, if any, to bring the Project in compliance and all
costs to resurvey for compliance shall be borne by the Contractor at
no cost to the Owner.
De
Measurements will include all
not specified to be included
Proposal.
necessary and incidental related work
in any item of work listed in the Bid
Measurement of concrete will be made on the basis of the actual volume
of concrete within the lines of the structures as indicated on the
Drawings and as specified. Measurement of concrete placed against the
sides of any excavation without the use of intervening forms will be
01150-1
Fo
Ge
made only within the neat lines of the structure. No deductions will
be made for rounded or beveled edges.or space occupied by metal work,
nor for voids or embedded items which are either less than five cubic
feet in volume or one square foot in section.
Work required in stockpiling or temporary storing and transporting to
and from stockpiles or temporary storage will not be measured for
payment.
Measurement of an item of work will be by the unit indicated in the
Bid Proposal and will include all work as listed below.
Bid Item No. 1, "Clearing, Grubbing and Stripping," covers work
specified in Section 02102 and as indicated on the Drawings for
clearing and grubbing all areas to be excavated and clearing,
grubbing and stripping all areas .to be filled. This item shall
also include an allowance of $2,000 for construction photographs
as requested by the Engineer and specified in Section 01380.
Measurement will be by the job.
e
Bid Item No. 2, "Seeding," covers work specified in Section 02270
and as indicated on the Drawings for seeding all areas required
on the Drawings to be seeded only. This item includes
preparation of the seed bed, seeding, fertilizing, mulching, and
watering as required to provide an acceptable stand of grass of
the type and density specified. Measurement will be by the acre
of area seeded.
Bid Item No. 3, "Compacted Embankment" covers work specified in
Section 02200 and 02210 and as indicated on the Drawings for
compacted roadway embankment fill. This item includes removal of
topsoil, earth, and friable rock; foundation prepartion,
obtaining, hauling and stockpiling and rehandling; distribution,
grading and compacting of fill material. Embankment quantities
for payment will be based upon original ground surveyed cross
sections which have been or will be obtained by Owner, and the
finished grades as shown on the Drawings or actual as-built
finished grade, whichever results in lesser compacted
embankment. Embankment quantities will be based on original
ground cross sections regardless of material changes which may
occur prior to or during construction. The average end area
method will be used to compute volumes. No separate measurement
shall be made for excavation, temporary or erosion control
drainage ditches or any earthwork performed for the convenience
of the Contractor. This item does not include excavation,
embedment or backfilling for drainage pipes and boxes, utilities,
or bridge structures. Such work shall be considered incidental
to the installation o~ drainage and utilities 6acilities and
bridge structures and will not be paid for separately.
Measurement will be by the cubic yard in place.
01150-2
Bid Items No. 4 through 8, inclusive, "8-inch 3000 psi
Continuously Reinforced Concrete Pavement", "6-inch Concrete
Integral Curb", "4-inch Concrete Median Paving", "Reinforced
Concrete Street Header", "4-inch Reinforced Concrete Sidewalk,"
respectively, covers work specified in Section 02515 and as
indicated on the Drawings for concrete pavement, curb, median
paving, concrete street header and concrete sidewalk. This item
includes shaping and fine-grading of the roadbed; including
furnishing and applying all water required, for furnishing,
loading, and unloading, storing, hauling and handling all
concrete, ingredients, including all freight and royalty
involved; for mixing, placing, finishing, sawing, cleaning, and
sealing joints and curing all concrete; for furnishing and
installing all reinforcing steel; for furnishing all materials
for sealing joints and placing longitudinal and expansion joints,
including all steel dowel caps and load transmission devices
required, and wire and devices for placing, holding, and
supporting the steel bars, load transmission devices and joint
filler material iln proper position; for coating steel bars where
required by Plans and for all manipulations, labor, equipment,
appliances, tools, traffic provisions and incidentals necessary
to complete the work. Measurement of concrete pavement will be
by the square yard of surface area of complete and accepted
work. The surface area will be construed to include that portion
of the pavement area extending beneath the curbs. Monolithic
integral curb will be paid for by the linear foot. Concrete
street header will be paid for by the linear foot. Concrete
median paving and sidewalks will be paid for by the square foot
of surface area.
Bid Item No. 9, "Lime Stabilization," covers work specified in
Section 02502 and as indicated on the Drawings for the lime
treatment of the subgrade to the depth shown. This item includes
all correction of secondary subgrade, loosening, mixing
pulverizing, spreading, drying, application of lime, water
content of the slurry, shaping and maintaining, all manipulations
required, all hauling and freight invo?ved, all tools, equipment,
labor, and all incidentals necessary to complete the work.
Sprinkling and rolling will not be paid for directly but the cost
of all sprinkling and rolling will be subsidiary to other Bid
Items. Measurement will be by the square yard at the depth
specified.
Bid Item No. 10, "Hydrated Lime," covers work specified in
Section 02502 and as indicated on the Drawings for lime for
subgrade stabilization. This item includes furnishing and
delivery of all lime. Measurement will be by the ton (2,000
pounds) dry weight.
Bid Items No. 11 and 12, "Type A Asphaltic Concrete Pavement",
and "Type D Asphaltic Concrete Pavement," covers work specified
in Section 02513 and as indicated on the Drawings for asphaltic
concrete pavement. This item includes furnishing all materials,
01150-3
SECTION 01340 SHOP DRAWINGS, PRODUCT DATA ANDSAMPLES
PART 1 - GENERAL
1.01
DESCRIPTION AND REQUIREMENTS
Ae
Type of Submittals
This Section of the Specifications describes the procedures for
submittals such as shop drawings, product data, samples and
miscellaneous work-related submittals. It does not include the
submissions required for administrative work which are described
elsewhere in Division 1 and Contract Documents.
B. Submittal Contents
The submittal contents required are specified in each Section.
Definitions
Submittals are categorized as follows:
1. Shop Drawings
ae
Shop drawings shall include technical data, drawings, dia-
grams, schedules, templates, patterns, reports, calculations,
instructions, measurements and similar information as appli-
cable to specific item for which the shop drawing is
prepared.
Provide newly-prepared information, on reproducible sheets,
with graphic information at accurate scale (except as other-
wise indicated) or appropriate number of prints thereof, with
name of preparer (firm name) indicated. The Contract Draw-
ings ~shall not be traced or reproduced by any method for use
as or in lieu of detailed shop drawings. Show dimensions and
note which are based on field measurement. Identify materi-
als and products in the work shown. Indicate compliance with
standards and special coordination requirements. Do not
allow shop drawing copies without appropriate final "Action"
markings by the Engineer to be used in connection with the
Work.
2. Product Data
Product data includes standard printed information on materi-
als, products and systems, not specially prepared for this
Project, other than the designation of selections from among
available choices printed therein.
01340-1
b. Collect required data into one submittal for each unit of
work or system, and mark each copy to show which copies and
options are applicable to Project. Include manufacturer's
standard printed recommendations for application and use,
compliance with standards, application of labels and seals,
notation of field measurements which have been checked, and
special coordination requirements.
3. Samples
a. Samples include both fabricated and unfabricated physical
examples of materials, products and units of work, both as
complete units and as smaller portions of units of work,
either for limited visual inspection or (where indicated) for
more detailed testing and analysis.
b. Provide units identical with final condition of proposed
materials or products for the work. Include "range" samples
(not less than 3 units) where unavoidable variations must be
expected, and describe or identify variations between units
of each set. Provide full set of optional samples where the
Engineer's selection is required. Prepare samples to match
the Engineer's sample where so indicated. Include infor-
mation with each sample to show generic description, source
of product name and manufacturer, limitations, and compliance
with standards. Samples are submitted for review and confir-
mation of color, pattern, texture and kind by the Engineer.
Engineer will not test samples (except as otherwise indi-
cated) for other requirements, which are the exclusive
responsibility of the Contractor.
4. Miscellaneous submittals related directly to the work (non-
administrative) include warranties, maintenance agreements,
workmanship bonds, survey data and reports, physical work
records, statements of applicability, quality testing and
certifying reports, copies of industry standards, record
drawings, field measurement data, operating and maintenance
materials, overrun stock, security/protection/ safety keys and
similar information, devices and materials applicable to the work
but not processed as shop drawings, product data or samples.
5. Special Project Requirements
a. Concrete Reinforcing Drawing
1. Concrete Reinforcing Drawings will be checked for general
arrangement and structural safety; however, the responsi-
bility of reinforcing the structures in compliance with
the design Drawings rests entirely with the Contractor.
The shop drawings shall have been checked by the Con-
tractor before being submitted. Drawings submitted that
have not been checked will not be accepted.
01340-2
2. The reinforcing details shall consist of a bar schedule,
showing the number of bars, marks, sizes, lengths,
weights, bending configurations, and an erection drawing
indicating the location in the structure of all rein-
forcing bars and accessories as required to support the
steel in compliance with the latest American Concrete
Institute Manual of Standard Practice and as specified.
1.02 GENERAL SUBMITTAL REQUIREMENTS
A. Scheduling
Where appropriate in various required administrative submittals
{listings of products, manufacturers, suppliers and sub-contractors,
and in job progress schedule), show pKincipal work-related submittal
requirements and time schedules for coordination and integration of
submittal activity with related work in each instance.
B. Coordination of Submittal Times
Within 20 days after receipt of a notice of award, the Contractor
shall submit to the Engineer a complete listing of all items to be
submitted. The listing shall include the following information.
1. Item to be submitted
2. Expected date of first submittal
3. Latest date of approval
The listing shall be sufficiently broken down to provide for partial
submittal of some items {i.e. reinforcing steel and concrete
drawings).
The Contractor shall obtain the Engineer's approval of the submittal
schedule prior to making the first submittal.
C. Sequencing Requirements
As applicable in each instance, do not proceed with a unit of work
until submittal procedures have been sequenced with related units of
work, in a manner which will ensure that the action will not need to
be later modified or rescinded by reason of a subsequent submittal
which should have been processed earlier or concurrently for
coordination.
D. Preparation of Submittals
Provide permanent marking on each submittal to identify Project,
date, Contractor, subcontractor, submittal name and similar infor-
mation to distinguish it from other submittals. Show Contractor's
executed review and approval marking and provide space for the
Engineer's "Action" marking. Package each submittal appropriately
01340-3
Eo
Fo
1.03
for transmittal and
sources other than
without action.
handling· Submittals which are received from
through the Contractor's office will be returned
Number of Copies
Submit 2 copies of each sample and submittal for the Engineer's use.
The Contractor shall also submit the number of additional copies (up
to four) that he wishes returned to him.
Receipt from Contractor: No shop drawings sent directly to the
Engineer from any supplier, subcontractor, or any source other than
the Contractor will be accepted for review.
SPECIFIC CATEGORY REQUIREMENTS
General
Except as otherwise indicated in the individual work sections, comply
with general requirements specified herein for each indicated
category of submittal.
1. Submittals shall contain:
a. The date of submission and the dates of any previous
submissions.
b. The Project title and number: Denton County Road Utility
District No. 1: Paving, Drainage and Utilities - MacArthur
Blvd. Deforest Road to Denton Creek Drainage Channel.
c. The names of the: 1. Contractor
2. Supplier
3. Manufacturer
d. Identification of the product, with the Specification Section
number and equipment tag numbers.
e. Field dimensions, clearly identified as such.
f. Relation to adjacent or critical features of the work or
materials.
g. Applicable standards, such as ASTM or Federal Specification
numbers.
Notification to the Engineer in
submission, of any deviations in
requirements of the Contract Documents.
writing, at time of
the submittals from
Identification of revisions on resubmittals.
An 8-inch
stamps.
x 3-inch blank space for Contractor and Engineer
01340-4
1.04
1.05
A.
1.06
Contractor's stamp, initialed or signed, certifying review of
submittal, verification of products, field measurements and
field construction criteria and coordination of the infor-
mation within the submittal with requirements of the Work and
of Contract Documents.
Submittal sheets or drawings showing more than the particular
items under consideration shall have all but the pertinent
description of the item for which review is requested crossed
out.
ROUTING OF SUBMITTALS
Submittals and routine correspondence shall be routed as follows:
1. Supplier to Contractor {through representative if applicable) for
preliminary check.
2. Contractor to Engineer for general review or comment.
3. Engineer to Contractor.
4. Contractor to Supplier.
ADDRESS FOR COMMUNICATIONS
Engineer
Carter & Burgess, Inc.
ATTN: Phil Deaton, P.E.
7950 Elmbrook Drive, Suite 250
Dallas, Texas 75247
Telephone {214) 638-0145
REVIEW OF SUBMITTALS
Review Time
Allow a minimum of two (2) weeks for the Engineer's initial
processing of each submittal requiring review and response, except
allow longer periods where processing must be delayed for
coordination with subsequent submittals. The Engineer will advise
the Contractor promptly when it is determined that a submittal being
processed must be delayed for coordination. Allow two weeks for
reprocessing each submittal. Advise the Engineer on each submittal
as to whether processing time is critical to progress of the work,
and therefore the work would be expedited if processlng time could be
foreshortened.
01340-5
Engineer's Action
1. Final 'Unrestricted Release. Work may proceed, provided it
complies with Contract Documents, when a submittal is returned
with the following marking:
"Reviewed"
2. Conditional Release. Work may proceed, provided it complies with
the Contract Documents and the revisions indicated on the
submittal are made, when a submittal is returned with the
following marking:
"Furnish as Corrected"
3. Revision Requested. Work may not proceed. Make indicated
revisions to the submittal and resubmit the information, when a
submittal is returned with the following marking:
"Revise and Resubmit"
4. Rejection. Work may not proceed. Item submitted does not
conform to the Plans and Specifications. Resubmit an item that
does conform to the Specifications when a submittal is returned
with the following marking:
"Rejected"
PART 2
PART 3
PRODUCT (Not Applicable)
EXECUTION (Not Applicable)
END OF SECTION
015:2201-32
01340-6
SECTION 01370 - SCHEDULE OF VALUES
PART I - GENERAL
1.01 CONTRACTOR COST BREAKDOWN
Immediately after being awarded a Contract for the Work, the
Contractor shall furnish the Engineer with a breakdown of its lump
sum Bid Items suitable for use in the preparation of progress
estimates for the job. Such a breakdown shall tabulate quantities
and the unit prices to be applied for the various features of the
Work and shall be in sufficient detail as to permit its use in
preparation of progress estimates. The cost breakdown shall not
be unbalanced.
B. Progress payment for materials on hand and equipment delivered for
installation as a part of the work will be based on invoices.
The Engineer will not approve a progress estimate for payment
until a satisfactory cost breakdown for the Project has been
submitted by the Contractor.
END OF SECTION
016:2201-32
01370-1
SECTION 01380 CONSTRUCTION PHOTOGRAPH~
PART I - GENERAL
1.01 DESCRIPTION
AJ
At a time directed by the Engineer, photographs shall be taken from
a helicopter on or about the first day of each month showing the
general condition of the work. An established commercial photo-
grapher approved by the Owner shall be used. A representative of
the Owner shall accompany the photographer. Construction photo-
graphs shall be submitted along with progress payment request.
Prints shall be in color, matte finish, commercial grade. A minimum
of 12 views shall be taken each month but not less than that
required to view the construction site in detail from all necessary
angles or view points. Two 8x10 prints of each view shall be
supplied to the Owner and one to the Engineer as soon as practical
after the first day of each month. The Contractor shall furnish
negatives so additional copies may be made at the Owner's expense,
if he so chooses. Each photograph shall be indentified on the back
(typed on label) with the name of Owner, Engineer, Contractor, the
date the photograph was taken, direction which view is looking and a
description of subject.
A drawing of the area showing the location where photographs were
taken shall be furnished.
END OF SECTION
017:2201-32
01380-1
SECTION 01400 - QUALITY CONTROL
PART I GENERAL
1.01 DESCRIPTION
1.02
1.03
1.04
1.05
Specific quality control requirements for the work are indicated
throughtout the Contract Documents. Quality control provisions for
manufactured products are specified in indivdual work Sections.
CODES AND STANDARDS
Testing shall be performed to meet the requirements of pertinent
codes and regulations and with selected standards as specified
elsewhere in the Specifications.
TEST REPORTS
Test reports and related instruction shall be processed and
distributed promptly to ensure necessary retesting and replacement of
materials with the least possible delay in the work.
PAYMENT FOR LABORATORY TESTING SERVICES
A. The Owner will employ and pay for initial testing unless
otherwise specified.
B. When initial tests indicate non-compliance with the Contract
Documents, retesting shall be performed by the same testing
laboratory at the Contractor's expense. Said expense shall be
deducted from the next monthly partial payment statement.
C. Inspection or testing performed exclusively for the Contractor's
convenience shall be borne by the Contractor.
D. Employment of a testing laboratory by the Owner in no way
relieves the Contractor of his obligation to perform the work
according to the Contract Documents.
MATERIAL TESTING
A. Representatives of the testing laboratory shall have access to
the work at all times. Facilities for access shall be provided
in order that the testing laboratory may perform its functions
properly.
B. Testing Schedules
1. The testing laboratory shall be consulted in advance to
determine time required to perform tests and issue each of
the findings. Required time shall be included within the
construction schedule.
01400-1
1.06
2. When changes of the construction schedule are necessary, such
changes shall be coordinated with the testing laboratory as
required.
C. All samples for testing, unless othewise provided elsewhere in
these Specifications, shall be taken by the testing laboratory.
All sampling equipment and personnel shall be provided by the
testing laboratory unless otherwise specified. All deliveries of
samples to the testing laboratory shall be performed by the
testing laboratory unless otherwise specified.
ACCESS
The Contractor shall provide the Engineer and Testing personnel
access to all areas for the purpose of conducting tests as specified.
END OF SECTION
018:2201-32
01400-2
SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS
PART I GENERAL
1.01 DESCRIPTION
1.02
A.
Co
Eo
1.03
Ao
The facilities and controls specified in this Section are considered
minimum for the Project. After obtaining approval, the Contractor
may provide additional facilities and controls which he considers
necessary for proper execution of the work and to meet his
responsibilities for protection of persons and property.
BUILDINGS FOR CONTRACTOR
The Contractor shall maintain a field office for his use at an Owner
approved location on the jobsite during the entire period of
construction. Plans, working drawings, and Contract Documents shall
be maintained at this office at all times.
Separate telephone service shall be installed and maintained at all
times at the Contractor's Field Office. A minimum of two separate
trunk lines and numbers shall be installed.
The Contractor shall make all necessary arrangements with the
telephone company for service and he shall pay all charges for
temporary lines, poles, and installation for service during the
construction period.
Storage. Watertight storage facilities of suitable size with floor
above ground level shall be provided for all materials susceptible
to weather damage. Storage of other materials on blocks off the
ground is acceptable. Materials shall be placed to permit easy
access for. inspection and identification.
The Contractor shall provide all water, heat, air conditioning,
sanitary, cleaning and other services as may be necessary for the
duration of the Project. The Contractor shall bear the cost of all
expense associated with the operation and maintenance of the
Contractor's field office and other buildings at no additional
expense to the Owner.
UTILITIES
Temporary Connection. All temporary connections for water,
electricity, gas and other services needed to do the work including
water for construction and domestic consumption shall be arranged by
the Contractor. The cost of connection and use shall be paid for by
the Contractor.
01500-1
Ordinary Backfill· Good sound earth free from waste, rubbish,
objectionable organic matter, large rocks, waste concrete, or
other unstable or unsuitable material.
Select Backfill. Non-expansive sandy clay, clayey sand, silty
sand or clean sand with a maximum liquid limit of 35 percent
and a maximum plasticity index of 20. Limits of backfill shall
be as shown on Drawings.
Select Sand Backfill. Granular sand material meeting the
requirements of ASTM C-33, with the following gradation:
Sieve Site
% Passing
3/8 in. 100
No. 4 95 to 100
No. 8 80 to 100
No. 16 50 to 85
No. 30 25 to 60
No. 50 10 to 30
No. 100 2 to 10
The amount of deleterious substances in the select sand shall
not exceed limits defined in ASTM C-33.
The limits of select sand backfill shall be as shown on the
Drawings.
PART 3 - EXECUTION
3.01 EXCAVATION
Ao
Excavations shall be of such dimensions as to permit the
construction of the work in the manner, shape and size shown on the
Drawings. Excavation shall extend a sufficient distance from walls
to allow for placing and removal of forms, installation of piping
and inspection.
Bo
Authorized Additional Excavation. Where the proposed subgrade
material on which the foundation, footing or slab is to be placed is
deemed unsatisfactory by the Engineer, carry the excavation to an
additional depth specified by the Engineer and fill the excavation
space with Class "A" Concrete. The additional excavation and Class
'A' concrete shall be paid for at the unit price per cubic yard set
forth in the Bid Schedule ~.
02223-2
De
3.02
A.
Bo
Approved Additional Excavation. Upon written request by the
Contractor, the Engineer may approve additional excavation. Carry
the excavation to a depth approved by the Engineer, and fill the
excavated space below the structure foundation with crushed stone.
Such work shall be considered as a convenience to the Contractor and
shall be done at no additional cost to the Owner.
Unauthorized Excavation. Whenever the excavation is carried beyond
or below the lines or grades shown on the Drawings, refill all such
excavated space below the structure foundation with crushed stone.
This work shall be done at no additional cost to the Owner.
Material Storage. Stockpile excavated materials classified as
satisfactory soil material where directed by the Engineer until
required for backfill or fill. Place, grade and shape stockpiles
for proper drainage.
Blasting. Explosives shall not be used.
Shoring, Sheeting and Bracing. Excavations shall be properly
shored, sheeted and braced as the nature of the ground may require
to prevent shifting of material with possible damage to existing or
uncompleted structures and attendant delay of work.
DEWATERING
Commencing sufficiently in advance of excavation, during the
excavation period and as long thereafter as the condition of the
work may require, provide and maintain in good operating condition
such equipment as may be required to prevent all water from entering
any excavation. This shall include, but is not limited to: surface
water which would drain into the excavation; seepage water which
would enter as a result of the excavation and high ground water
table; and the water which could penetrate the excavation due to the
anticipated piezometric head coupled with the.removal of overburden,
should the Contractor not lower the water table in advance of the
excavation. Complete backfilling operations before dewatering
operations are suspended. Water removed from the excavation shall
be disposed of in such a manner as to prevent damage to adjacent
property or to other work under construction. Damage of whatever
nature caused by dewatering the work or failure to dewater the work
satisfactorily shall be promptly repaired or remedied by the
Contractor at his own expense. Provision shall be made for the
satisfactory disposal of water pumped from excavations so as to
prevent damage to public or private property. In all cases,
accumulated water in the excavation shall be removed before placing
any concrete or backfilling.
After they have served their purpose, remove all temporary
protective work at a satisfactory time and in satisfactory manner.
All diversion channels and other temporary excavation shall be
cleaned out, backfilled and processed under the same specifications
as those governing the backfill.
02223-3
3.03
A.
3.04
A.
BACKFILLING
Materials. Materials for backfilling around structures shall be
accordance with the following schedule, and as shown on the
drawings:
Bridge abutments, wingwalls, sidewalk seat wall, and retaining
walls: Select Sand Backfill.
Channel Slopes at MacArthur Bridge: Select Backfill.
Approach Slab Base Material: 12" of Select Sand Backfill.
P1 acement of Backfil 1
Concrete in walls shall have attained the required 28-day
compressive strength before any backfill is placed.
Ordinary backfill shall be placed at a moisture content
slightly higher than optimum moisture. It shall be placed in
layers a maximum of twelve {12} inches deep compacted to a
density of 95 percent of the maximum dry density in accordance
with TEX-114-E.
Select backfill shall be brought uniformly around the struc-
ture in horizontal layers of uniform thickness such that after
consolidation the layers are not greater than 12 inches in
thickness. Moisten and compact the material to a density of at
least 95 percent of the maximum dry density as determined in
accordance with TEX-114-E. Add successive layers in the same
manner until the backfill reaches the lines and grades shown on
the Drawings. Remove all sheeting, shoring or bracing in such
a manner as to prevent caving in of the bank or disturbance of
adjacent areas of structures.
Density of backfill in place shall be determined in accordance
with TEX-115-E, at the Owners expense. Backfill that fails the
density tests will be retested at the Contractor's expense.
Backfilling behind all walls shall be done with hand-operated
tampers or light compaction equipment. Heavy compaction
equipment shall not be used closer than 6 feet from the wall.
EXISTING UTILITIES
Locate existing underground utilities in the areas of work. Provide
adequate means of protection during excavation operations.
Should uncharted or incorrectly charted piping or other utilities be
encountered during excavation, consult the utility owner immediately
02223-4
Co
for directions. Cooperate with the Owner and public and private
utility 'companies in keeping their respective services and
facilities in operation. Repair damaged utilities to the
satisfaction of the utility company.
Do not interrupt existing utilities except when permitted in writing
by the user, and only after temporary utility services have been
provided.
END OF SECTION
013:2201-82
02223-5
SECTION 02225 - TRENCHING, BACKFILLING, EMBEDMENT AND ENCASEMENT
PART 1
1.01
A.
1.02
A.
B.
GENEP~AL
DESCRIPTION
General
1. Furnish all labor, equipment and materials, and perform all
operations in connection with the excavation, trenching,
backfill, embedment and concrete encasement required to install
the pipelines shown on the Drawings, and as specified.
2. Excavation shall include the removal of any trees, stumps, brush,
debris, or other obstacles that may obstruct the line of work,
and the excavation and removal of all earth, rock or other
materials to the extent necessary to install the pipe and
appurtenances in conformance with the lines and grades shown on
the Drawings, or as specified.
3. Backfill shall include the refilling and consolidation of the
fill in the trenches and excavations up to the surrounding ground
surface or road grade at crossing.
4. The term "trench" shall have the meaning assigned to that term in
the standards promulgated by the Occupational Safety and Health
Administration (OSHA).
QUALITY ASSURANCE
Construction minimum standards: NCTCOG Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
Compaction density test: ASTM D 698.
Owner will hire an independent testing laboratory to conduct tests:
1. In-place moisture and density tests.
2. Contractor to pay for retests of material not passing initial
tests.
Density. All references to "Maximum Dry Density" or "Dry Density"
shall mean the maximum density defined by ASTM D 698, unless
otherwise specified. Determination of the density of backfill
in-place shall be in accordance with the requirements of ASTM D 2922,
02225-1
unless otherwise specified.
Sources and Evaluation Testing. Materials to be used for embedment
and granular material to be used for select backfill shall be
obtained in accordance with a sampling plan and ASTM D 75, Sampling
Aggregates. Testing of materials to certify conformance with the
Specification requirements shall be performed by an independent
testing laboratory paid by the Contractor. Contractor's testing
agency shall perform tests upon change of source and at sufficient
intervals to certify conformance of all select material furnished for
use on this Project.
1.03
A.
SUBMITTALS
Contractor's reports on suitability of materials for embedment and
granular materials.
PART 2 - PRODUCTS
2.01
A.
Bo
Do
Eo
Fo
2.02
MATERIALS FOR EMBEDMENT OF PIPE
Crushed Stone Embedment: Crushed rock as shown on the Plans and in
accordance with NCTCOG Specifications Item 2.1.8. (a), Grade 4. ~
Granular Material: As shown on the Plans and in accordance with
NCTCOG Specifications Item 2.1.8.(b).
Sand: As shown on the Plans and in accordance with NCTCOG
Specifications Item 2.1.8 (f}.
Select Material: Non-expansive sandy clay, clayey sand, silty sand
or clean sand with a maximum liquid limit of 35 percent and a maximum
plasticity index of 20. Limits of backfill shall be as shown on the
Plans.
Native Material: Excavated material may be used in the trench
backfill as indicated on the Drawings, provided that all hard rock
and stones having any dimensions greater than six {6) inches in
diameter, and all frozen earth, debris and roots larger than two (2)
inches are removed. Native material must be approved by the
Engineer.
Fine Crushed Rock: As shown on the Plans and in accordance with
NCTCOG Specifications Item 2.1.8. {a).
CLASS A CONCRETE FOR EMBEDMENT AND ENCASEMENT
Concrete embedment and encasement shall have a minimum compressive
strength of 3,000 pounds per square inch at 28 days in accordance
with Division 3 of these Specifications. Dry mix will not be
permitted. The concrete cushion portion of the embedment or
encasement shall be mixed moist or damp to give a slump of not more
02225-2
PART 3
3.01
A.
3.02
A.
Bo
than one (1) inch. Concrete for the sides and top, if specified,
shall be mixed to obtain a slump of not less than one (1) inch nor
more than three (3) inches, and shall be placed after the concrete
used for cushion portion of the embedment or encasement sets up.
EXECUTION
CONSTRUCTION - GENERAL
Construct to line and grade as indicated.
with Item 6.2 of NCTCOG Specifications.
Construct in accordance
TRENCH EXCAVATION
Topsoil. Topsoil and grass shall be stripped a minimum of six (6)
inches over the trench excavation site and stockpiled separately for
replacement over the finished grading areas.
Excavation.
1. Trenches shall be excavated to the lines and grades shown on the
Drawings with the centerline of the trenches on the centerline of
the pipes.
2. The sides of all trenches shall be vertical to a point one foot
above the top of the pipe. Unless otherwise indicated on the
Drawings, the trench width shall be eual to the sum of the
outside diameter of the pipe plus 2 feet, within a tolerance of
plus/minus 3 inches. This distance will be measured at an
elevation in the trench which is 12 inches above the top of the
pipe when laid to grade.
3. Wherever the prescribed maximum trench width is exceeded, the
Contractor shall use the next higher class {load factor) of
embedment or encasement for the trench width as actually cut, at
no additional cost to the Owner.
4. The trenches shall be excavated to the required depth allowing
for the placement of pipe bedding to the thickness shown on the
Drawings.
5. Should the bottom of the trench become an unstable foundation for
the pipe through the failure of the Contractor to adequately
perform, the Contractor shall remove the unstable material and
fill the trench to the proper subgrade with crushed rock. No
extra compensation will be allowed for this material or work.
Should the trench be inadvertently excavated to a greater depth
than necessary, crushed rock fill to the proper subgrade shall be
provided at no additional cost to the Owner.
6. Should the undisturbed material encountered at the grade depth
constitute, in the opinion of the Engineer, an unstable
foundation for the pipe, the Contractor shall be required to
remove such unstable material and fill the trench to the proper
02225-3
subgrade with crushed rock. Payment will be made to the
Contractor at the unit price per cubic yard set forth in the Bid
Schedule.
7. During excavation, the exact location of existing underground
installations shall be determined by the Contractor and when
uncovered, proper precautions and supports shall be provided so
as not to interrupt existing service.
8. When excavations are made near other utilities, structures,
roadways, or other improvements such that damage to these items
is possible, the Contractor shall take those precautions
necessary to ensure that these items are protected during the
time that the excavation is open, so as not to interrupt existing
service.
3.03
A.
Bo
Co
Do
TRENCH SAFETY
In caving ground or in wet, saturated or flowing or otherwise
unstable materials, the sides of all trenches and excavations shall
be adequately sheeted and braced, or the trench slopes shall be laid
back, to maintain the excavation from slides or cave-ins and to
provide safety for workmen.
In all cases, excavation shall as a minimum conform to the
requirements of the Occupational Safety and Health Administrations~s
(OSHA) standards for trench safety.
Copies of geotechnical reports may be obtained for this project as
indicated in Section 02010 for the Contractor's use in the design of
the trench safety system. The Contractor shall review the
information and familiarize on-site personnel with conditions as
shown on the logs. Subsurface conditions between locations shown on
the logs will vary and it is the Contractor's responsibility to
detect varying conditions which may be hazardous and take appropriate
action.
Sheetings and shoring shall not be left in place unless its removal
is determined impractical by the Engineer.
3.04
A.
Co
DEWATERING EXCAVATIONS
There shall be sufficient pumping equipment, in good working order,
available at all times to remove any water that accumulates in
excavations. Where the pipe line crosses natural drainage channels,
conduct work in such a manner that unnecessary damage or delays will
be prevented. Provide for the satisfactory disposal of surface water
pumped to prevent damage to public or private property.
In all cases, remove accumulated water in the trench before laying
pipe, placing bedding or concrete, or backfilling.
Water may be discharged directly to Denton Creek provided that such
discharge does not interfere with activities being performed by
others. Points of discharge shall be approved by the Engineer. Silt
or other material deposited in Denton Creek as a result of dewatering
02225-4
3.05
3.06
A.
3.07
A.
Bo
activities shall be removed and disposed of as directed by the
Engineer at no additional cost to the Owner.
EXCAVATED MATERIALS
Place excavated material adjacent to the work to be used for
backfilling as required. Place top soil separately in a careful
manner to replace over the finished grading areas.
EMBEDMENT OF PIPE
The embedment shall be as indicated on the Drawings. The initial
layer of embedment placed to receive the pipe shall be brought to
grade and dimensions indicated on the Drawings, and the pipe shall be
placed thereon and brought to grade by tamping, or by removal of the
slight excess amount of embedment under the pipe. Adjustment to
grade line shall be made by scraping away or filling with embedment
material. Wedging or blocking up of pipe will not be permitted.
Each pipe section shall have a uniform bearing on the embedment for
the length of the pipe, except immediately at the joint. All
embedment and/or encasement shall extend the full width of the trench
bottom.
After embedment has been placed, joints made and inspected, and
sufficient time has passed to prevent damage to the embedment or
joints, backfill shall be placed to a depth of 12 inches over the top
of the pipe or as shown on the Drawings.
Trenches shall be mechanically tamped in layers not exceeding 12
inches in thickness of loose fill approximately equal on each side of
the pipe. The first layer shall not extend above the spring line of
the pipe. When necessary, backfill materials shall be moistened to
facilitate compaction by tamping.
Where shown on the Plans, pipe shall be backfilled with 'Sand to a
height of 12 inches over the top of the pipe, or as shown on the
Drawings. Bring up backfill in mechanically tamped lifts not
exceeding six (6) inches in thickness, approximately equal on each
side of the pipe. All embedment and backfill to 12 inches above the
pipe shall be compacted as shown on the Drawings.
CONCRETE EMBEDMENT AND ENCASEMENT
After pipe joints are completed, embedments at the joints shall be
brought to proper grade to fill any voids. Where concrete is placed
over or along the pipe, it shall be placed in such a manner as not to
damage the joints or displace the pipe. Free-fall of concrete shall
not exceed five (5) feet.
While placing concrete embedment and until the concrete sets up, each
pipe shall be properly braced and held to grade so as to prevent any
possible shifting or floating of the pipe.
No cleavage line between the base concrete and the side or top
02225-5
Do
3.08
A.
Bo
Co
concrete shall be allowed. Backfilling shall be done in a careful
manner and at such time after concrete embedment or encasement has
been placed as not to damage the concrete in any way.
Backfill placed over concrete embedment, encasement, cradle, or block
shall not be placed until the concrete has set up to such an extent
that backfill operations will not damage the concrete.
FINAL BACKFILL PLACEMENT
From 12 inches above the top of the pipe, or as shown on the
Drawings, the trench shall be backfilled with Native Material from
the excavation, unless otherwise shown on the Drawings, placed in
mechanically tamped lifts not exceeding six (6) inches in thickness.
No appreciable weight of any sort, other than backfill, shall be
allowed on the pipe until it has been covered to such a depth that
damage to the pipe or joints will not occur. The top six (6) inches
shall be free from rock.
Dispose of excavated material which is unsuitable for backfilling and
excess material in accordance with Section 02227. Surplus soil may
be neatly distributed and spread on the right-of-way which shall be
left in a clean and sightly condition. Remove surplus rock from the
trenching operations from the site. The Owner may require surplus
soil to be hauled to a designated waste area.
Method of Consolidation.
1. The final backfill material shall be compacted by mechanical
tampers, rollers or by other means to provide the compaction
required. All final backfill from 12 inches above the top of
pipe shall be compacted as shown on the Plans. Such material
shall be tested and approved by the Engineer before continuing.
The initial test section shall be a minimum of 100 lineal feet.
Material not meeting required Specification shall be removed and
replaced at no additional cost to the Owner.
2. Where'c°nstruction enters the limits of State or County right-of-
way, the special requirements of these agencies with respect to
backfilling shall be complied with.
END OF SECTION
kn:O2774DS
2201-32
02225-6
SECTION 02227 WASTE MATERIAL DISPOSAL
PART 1 GENERAL
1.01 DESCRIPTION
Ae
Dispose of waste soils,
materials which are in
permanent work.
cleared and grubbed materials and all
excess of or are unsuitable for use in the
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.01
DISPOSAL OF CLEARED AND GRUBBED MATERIALS
Dispose of the cleared and grubbed materials by burning or by
other satisfactory methods. At no time shall fire be un-
attended, and the Contractor shall be responsible for damage
occasioned by such fires. Disposal of materials in streams
will not be permitted. Do not pile materials in stream
channels or along the banks where it might be washed away by
flood.
Timber and other cleared and grubbed materials within the areas
cleared shall become the property of the Contractor. The
Contractor may cut, trim, hew, saw or otherwise dress felled
timber within the limits of the work area, provided all timber
and all waste materials are disposed of as specified.
Contractor shall dispose of existing wood or brush piles
located along the rights-of-way of proposed streets.
All fence material removed within the areas to be cleared shall
become the property of the Contractor and shall be removed from
the jobsite.
The Contractor shall obtain the necessary permits and authori-
zations from the Texas Air Control Board and City of Coppell.
3.02
DISPOSAL OF WASTE SOIL
Dispose of excavated materials which do not meet Specifications for
use as backfill or embankment or other required fills off the
Project site. Material from stripping which is suitable for use as
topsoil shall be stockpiled in sufficient quantity to provide not
less than four inches of topsoil on areas requiring sprigging and
seeding or seeding only.
END OF SECTION
033:2201-32
02227-1
SECTION 02270 SEEDING FOR EROSION CONTROL
Part 1
1.01
A.
- GENERAL
DESCRIPTION
~Scope of Work. This Section includes seeding for permanent erosion
control including placing of topsoil, tilling, smoothing,
fertilizing, seeding, mulching, and watering the areas indicated to
be seeded on the Drawings. Also included is seeding for temporary
erosion control. Temporary erosion control shall be required when
fill or excavation areas are completed during a period of the year
which is not within the specified allowable planting season for the
seeding of Bermudagrass.
Inspection and Tests.
1. Fertilizer. Furnish the Engineer duplicate copies of invoices
for all fertilizers used on the Project. Invoices for
fertilizer shall show the grade furnished. Each lot of
fertilizer shall be subject to sampling and testing in
accordance with the Texas Fertilizer Law. Sampling shall be in
compliance with the official methods of the Association of
Official Agricultural Chemists. Sampling and testing will be
performed by an independent testing laboratory approved by the
Owner. Samples and tests revealing material which does not
meet specified requirements shall be at the Contractor's
expense. Samples and tests revealing material which meets the
specified requirements will be at the expense of the Owner.
2. Seed. Furnish the Engineer duplicate signed copies of a
statement from the seed vendor certifying that each container
of seed delivered is fully labeled in compliance with the Texas
Seed Law and is at least equal to the Specification require-
ments.' This certification shall appear on or with all copies
of invoices for the seed. Each lot of seed shall be subject to
sampling and testing. Sampling and testing shall be in com-
pliance with the latest rules and regulations under the Texas
Seed Law. Sampling and testing will be performed by an inde-
pendent testing laboratory approved by the Owner. Samples and
tests revealing material which does not meet specified require-
ments shall be at the Contractor's expense. Samples and tests
revealing material which meets the specified requirements will
be at the expense of the Owner.
3. Grassing of Individual Subareas. Seeding of any area shall not
commence until the Engineer has verified that the area has been
cut or filled to the finished grade shown on the Drawings and
the Engineer has given written notice to proceed with grassing
operations.
02270-1
PART 2
2.01
Bo
2.02
2.03
- PRODUCTS
FERTILIZER
Fertilizer
position,
equipment.
fertilizer
containers,
shall be of standard grade, pelleted, uniform in com-
freeflowing, and suitable for application with standard
The fertilizer shall comply with the applicable State
laws and shall be delivered in bags or other convenient
each fully labeled and bearing the name, trademark and
warranty of the producer. Fertilizer applied during the initial
planting of Bermudagrass shall have an analysis of 16-16-6. Ferti-
lizer used in the second application shall have an analysis of
21-0-0. The figures in the analysis represent the percent of nit-
rogen, phosphoric acid, and potash nutrients respectively as deter-
mined by methods of the Association of Official Agricultural Chem-
ists. Fifty percent or greater of the nitrogen required shall be in
the form of nitrate nitrogen. The remaining nitrogen may be in the
form of urea nitrogen.
In the event it is necessary to substitute a fertilizer of a different
analysis, it shall be pelleted or granulated fertilizer with a lower
concentration, but the total amount of nutrients furnished and applied
per acre shall equal or exceed that specified for each nutrient.
Fertilizer shall be stored at a location where it will not come in
contact with any runoff.
WATER
Water shall be fresh and free from injurious amounts of oil, acid,
alkali, salts, or other materials harmful to the growth of grass.
SEED
All seed shall meet the requirements of the 'Texas Seed Law including
labeling requirements for showing pure live seed {PLS : purity x ger-
mination), name and type of seed. All seed shall be treated with a
fungicide; additionally, all legumes shall be innoculated. Seed which
has become wet, moldy or otherwise damaged in transit or storage will
not be acceptable. Seed shall comply with the following
Specifications:
1. The seed for permanent erosion control shall be Bermudagrass
{Cynodon dactylon) and shall be new crop seed, free of other weed
seed to the limits allowable under the Texas Seed Law. The seed
shall be hulled and have a germination and purity that will
produce a pure live seed content of not less than 75 percent.
2. Each standard container of seed shall bear the date of the last
germination test, which shall be within a period of nine months
prior to the date of use.
02270-2
2,04
2.05
3. The seed for cool season temporary erosion control shall be annual
Rye '(Lolium multiflorum), Sudangrass (Sorghum Vulgate var.
sudanese) or Harry Vetch (Vicia villosa) or other cool season
plant seeds as approved by the Engineer.
MULCH
Mulch shall be locally obtained hay free of Johnsongrass or other
noxious weeds or foreign materials.
TOPSOIL
Topsoil shall be suitable material obtained from stripping operations
as specified in Section 02200. All areas to be seeded and/or sprigged
shall receive 4 inches of topsoil.
PART 3 - EXECUTION
3.01 SMOOTHING
Smooth only areas that have become gullied to such an extend that
planting operations would be difficult. Smooth prior to appliciation
of fertilizer.
3.02 TILLING
Till entire area to provide a seed bed for seeding. Accomplish
tilling prior to the distribution of seeds. Tilling shall be a
separate operation from seeding. Till to a depth of not less than
three inches. Perform tilling in such a manner that no objectionable
roughness or cloddishness exists prior to planting operations.
Perform tilling parallel to the embankment.
3.03 SEEDING FOR PERMANENT EROSION CONTROL
Seed only during periods when satisfactory results are likely to be
obtained. When conditions are such, by reason of drought, excessive
moisture or other factors, that results are not likely to be satis-
factory, discontinue work and resume it only when the specified
results are likely to be obtained. Uniformly broadcast or drill
hulled Bermudagrass seed on areas to be seeded at the pure live seed
rate of twenty pounds per acre. Plant Bermudagrass seed immediately
following compaction and smoothing and prior to watering. Where a
cyclone seeder is used, cover the seed by light harrowing or by
rolling with a cultipacker. Plant seed to a depth of one-fourth (1/4)
to one-half (1/2) inch.
02270-3
heating, mixing, hauling, tack coat, placing of asphaltic
concrete mixture, rolling and finishing, and all manipulations,
labor, tools, equipment and incidentals to complete the work.
Measuhement will be by the square yard composite asphaltic
concrete placed.
Bid Item No. 13, "Flexible Base," covers work specified in
Section 02501 and as indicated on the Drawings for flexible base
for pavement. This item includes shaping and fine grading the
roadbed; securing and furnishing all materials, loosening,
screening, and temporary stockpiling when required; load all
materials; spreading, mixing, blading, shaping and finishing, and
all manipulations, labor, tools and incidentals to complete the
work. Measurement will be by the cubic yard in place.
Bid Item No. 14, "Metal Beam GuaKd Fence," covers work specified
in Section 02810 and as indicated on the Drawings for the
installation of non-galvanized metal beam guard fences and
terminal anchor sections. This item includes furnishing all
labor, materials, tools, equipment and incidentals necessary for
a complete installation. Measurement will be by the linear foot
of guard fence and terminal anchor section installed.
10. Bid Item No. 15, "Traffic Button," covers work specified and as
indicated on the Drawings for the installation of traffic
buttons. This item includes furnishing all labor, materials,
supplies, equipment and incidentals to complete this work.
Measurement will be by each button installed.
11. Bid Item No. 16, "Removal of Concrete Pavement", covers work
specified and as indicated on the Drawings for the removal and
disposal of existing reinforced concrete pavement, sidewalk and
curb. Measurement will be by the square yard of surface area of
concrete removed.
12. Bid Item No. 17, "Removal of Asphalt Pavement", covers work
specified and as indicated on the Drawings for the removal and
disposal of existing asphalt pavement. Measurement will be by
the square yard of surface area of asphalt pavement removed.
13. Bid Items No. 18 through 23, inclusive, for reinforced concrete
pipe of various diameters installed by open cut covers work
specified in Section 02721 and as indicated on the Drawings for
furnishing and installing reinforced concrete pipe and fittings.
These items include care of water, excavation and backfill, all
backfill materials, bedding, fittings and joints. Extra
excavation and backfill for trench safety is not included and
will be paid for separately. Measurement will be by the linear
foot of pipe installed measured along the center line of the
pipe.
14. Bid Items No. 24, "5-Foot By 5-Foot Reinforced Concrete
Cast-in-Place Box", installed by open cut covers work specified
in Section 02721 and as indicated on the Drawings for reinforced
concrete box sections. These items include care of water,
01150-4
excavation and backfill, all bedding and backfilling materials,
compaction, concrete and reinforcing steel. Extra excavation and
backfill for trench safety is not included and will be paid for
separately. Measurement will be by the linear foot of box
section installed, measured along the center line of the box
section.
15. Bid Item No. 25, "Reinforced Concrete Transition Structure",
covers work specified in Section 02721 and as indicated on the
Drawings for constructing the cast-in-place reinforced concrete
transition structure at Deforest Road. This item includes care
of water, structural excavation and backfill, all bedding and
backfilling materials, compaction, concrete and reinforcing
steel. Extra excavation and backfill for trench safety is not
included and will be paid for separately. Measurement will be
lump sum.
16. Bid Items No. 26 through 30, inclusive, for inlets of various
sizes, depths and types covers work specified in Section 02721
and as indicated on the Drawings for constructing concrete inlets
for various drainage pipes and box sections. These items include
care of water, structural excavation, backfill, compaction,
concrete, reinforcing steel, and frames and covers. Measurement
will be by each inlet installed.
17. Bid Item No. 31, "Type 'C' Reinforced Concrete Headwall," covers
work specified in Section 02721 and as indicated on the Drawings
for constructing concrete headwalls for various drainage pipes.
This item includes care of water, structural excavation,
backfill, compaction, concrete and reinforcing steel.
Measurement will be by each headwall installed.
18. Bid Item No. 32 and 33, for reinforced concrete manholes of
various types and depths, covers work specified in Section 02721
and as indicated on the Drawings for constructing concrete
manholes for various drainage pipes. These items include care of
water,' Structural excavation, backfill, compaction, concrete,
reinforcing steel, frames and covers, and incidentals necessary
to complete the installation of the manholes. Measurement will
be by each manhole installed.
19. Bid Item No. 34, "Trench Excavation Safety Protection
(Drainage)," covers work specified in Section 02225 for
maintaining trench safety during installation of drainage pipes
01150-5
20.
21.
22.
23.
24.
and appurtenances. This item includes all materials,
maintenance, installation, removal and disposal of trench boxes
and. trench shoring materials, and extra excavation and backfill
required for layed back slopes. Measurement will be by the
linear foot of trench excavated, regardless of the method or
combination of methods used.
Bid Item No. 35, "Select Sand Backfill," covers work specified in
Section 02223 for furnishing and placing Select Sand Backfill
behind the bridge abutments, wingwalls, under bridge approach
slabs as specified and as indicated on the Drawings. The price
bid shall be full compensation for furnishing, placing and
compacting the Select Sand Backfill. Select Sand Backfill placed
in accordance with Section 02225 will not be paid for directly,
but will be included in the linear foot price of the particular
utility installed. Measurement will be lump sum.
Bid Item No. 36, "Select Backfill," covers work specified in
Section 02223 for furnishing and placing Select Backfill at the
channel slopes. The price bid shall be full compensation for
furnishing, placing and compacting the Select Backfill. Select
Backfill placed in accordance with SectiOn 02225 will not be paid
for directly, but will be included in the linear foot price of
the particular utility installed. Measurement will be lump sum.
Bid Item No. 37, "24-inch Diameter Drilled Shaft," covers all
work specified in Section 02360 including drilling, furnishing
and placing reinforcing steel and any required casing, furnishing
and placing concrete, preventing seepage of water, and removing
accumulated seepage water and all loose material prior to placing
concrete, and additional drilling to reach minimum penetration
into foundation strata if required. Measurement will be by the
linear foot.
Bid Item No. 38, "30-inch Diameter Drilled Shaft," covers all
work specified in Section 02360 including drilling, furnishing
and placing reinforcing steel and any required casing, furnishing
and placing concrete, preventing seepage of water, and removing
accumulated seepage water and all loose material prior to placing
concrete, and additional drilling to reach minimum penetration
into foundation strata if required. Measurement will be by the
linear foot.
Bid Item No. 3g, "Class "C" Concrete {Abutment and Wingwall),"
covers all steel reinforcing and concrete work as specified in
Section 03210 and 03310 and as indicated on the Drawings.
Structural excavation as specified in Section 02223 and required
for this work is not to be considered a separate pay item, but is
subsidiary to this item. Backfilling will be paid for separately
in the separate item "Select Sand Backfill" Measurement will be
by the cubic yard.
01150-6
25. Bid Item No. 40, "Class "C" Concrete (Approach Slab)", covers all
steel reinforcing and concrete work as specified in Sections
03210 and 03310 and as indicated on the Drawings. Structural
excavation as specified in Section 02223 and required for this
work is not to be considered a separate pay item, but is
subsidiary to this item. Backfilling will be paid for separately
in the separate item "Select Sand Backfill". Measurement will be
by the cubic yard.
26. Bid Item No. 41, "Class "S" Concrete (Bridge Deck and Bridge
Sidewalk)", covers all steel reinforcing and concrete bridge slab
work, including concrete rail pedestals, diaphragms, armor joints
and embedded items as specified in Section 03210, 03310 and 05120
and as indicated on the Drawings. Measurement will be by the
cubic yard.
27. Bid Item No. 42, "Class "A" Concrete {Slope Paving and
Miscellaneous Concrete"), covers all steel reinforcing and
concrete slope paving work in the vicinity of the bridge
structure, as specified in Section 03210 and 03310 and as
indicated on the Drawings. Structural excavation as specified in
Section 02223 and required for this work is not to be considered
a separate pay item, but is subsidiary to this work. Backfilling
will be paid separately in the separate items "Select Sand
Backfill" or "Select Backfill" where applicable. Measurement
will be by the cubic yard.
28. Bid Item No. 43, "Prestressed Concrete Beam (AASHTO Type IV),"
covers all AASHTO Type IV prestressed beams manufactured,
shipped, and erected in place as specified in Section 03420 and
as shown on the Drawings. Measurement will be by the linear
foot.
29. Bid Item No. 44, "Bridge Rail," covers all metal railing work for
the bridge, as specified in Section 05520 and as indicated on the
Drawings. Measurement will be by the linear foot.
30. Bid Item No. 45, "Granbury Limestone," covers all stone facing
work as specified in Sections 04100 and 04200and where indicated
on the Drawings for bridge abutments, wingwalls, and rail
pedestals. This item includes all materials, hauling, delivery
on-site, cutting of stone, placing stone, mortar, and
manipulations, labor, tools and incidentals necessary for a
complete installation. Measurement will be by the square foot.
31. Bid Item No. 46, "Cast Stone Caps," covers work specified in
Section 04435 and as indicated on the Drawings for the cast stone
caps at the bridge rail pedestals and the wingwalls. This item
covers all labor and materials necessary for complete fabrication
and installation of the cast stone caps. Measurement will be
lump sum.
32. Bid Item 47, "Crushed Rock," covers work specified in Section
02225 for approved removal of unstable foundation material and
replacement with crushed rock. Measurement will be by the cubic
yard.
01150-7
33. Bid Item 48, "Class 'A~ Concrete (Extra Work)," covers work
specified in Section 02223 for Authorized Additional Excavation
and replacement with Class "A" Concrete. Measurement will be by~
the cubic yard of concrete.
34. Bid Item No. 49, "12-inch Ductile Iron Water Line (Bridge),"
covers work specified in Section 02600 and as indicated on the
Drawings for the water line along MacArthur Boulevard, including
that portion along the roadway and also the portion carried
underneath and along the bridge structure. This item includes
furnishing all materials, labor and installation, excavation,
backfill, concrete encasement, fittings and other appurtenances,
pipe hangers, testing and sterilization and all incidentals
necessary for a complete installation. Extra excavation and
backfill for trench safety is not included and will be paid for
separately. Measurement will be by the linear foot of water line
installed.
35. Bid Item No. 50~ "Relocation of Fire Hydrant," covers work
specified in Section 02713 and as indicated on the Drawings, for
the relocation of an existing fire hydrant at the intersection of
MacArthur Boulevard and'Deforest Road. This item includes all
excavation, embedment, backfill, fittings, thrust blocking,
6-inch pipe lead, 6-inch gate valve, hydrant, sterilization,
testing and incidentals to complete the relocation of the fire
hydrant assembly. Measurement will be by each fire hydrant
relocated.
36. Bid Item No. 51, "Adjustment of Valve Box," covers work specified
in Section 02713 and as indicated on the Drawings for the
adjustment of existing water valve stems and boxes to match
finish grade. Measurement will be by each valve adjusted.
37. Bid Item No. 52, "Trench Excavation Safety Protection {Water),"
covers work specified in Section 02225 and as indicated on the
Drawings for maintaining trench safety during installation of
water pipes and appurtenances. This item includes all materials,
maintenance, installation, removal and disposal of trench boxes
and trench shoring materials, and extra excavation and backfill
for layed back slopes. Measurement will be by the linear foot of
trench excavated, regardless of the method or combination of
methods used.
38. Bid Item No. 53, "4-inch Ductile Iron Sanitary Sewer Force Main
(Bridge)", covers work specified in Section 02600 and as
indicated on the Drawings for the sanitary sewer force main along
the MacArthur Boulevard bridge. This item includes furnishing
all materials, fittings and other appurtenances, labor and
installation, and all incidentals necessary for a complete
installation. Measurement will be by the linear foot of force
main installed.
01150-8
1.04
A.
Bo
39.
Bid Item No. 54, "4-inch P.V.C. Conduit (Bridge)," covers work
specified in Section 16111 and as indicated on the Drawings for
P.V.C. conduit along MacArthur Boulevard, including the portions
along' the roadway and also the portions carried underneath and
along the bridge structures. This item includes furnishing all
materials, labor and installation, excavation, backfill, concrete
encasement, fittings, and other appurtenances, pipe hangers and
all incidentals necessary for a complete installation.
Measurement will be by the linear foot of conduit installed.
40.
Bid Items No. 55 and 56, for utility sleeves of various
diameters, covers P.V.C. sleeving specified in Section 02910 and
as indicated on the Drawings for future utility and gas lines.
These items include all fittings, risers, and flagging, trenching
and backfilling and incidentals necessary for the complete
installation of the sleeve. Measurement will be by the linear
foot of conduit installed.
PAYMENT
Payment will be made for items of work as indicated in the Bid
Proposal, and for which measurement has been specified in this Section
of the Contract Documents. No separate payment will be made for any
work for which measurement has not been specified, and such work shall
be considered as incidental to and included in the various Bid Item
prices.
Payment will be made at the Contract Price per unit indicated in the
Bid Proposal with total price of the Contract being equal to the Total
Bid as specified and as modified by extending unit prices multiplied
by quantities as appropriate to reflect actual work included in the
Project. Such price and payment shall constitute full compensation to
the Contractor for furnishing all plant, labor, equipment,.tools and
materials, and for performing all operations required to furnish to
the Owner the entire Project, complete in place, as specified and as
indicated on the Drawings.
Payment for all pipelines including storm sewer and water in this
Project shall be in accordance with the following:
1. 70% of unit price for pipe laid in place as specified when
testing is required.
2. 80% of unit price for pipe laid in place as specified when no
testing is required.
An additional 10% for pipe successfully tested including air
testing, hydrostatic testing and television inspection as
specified {where required by Contract Documents).
An additional 20% for pipe backfilled in accordance with
Specifications.
01150-9
Co
1.05
Se
All pipeline work is subject to retainage as stated in the
General Conditions and Special Conditions.
For the purpose of partial payment only pipe shall be considered
as successfully tested when the Engineer or his designated
representative acknowledge a successful test in writing and the
City of Coppell's inspector verbally acknowledges to the Engineer
or his designated representative that the testing was
successful. Said acknowledgement by the Engineer, his designated
representative, or the City of Coppell's inspector does not
relieve the Contractor of his responsibility for additional
testing as required to obtain final written acceptance from the
City of Coppell.
Payment for grassing shall be in accordance with the following:
20% of unit price bid for grassing when area is first seeded with
Bermudagrass, fertilized and watered as specified.
e
Remaining 80% of unit price bid for grassing when specified
coverage is obtained.
e
All grassing is subject to retainage as stated in the General
Conditions and Special Conditions.
OVERTIME
The Owner reserves the right to require the Contractor to work
overtime (in excess of 40 hours per week) if the construction of the
Project is behind schedule as determined by the Owner. No additional
payment will be made for the requirement of overtime work.
END OF SECTION
012:2201-32
01150-10
SECTION 01202 - PROGRESS MEETINGS AND REPORTS
PART 1 - GENERAL
1.01 DESCRIPTION
A. The Owner or Engineer may request special meetings with the
Contractor at any time on matters pertaining to the progress of
work being carried out under this Contract.
B. The Owner may require that weekly meetings be held between the
Owner or Engineer, and the Contractor to discuss status, request
for information, schedules, etc., which may arise during the
construction of the Project. The meeting will be held at a
prearranged date and time.
Co
In preparation for each special meeting, it will be the responsi-
bility of the Contractor to supply whatever information is
requested by the Owner or Engineer in a form that is acceptable
concerning the Project and its progress. This information will
include but not be limited to: short range schedules indicating
anticipated progress; review of progress to date as compared to
previously submitted short range schedules; and plans to rectify
any delays in progress.
D. The Engineer may require the Contractor to submit daily progress
reports to the Engineer. The daily report shall be submitted in
duplicate using a form approved by the Engineer.
E. Resident Project Representatives, when provided by the Owner or
Engineer, are required to make daily reports, which, except for
the Engineer's record of grades and final measurements, are the
sole record of the work performed. The Contractor shall arrange
to have these records reviewed and signed each day by his
authorized representative. It shall be the duty of the
Contractor's representative to note upon the face of these reports
any matter which differs from the records of the Project
Representative. The absence of any such entry or signature by the
Contractor's representative will be taken as evidence of agreement
with the Project Representative's records, both as to accuracy and
as to completeness. All work covered by verbal instructions or
specifications, and a complete record of all regular and extra
work performed, shall be entered on the daily reports. Should the
Contractor be in complete disagreement with the daily report as
prepared by the Project Representative, he shall so note thereon
and make reference thereon to his separate report which shall be
submitted to the Engineer within two (2) working days.
END OF SECTION
013:2201-32
01202-1
SECTION 01320 - PROGRESS AND SCHEDULE CHART
PART I GENERAL
1.01 DESCRIPTION
The Contractor shall prepare and maintain a current detailed
Progress and Schedule Chart in bar-graph form, supporting the
Contract Completion Date including all milestone dates as
indicated in the Contract Documents. The Progress and Schedule
Chart shall be prepared based upon date of Notice to Proceed and
shall provide adequate information which shall include at a
minimum: time duration of each activity, production rates for
each activity, and manpower and equipment allocations for each
activity.
B. Two copies of the Progress and Schedule Chart shall be submitted
to the Engineer each month until completion of the items
represented on the Chart.
C. Commencement and Completion Date of each item of work shall be
indicated.
D. Other work may be added to the chart as requested or approved by
the Owner or Engineer. The chart shall be maintained current by
coloring or cross-hatching a length of bar to indicate daily
progress toward completion.
1.02 SUBMITTALS
The first Progress and Schedule Chart shall be submitted prior to
receipt by Contractor of Notice to Proceed. The second Progress and
Schedule Chart shall be submitted to the Engineer not later than the
fourth working day of the following month, provided at least 10
working days .have intervened since submission of the first chart.
Otherwise, submit on the same date of the next month. Thereafter,
charts shall be submitted to reach the Engineer not later than the
fourth working day of each month.
1.03 RESPONSIBILITY FOR MAINTAINING PROGRESS AND WORK COMPLETION
1. The Contractor shall be responsible for meeting the Project
Completion Date and all milestone dates.
2. If the latest completion time for any significant job does not
come within the time allowed by the Plan and Schedule for the
Project, the sequence of jobs and/or time for performance of jobs
shall be revised by the Contractor through concurrent operations,
additional manpower, additional shifts, overtime, etc., until the
schedule produced indicates that all significant Contract com-
01320-1
.04
pletion and occupancy dates will be met. No additional costs will
be allowed the Contractor for overtime, additional manpower,
equipment, additional shifts, etc., (except as provided elsewhere
in the specifications) if such expediting procedures or measures
are necessary to meet the agreed Completion Date or Dates.
ADJUSTMENT OF CONTRACT OR MILESTONE COMPLETION TIME
If the Contractor requests an extension of any milestone or
Contract Completion Date, he shall furnish justifications and
supporting evidence as the Owner and Engineer deems necessary to
determine whether the Contractor is entitled to additional time
under the provisions of this Contract.
Each request for change in any milestone or Contract Completion
Date shall be submitted by the Contractor within fifteen (15)
calendar days after the beginning of the delay for which a time
extension is requested (unless the Owner grants a greater period
of time). No time extension will be granted for a request which
is not submitted within the foregoing time limit.
After receipt of a request for a time extension the Owner shall
make its finding of facts and its decision thereon and shall
advise the Contractor in writing.
The Contractor acknowledges and agrees that delays in activities
which do not in fact actually affect any milestone dates will not
be the basis for a change thereto.
END OF SECTION
014:2201-32
01320-2
3.04 MULCHING
Uniformly cover seeded areas with mulch at the rate of approximately
1-1/2 to 2 tons of hay per acre. Mulching machine shall be equipped
to inject tacking agent into the hay uniformly as it leaves the
equipment at a rate of 0.05 to 0.10 gallon of tacking agent per square
.yard of mulched area. If tacking agent is placed by hand, then the
rate of application shall be approximately 0.15 gallon per square
yard. Anchor mulch by rolling with a dull disc plow, positioned for
minimum tillage, or by other suitable means. If initial placement of
mulch obtains satisfactory anchoring, rolling with the disc will not
be required.
3.05 APPLICATION OF FERTILIZER
Broadcast the initial application of fertilizer uniformly over the
areas at the rate of 500 pounds per acre of 16-16-6. Application of
fertilizer shall not precede tillage more than 24 hours. Broadcast
fertilizer with a fertilizer distributor or by hand. All areas shall
be refertilized three months after the first application of ferti-
lizer. Refertilize at the rate of 250 pounds per acre of 21-0-0 fer-
tilizer.
3.06 WATERING AND MAINTENANCE
Apply water to the seeded areas after mulching. Apply water using
portable pipe or hose lines with rotating sprinklers within 24 hours
after covering the seeds. Sprinkling may be done with water trucks
and hoses in certain locations where it is impractical to use portable
lines or hoses. Supervise sprinkling to prevent runoff of water. The
Contractor shall furnish all pumps, hoses, pipe lines, water trucks
and sprinkling equipment required. Water shall be furnished by the
Contractor. No water shall be obtained from Denton Creek.
The Contractor shall water as required and maintain the seeded areas,
including mowing as required, replacing topsoil and reseeding eroded
areas, until the specified coverage is obtained and for a period of
one year as specified in Section 01750 of these Specifications.
3.07 SEEDING FOR TEMPORARY EROSION CONTROL
When specified, shown on the Drawings or directed by the Engineer,
seeding for temporary erosion control of areas to receive permanent
erosion control shall be performed. This work shall consist of sowing
of cool season plant seeds as specified. Temporary erosion control
measures shall be performed in addition to seeding of Bermudagrass for
permanent erosion control as specified. The areas receiving temporary
erosion control shall be prepared in accordance with the same
procedures as areas receiving permanent erosion control. The pure
live seed of the cool season plants, planted per acre and the planting
season shall be as follows:
02270-4
Rate (1)
Planting
Season
Annual Rye
30 8/15 - 9/30
Sudangrass
Harry Vetch
Other cool season plant seeds
4o 4/1 -
20 9/1 10/1
(2) (2)
3.08
3.09
{1} lbs. of pure live seed per acre
{2} as recommended by Dallas County Agricultural Extension Service and
approved by the Engineer
pVERSEEDIN_______~G
On or about June 1, the entire area which has previously been grassed
in cool season plants shall be overseeded with Bermudagrass as
specified. Apply Bermudagrass seed at the minimum rate of 20 lbs. per
acre to the entire grassed area with a cyclone type spreader. The
entire grassed area shall be reseeded if apparent weak spots show up
as the cool season grass dies out in the summer months.
COVERAGE
These Specifications are given for guidance only and shall serve as
minimum requirements. The Contractor shall do whatever is necessary,
including seeding, watering, fertilizing, .mowing and maintenance,
etc., to provide the required coverage until acceptance by the Owner.
The required coverage of Bermudagrass shall be a minimum of 95%
coverage with no individual bare area larger than 4 square feet.
END OF SECTION
034:2201-32
02270-5
SECTION 02360 - DRILLED PIERS
PART 1 - GENERAL
1.01
A.
DESCRIPTION
Scope. Furnish all labor, materials, tools, equipment and related
items required to drill, install reinforcing and place concrete for
drilled piers shown on the Drawings.
B. Related work specified elsewhere:
Reinforcing steel: Section 03210
Structural concrete: Section 03310
1.02
A.
Bo
Co
Do
Eo
QUALITY ASSURANCE
Construction Standards: Texas State Department of Highways and
Public Transportation, "Standard Specifications for Construction of
Highways, Streets and Bridges."
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of State Specifications shall apply.
Owner will hire an independent testing laboratory to conduct tests:
Concrete slumps and strengths. Refer also to Section 03310.
Inspect Stratum and determine suitability of foundation
materials, prior to placement of concrete.
Contractor to pay for retests of material not passing initial tests.
Notify Engineer 24 hours prior to excavation and construction of
drilled shafts to allow for inspection.
1.03 SUBMITTALS
A. Manufacturers technical data or certificates for all materials.
B. Concrete mix designs. Refer also to Section 03310.
C. Test reports for any retested materials.
02360-1
PART 2 - PRODUCTS
2.01 MATERIALS
Ao
Reinforcing steel: Section 03210
Bo
Structural concrete: Section 03310
1. Concrete for Drilled Piers shall be Class "C" with a minimum
28- day compressive strength of 3600 psi.
PART 3 EXECUTION
3.01
A.
CONSTRUCTION
Construction of drilled Pier foundations shall be in accoraance with
Item 416 of State Specifications except as noted below:
1. Article 416.1 Delete second paragraph.
Article 416.3(1) Excavation.
replace with the following:
Delete sixth paragraph and
The inside diameter of the casing shall be of sufficient size
to allow a 24-inch or 30-inch auger to pass completely through
it. The upper portion of the shaft may be oversized.
3. Article 416.6 and 416.7. Delete sections in their entirety.
END OF SECTION
002:2201-82
02360-2
SECTION 02501 - FLEXIBLE BASE
PART 1
1.01
A.
1.02
A.
Co
Do
1.03
A.
GENERAL
DESCRIPTION
General:
1. Furnish all labor, materials, tools, equipment and services for
flexible base foundation course for surface course or base
course as indicated on the Drawings, in accordance with
Contract Documents.
2. See Division 1 for General Requirements.
QUALITY ASSURANC~
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for Construction
of Highways, Streets and Bridges," hereinafter referred to as "SDHPT
Specifications."
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340 but the balance of SDHPT Specifications shall apply.
Compaction density: Texas SDHPT Test Method Tex-113-E.
SUBMITTALS
Certifications that materials comply with Specifications.
PART 2
2.01
A.
Bo
PRODUCTS
MATERIALS
Materials shall be crushed or uncrushed as necessary to meet
requirements specified, and shall meet the requirements of Item 248
of SDHPT Specifications.
Flexible base to be Type A, Grade 1.
02501-1
PART 3 - EXECUTION
3.01 CONSTRUCTION
A. On properly prepared subgrade, place flexible base to thickness
shown on Drawings in accordance with Item 248 of SDHPT
Specifications.
B. Compact to 95 percent Maximum Dry Density.
END OF SECTION
035:2201-32
02501-2
SECTION 02502 - LIME TREATED SUBGRADE
PART I - GENERAL
1.01 DESCRIPTIO~N
General
1. Furnish all labor, materials, tools, equipment and services to
treat, mix and compact subgrade as indicated on the Drawings.
2. See Division 1 for General Requirements.
1.02
A.
B.
Do
QUALITY ASSURANCE
Construction minimum standards: NCTCOG Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
Compaction density: As shown on the Drawings in accordance with the
City of Coppell Subdivision Ordinance, Appendix A.
1.03
A.
SUBMITTALS
Manufacturer's technical data or certificates for all materials.
PART 2
2.01
A.
PRODUCTS
MATERIALS
Lime for subgrade stabilization shall be in accordance with Item 4.6
of NCTCOG Specifications.
1. Use Type B, Commercial Lime Slurry, Grade 2.
PART 3
3.01
A.
EXECUTION
CONSTRUCTION
Prepare a complete course of treated material containing a uniform
lime mixture to line and grade as indicated on the Drawings and in
accordance with Item 4.6 of NCTCOG Specifications.
02502-1
Apply percent lime by weight to subgrade base as indicated on
Drawings.
Compact treated subgrade under density control as indicated on the
Drawings in accordance with the Coppell Subdivision Ordinance,
'Appendix A.
END OF SECTION
036:2201-32
02502-2
SECTION 02513 - ASPHALTIC CONCRETE VEHICULAR PAVING
PART 1 - GENERAL
1.01 DESCRIPTION
Ao
General:
1. Furnish all labor, materials, tools, equipment and services for
all asphaltic concrete vehicular paving for roads, parking
areas and other incidental structures as indicated, in accord
with provisions of Contract Documents.
2. Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances
and devices incidental to or necessary for a sound, secure and
complete installation.
3. See Division I for General Requirements.
1.02
A.
B.
Co
Do
QUALITY ASSURANCE
Construction minimum standards: SDHPT Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately nofity Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of SDHPT Specifications shall apply.
Owner will hire an independent testing laboratory to conduct tests:
In-place moisture and density tests.
Asphaltic concrete mix reports.
Contractor to pay for retests of material not passing initial
tests.
1.03
A.
SUBMITTALS
Certifications that materials comply with Specifications.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Asphaltic concrete:
described below.
In accord with
SDHPT Specifications and as
02513-1
Flexible base: In accord with Section 02501 Flexible Base.
PART 3 - EXECUTION
3.01
A.
VEHICULAR PAVING CONSTRUCTION
Construct to line, grade and typical section as indicated.
e
e
o
e
B. Construct in
standards.
Proof roll subgrade prior to placing base course. Repair
subgrade as required.
On properly compacted subgrade, 'install a 6-inch compacted
layer of flexible base material, in accord with Section 02501.
Spread a prime coat uniformly on compacted base material at
rate of 0.5 gallons per SQ YD in accord with Item 310 of SDHPT
Specifications.
On prime coat, install a 4-inch compacted layer of hot mix
asphaltic concrete base course, Type A, in accord with Item 340
of SDHPT Specifications.
Spread a tack coat uniformly on compacted hot mix asphaltic
concrete base course at a rate not to exceed 0.05 gallon per
square yard of surface in accord with Item 340 of SDHPT
Specifications.
Install a 2-inch surface course, Type D, in accord with Item
340 of SDHPT Specifications.
accord with SDHPT Specifications and Asphalt Institute
C. Tolerance of
elevations.
finished grade: 1/8 inch in ten feet from required
Contractor to make all necessary utility adjustments so that utility
covers remain at grade and accessible.
END OF SECTION
037:2201-32
02513-2
SECTION 02515 CONCRETE PAVING, CURBS AND SIDEWALK~.
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equipment, and services
for concrete paving, curb, gutter and sidewalks, as indicated,
in accord with provisions of Contract Documents.
2. Completely coordinate with work of all other trades.
3. Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances
and devices incidental to or necessary for a sound, secure and
complete installation.
4. See Division 1 for General Requirements.
1.02
A.
B.
QUALITY ASSURANC~
Construction minimum standards: NCTCOG Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
Owner will hire an independent testing laboratory to conduct tests:
1. In-place moisture and density tests.
2. Concrete strengths.
3. Contractor to pay for retests of material not passing initial
tests.
1.03
A.
B.
SUBMITTALS
Manufacturer's technical data or certificates for all materials.
Concrete mix reports from plant.
02515-1
PART 2
2.01
A.
C.
D.
E.
Fo
PRODUCTS
MATERIALS.
Concrete for
combined curb
Specifications.
1.
vehicular pavements, sidewalks, curb, gutter or
and gutter shall be in accord with Item 5.8 of NCTCOG
Vehicular paving for thoroughfare paving. Concrete mix shall
have a minimum 28-day compressive strength of 3000 psi.
2. All hand-pours and irregular sections shall contain a minimum
of 6 sacks of cement per cubic yard.
3. All concrete mixes shall contain crushed rock aggregate.
4. Fly ash will not be permitted for concrete pavement mixes.
5. Concrete for meUian paving shall attain a minimum
compressive strength of 2000 psi.
6. Concrete for sidewalks shall attain a minimum
compressive strength of 2500 psi.
Expansion joint filler: As shown on the Drawings.
Welded wire fabric: ASTM A 82 and ASTM A 185.
Reinforcing steel: ASTM A 615, Grade 40.
Dowels, load transfer devices, tie bars, etc.:
60.
Joint sealant: As shown on the Drawings.
28-day
28-day
ASTM A 615, Grade
PART 3
3.01
A.
3.02
A.
Bo
EXECUTION
CONSTRUCTION - GENERAL
Construct to line and grade as indicated. Construct in accord with
Items 5.8, 8.2, 8.3, 8.4, 8.5 and 8.8 of NCTCOG Specifications.
CONCRETE VEHICULAR PAVING
On properly compacted subgrade, install 8 in. layer of concrete with
3/8 in. diameter reinforcing steel bars centered in layer spaced at
2 ft. centers each way. Bar laps shall be minimum of 30 bar
diameters. Finish with broom finish.
Provide expansion joints, longitudinal and transverse dummy joints
in locations indicated on Drawings. Fill with sealant.
02515-2
Co
Eo
3.03
A.
Bo
Co
Fo
3.04
A.
Bo
C.
D.
E.
3.05
A.
Contractor shall place curb integral with concrete paving: Depress
curb for curb ramp as indicated.
Where pavement is shown to stop on Plans, Contractor to provide
clean break to permit future extension of pavement.
Provide concrete header as indicated.
No additional compensation will be paid for pavement thickening at
intersections designated for concrete paving units.
SEPARATE CONCRETE CURB AND GUTTER
Construct to limits and dimensions as indicated.
Provide transverse dummy joints at 10 ft. on centers (maximum) with
metal templates or saw cutting.
1. Saw cut depth to be 1/4 of gutter depth.
2. Cut gutter, top and face 6f curb.
Provide expansion joints, 3/4 in. at 100 ft. on centers (maximum).
Do not seal joints.
Reverse gutter slope when drainage is directed away from curb.
All dimensions are to face of curb, where vertical face meets gutter
line.
Depress curb for curb ramp as indicated.
REINFORCED CONCRETE SIDEWALK
On properly' compacted subgrade, install 4 in. thick layer of
concrete with welded wire fabric or reinforcing steel bars centered
in layer.
Construct to width as shown on the Drawings.
Provide grooves every 4 ft., groove to be 3/8 in. deep at top.
Provide expansion joints at 24 ft. centers as shown on the Drawings.
Finish with light brush finish.
CONCRETE MEDIAN PAVING
Non-reinforced concrete median paving.
On properly compacted subgrade, install layer of non-reinforced
concrete at the thicknesses and locations as indicated on
Drawings.
02515-3
3.06
A.
D.
E.
3.07
e
and median paving as shown on Drawings.
3. Finish with light brush finish.
CONCRETE DRIVEWAY
On properly compacted subgrade, install 8-inch thick layer of
reinforced concrete within limits indicated on Drawings.
Reinforcing steel to be 3/8 inch diameter steel bars centered in
layer spaced at 2 ft. centers each way. Bar laps to be a minimum 30
bar diameters.
Finish with broom finish.
Concrete to attain minimum 3000 psi, 28-day compressive strength.
Provide curb as indicated. Depress curb as indicated.
DEFICIENT PAVEMENT THICKNESS
Adjustment in unit prices for deficient pavement thickness shall be
made in accord with Item 5.8.6 of NCTCOG Specifications.
Provide expansion joint material between back of median curb
END OF SECTION
038:22~1-32
02515-4
SECTION 02600 - DUCTILE IRON PIPF
PART 1 GENERAL
1.01 DESCRIPTION
A. General.
1.02
A.
B.
Ce
1.03
A.
Provide the labor, materials, tools, equipment and related items
required to furnish and install, complete in place, all ductile
iron pipe and fittings.
Related Work Specified Elsewhere:
1. Trenching, Backfilling, Embedment and Encasement: Section 02225.
2. Water Distribution System: Section 02713.
QUALITY ASSUPd~NCE
Construction minimum standards: NCTCOG Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
SUBMITTALS
Manufacturer's technical data or certifications that all materials
meet Specifications.
PART 2
2.01
A.
B.
Ce
De
PRODUCTS
DUCTILE IRON PIPE
Ductile iron pipe shall conform to AWWA Standard C-151 {ANSI A21.51).
All buried ductile iron pipe with push on or mechanical joints shall
be minimum thickness class 50.
All buried ductile iron pipe with flanged or grooved ends and all
exposed ductile iron pipe shall have a minimum thickness class of 53.
"Push-On" and mechanical joints shall conform to AWWA C-111.
Flanged joints shall be ductile iron and conform to AWWA C-115.
02600-1
2.02
A.
Be
2.03
A.
Ce
2.04
PIPE FITTINGS AND APPURTENANCE~
Push-on, mechanical and flanged pipe fittings shall conform to AWWA
C-110.
Gaskets for flanged joints shall be full-faced, ASTM D-1330, Grade I,
red rubber, 1/8 inch thick, or SBR, Neoprene, 1/8 inch thick.
Nuts and bolts used for flanged joints shall be either machine bolts
having a hex head with a hexagon nut or a bolt-stud with two hexagon
nuts complying with the requirements of ASTM A-307, Grade B, Low
Carbon Steel Externally and Internally Threaded Fasteners.
COATINGS
Water service pipe shall be cement mortar lined {AWWA C-104) with an
exterior bituminous coating 46-450 Heavy Tnemecol, 14 mils, Tnemec
Co., Inc., or approved equal, for buried service.
Sewage pipe shall be bituminous lined minimum one mil thickness with
an exterior bituminous coating 46-450 Heavy Tnemecol, 14 mils, Tnemec
Co., Inc., or approved equal, for buried service.
Above ground piping shall be field painted in accordance with the
following coating system:
Surface preparation -
Primer -
Finish coat
EXPANSION COUPLINGS
Commercial blast
Series 66 Hi-Build Epoxy line, 3.0 mils,
Tnemec Co., Inc. or approved equal.
Series 71Endura Shield Semi-Gloss, 1.5
mils, Tnemec Co., Inc., or approved equal.
Pipe couplings shall be of a gasketed, sleeve type with diameter to
properly fit the pipe. Each coupling shall consist of one {1) steel
middle ring, two (2) steel followers, two (2) rubber compounded wedge
section gaskets and sufficient track-head steel bolts to properly
compress the gaskets. Field joints shall be made with this type of
coupling.
The middle ring and followers of the coupling shall be true
circular sections free from irregularities, flat spots, or
surface defects. They shall be formed from mill sections with
the follower-ring section of such design as to provide
confinement of the gasket. After welding, they shall be tested
by cold expanding a minimum of one percent (1%) beyond the yield
point.
The coupling bolts shall be of the elliptic-neck, track-head
design with rolled threads. The manufacturer shall supply
information as to the recommended torque to which the bolts shall
02600-2
Be
Ce
2.05
be tightened. All bolt holes in the followers shall be oval for
greater strength.
The gaskets of the coupling shall be composed of a crude or
synthetic rubber base compounded with other products to produce a
material which will not deteriorate from age, heat, or exposure
to air under normal storage conditions. It shall also possess
the quality of resilience and ability to resist cold flow of the
material so that the joint will remain sealed and tight
indefinitely when subjected to shock, vibration, pulsation and
temperature or other adjustments of the pipe line.
The outside diameter of the plain ends of the pipe sections which are
to be joined by an expansion coupling shall be smooth and round for a
distance of eight (8) inches from each end. The pipe diameter
variances shall comply with the coupling supplier's requirements.
Expansion couplings shall be Dresser Style 38 Rockwell Style 411 or
equal. ' '
SUPPORTS AND HANGERS
The Contractor shall furnish and install all necessary supports and
hangers indicated on the Drawings or required for the proper
installation of the ductile iron pipelines.
PART 3 - EXECUTION
3.01 LAYING AND INSTALLATION
Bo
Install pipelines to line and grade indicated on the Drawings.
All pipelines shall be kept clean during construction. Pipe lines
laid in excavated trenches shall have open ends or other openings
plugged with temporary bulkheads or caps at any time the work will be
left in an uncompleted state for a period of more than eight (8}
hours. Remove all foreign objects from the pipe lines.
Trench excavation, backfill, embedment and encasement shall be in
accordance with Section 02225.
Elbows, tees, valves, crosses, reducers, adapters, bends and similar
fittings causing a change in direction of fluid flow shall be blocked
and anchored with concrete so that there is no movement of pipe due
to internal or external pressures. Class "C" concrete shall comply
with NCTCOG Specifications Item 7.4.5. Concrete thrust blocking
shall be in accordance with Section 02225, and as indicated on the
Drawings.
Where vertical P.I. angles are not standard pipe fittings, the pipe
may be adjusted to match the profile by deflecting the joints near
· the P.I. The angle of deflection per joint shall not exceed the
manufacturer's recommended limits per joints.
02600-3
3.03
A.
Bo
De
3.04
INSTALLING MECHANICAL JOINTS
Rubber gaskets shall have their surface cleaned with a wire brush and
lubricated with soapy water prior to slipping the gasket over the
'spigot end of the pipe and into the bell of the adjoining pipe. The
spigot shall be centered in the bell.
Bolts shall be tightened in such a manner as to bring the gland up
towards the pipe flange at an even and uniform rate, maintaining
approximately the same distance between the gland and the face of the
flange around the perimeter at all times.
The normal ranges of bolt torques to be applied to standard iron
bolts in joints are:
Bolt Size, Inches
Range of Torque, Foot-Pounds
5/8 4O - 6O
3/4 60 - 90
1 70 - 100
i 1/4 gO - 120
Torque wrenches shall be available on the job to check the average
pull required with a regular socket wrench of definite length. If a
tight joint has not been attained at the maximum torque above
indicated, the joint shall be disassembled and reassembled after
cleaning. Overstressing of bolts to compensate for poor installation
will not be permitted.
TESTING
Pipelines shall be subjected to a hydrostatic test as specified in
NCTCOG Specifications Item 6.7.3.
END OF SECTION
0037:1734-01
_ 02600-4
SECTION 02713 WATER DISTRIBUTION SYSTEM
PART 1 GENERA[
1.01 DESCRIPTION
A. General:
The Contractor shall furnish all labor, materials, tools,
equipment and services to complete the water distribution
system as shown on the Drawings and as specified.
1.02 QUALITY ASSURANCE
A. Construction minimum standards: NCTCOG Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Co
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
Do
City of Coppell, "Subdivision Ordinance," hereinafter referred to as
"Coppell Ordinance," where indicated.
E. AWWA Standards, where indicated.
1.03 SUBMITTALS
A. Manufacturer's technical data or certificates for all materials.
PART 2 PRODUCTS
2.01 P.V.C. WATER PIPE
All P.V.C. water pipe shall comply with the requirements of AWWA
Standard C go0 and NCTCOG Specifications Item 2.12.20. All P.V.C.
water pipe shall be blue, with integral bell. Pipe larger than 10
inches shall be Class 150 (DR 18). Pipe 10 inches and smaller shall
be Class 200 (DR 14).
B. Fittings for P.V.C. water pipe shall conform to AWWA Standard C 110.
C. Joints shall be push-on type with rubber gasket.
02713-1
! .04
1.05
1.06
Water on the property of the Owner, but not in Denton Creek or
Gateway Creek (Chain of Lakes) may be used for earthwork
construction as approved by the Engineer.
SANITATION
Sanitary conveniences shall be provided and maintained to satisfy
requirements of local or state health authorities, ordinances, and
laws. Approval for location, secluded from public view, shall be
obtained. Sanitary facilities shall be cleaned, deodorized and
disinfected a minimum of once each day when construction is in
progress.
PROJECT SIGN
Signs, other than those specified, will not be permitted on the
Project site without approval.
REMOVAL OF TEMPORARY FACILITIES AND CONTROLS
Prior to the final inspection all temporary buildings, storage
facilities, sanitary conveniences, and signs shall be removed. All
temporary utility connections shall be disconnected. Unnecessary
safety items and temporary controls shall be removed. All temporary
roads and parking areas shall be removed or restored, as required.
END OF SECTION
019:2201-32
01500-2
SECTION 01567 - POLLUTION CONTROL
PART 1 - GENERAL
1.O1 AIR POLLUTION CONTROL
Conduct operations in compliance with the requirements of Texas Air
Control Board Regulation 1.
1.02 DUST CONTROL
Limit blowing dust caused by construction operations by applying
water or employing other appropriate means or methods to maintain
dust control, subject to the approval of the Owner.
1.03
A.
Co
1.04
PROTECTION OF ADJACENT PROPERTY
The bidders shall visit the site and note the buildings,
landscaping, roads, parking areas and other plant facilities near
the work site that may be damaged by their operations. The
Contractor shall make adequate provision to fully protect the
surrounding area and will be held fully responsible for all damages
resulting from his operations.
Dust, Fumes, Spray or Spills. Protect all existing facilities
(indoors or out) from damage by the above hazards (indoors or out):
Protect motors, bearings, electrical gear, instrumentation, and
building or other surfaces from dirt, dust, welding fumes,
paint spray, spills or droppings causing wear, corrosion,
malfunction, failure or defacement by e~closure, sprinkling or
other dust palliatives, masking and covering, exhausting or
containment.
Note particularly the need to keep all foreign matter out of all
filters at all times.
WATER POLUTION CONTROL
The Contractor shall conduct his operations such to prevent the
discharge into waterways of oils, chemicals, paints, silt, sewage,
or other objectionable materials. This shall include the
construction of protective dikes around fuel storage tanks.
020:2201-32
END OF SECTION
01567-1
SECTION 01570
TRAFFIC CONTROL
PART I - GENERAL
1.01 SCOPE
The Contractor shall provide the necessary warning signs, flagmen,
lights and barricades for traffic control as specified below.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.01
A.
3.02
TRAFFIC CONTROL
The Contractor shall not use any public road as a haul road except
when removal of material from the Project Area to an off-site
location or material from off-site sources is required to be brought
to the Project Area as required by these Specifications.
The safety of the public and the convenience of the traffic shall be
regarded as of prime importance at all times during construction.
It shall be the entire responsiblity of the Contractor to provide
for traffic along and across public roads as well as for ingress and
egress to private property. All lanes of traffic on all public
streets shall remain open at all times. At night or otherwise, all
equipment not in use shall be stored in such manner and at such
locations as not to interfere with the safe passage of traffic. The
Contractor shall provide and maintain flagmen at such points and for
such periods of time as may be required to provide for the safety
and convenience of public travel and Contractor's personnel. When
directing traffic, flagmen shall use the standard attire, flags and
signals and follow the flagging procedures set forth in
"Instructions to Flagmen" published by the Texas State Department of
Highways and Public Transportation.
BARRICADES AND DANGER, WARNING AND DETOUR SIGNS
The Contractor shall place and maintain in good condition, standard
Texas Department of Highways and Public Transportation signs. All
signs shall have a reflectorized surface. Signs remaining in place
at night and all points of hazard to traffic shall be illuminated by
lights between sunset and sunrise. Signs which refer to
construction operations which do not apply after work has ended for
the day, shall be moved to points that are not visible to traffic
until construction is resumed. The term "lights", as used herein
01570-1
shall mean flares, flashers or both as determined by the Engineer.
Upon completion of the work, all signs and evidence thereof shall be
removed by the Contractor. All regulatory, warning and construction
signing, both permanent and temporary, shall conform to size, shape,
and application as stated in Texas Manual on Uniform Traffic Control
Devices, lg80, with all current revisions.
END OF SECTION
021:2201-32
01570-2
SECTION 01576 CONSTRUCTION IN EXISTING OR PROPOSED PUBLIC RIGHT OF WAY
PART 1 GENERAL
1.O1 DESCRIPTION
1.02
PART 2
PART 3
3.01
A.
Be
3.02
'This Section governs the installation of drainage culverts,
pipelines and other underground utilities within existing or
proposed street right of way.
SCHEDULE
Within ten days after Notice to Proceed, submit a schedule to the
Engineer indicating the expected dates of installation of all
underground utilities to be placed within existing or proposed right
of way. Notify the Engineer of any delays in the commencement or
completion of work within public right of way as soon as the delay
is evident.
PRODUCTS (Not Applicable)
EXECUTION
EXCAVATION
Existing Streets
Pipelines and other underground utilities shall be installed under
existing roadways by bore, jack or tunnel methods. Small pipes and
conduits (less than 4 inches in diameter) may be installed without
casing pipes. Larger pipes and conduits (4 inches and larger) shall
be encased in a steel or ductile iron casing pipe. Installation
methods and procedures shall be in accordance with the entity which
owns the street under which utilities are being located.
Proposed Steets
Pipelines and other underground utilities to be installed under
future or proposed pavement may be installed by open cut methods.
BACKFILL
Pipeline trenches installed beneath proposed streets or other
pavement shall be backfilled and compacted in 6 inch lifts. Each
lift shall be compacted to a minimum g5 percent of ASTM D 698
density or the requirements of the entity which owns the street
under which utilities are being located, whichever requirements are
more stringent.
END OF SECTION
022:2201-32
01576-1
SECTION 01670 TESTING OF PIPELINES
PART 1 GENERAL
1.01
DESCRIPTION
Furnish all labor, material, and equipment to hydrostatically test
water lines installed in conjuction with this Contract.
PART 2 PRODUCTS
2.01
A.
WATER FOR TESTING
The Contractor shall provide water for testing. Water shall be
clean, (not potable) free from settleable solids, noxious odors, and
pollutants.
Upon completion of hydrostatic test, water used for testing shall be
disposed of by the Contractor.
Water from Denton Creek shall not be used for testing.
2.02
PRESSURE GAUGE
Pressure gauges utilized in pipeline test shall be calibrated within
one month of the test.
PART 3 EXECUTION
3.01
A.
TEST REQUIREMENTS
Potable Water Lines. Potable water piping shall be hydrostatically
tested as specified in North Central Texas Council of Governments,
"Standard Specifications For Public Works Construction, North Central
Texas," Item'6.7.3.
3.02
NOTIFICATION
Notify the Engineer and City of Coppell, in writing, 48 hours prior
to beginning any pipe testing.
3.03
REPORTS
Provide a written
report shall include.
report to the
Engineer on each pipe test. The
A. Time and Date
B. Pipeline Designation
C. Location
E. Leakage
F. Result (Pass or Fail)
023:2201-32
END OF SECTION
01670-1
SECTION 01710 - CLEANING AND ADJUSTING
PART I - GENERAL
1.01
A.
Bo
RESPONSIBILITY
The Contractor is responsible for cleaning and adjusting the work.
If the Contractor fails to clean and adjust the work, the Owner may
do so and charge the resulting costs to the Contractor.
Detailed cleaning and adjusting requirements for specific trades or
work are specified in Sections pertaining to that trade or work.
1.02
A.
Ce
REQUIREMENTS OF REGULATORY AGENCIES
Fire Protection. Volatile waste shall be stored in covered metal
containers and removed from the premises daily.
Pollution Control. Cleaning
conducted in compliance with
laws.
and disposal operations shall be
local ordinances and antipollution
1. Burying of rubbish and materials on the Project site is not
permitted. Burning is permitted as provided for in Section
02227.
2. Disposal of volatile fluid wastes and other chemical wastes in
storm or sanitary sewer systems or into streams or waterways is
not permitted.
Safety Standards. The Project shall be maintained in accordance
with insurance and safety standards.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.01
A.
Be
DURING CONSTRUCTION
The premises shall be maintained free from accumulations of waste
material and rubbish. Waste materials, rubbish and debris shall not
be allowed to accumulate and become unsightly or create a hazard.
Containers shall be provided and located on site for collection of
waste material, rubbish and debris.
At reasonable intervals during progress of the work, waste material,
rubbish and debris shall be collected and disposed of. Waste shall
be handled in a controlled manner.
01710-1
3.02
A.
Bo
3.03
Waste materials, rubbish and debris shall be removed from the site and
legally disposed of at public or private dumping areas off the Project
site.
FINAL CLEANING AND ADJUSTING
All waste material and rubbish shall be removed from the Project Area,
as well as all tools, construction equipment, machinery, surplus
materials and temporary facilities.
The premises shall be maintained in a clean condition until they are
occupied by the Owner.
ADJACENT AREAS
Adjacent areas affected by the construction shall be cleaned or
repaired to the Engineer's and Owner's satisfaction.
END OF SECTION
024:2201-32
01710-2
SECTION 01720 -. PROJECT RECORD DOCUMENTS
1.01
1.02
A.
1.03
A.
B.
C.
DESCRIPTION
The Contractor shall maintain at the site for the Owner's permanent
records one copy of:
Drawings
Specifications
Addenda
Change Orders and other Modifications to the Contract
Engineer Field Orders or Written Instructions
Shop Drawings, Product Data and Samples
Field Test Records
Documents
in good
purposes.
MAINTENANCE OF DOCUMENTS AND SAMPLES
Documents and samples shall be stored in Contractor's field office
apart from documents used for construction.
shall be maintained in a clean, dry, legible condition and
order. Record documents shall not be used for construction
Documents and samples shall be made available at all times for
inspection by the Owner.
RECORDING
Each document shall
printed letters.
Information shall
progress.
1. No work shall
recorded.
Drawings shall be
follows:
1.
be labeled "PROJECT RECORD" in ne'at large
be recorded concurrently with construction
be concealed until required information is
legibly marked to record actual construction as
Depths of various elements of foundation in relation to finish
slab datum.
Horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
Location of internal utilities and appurtenances concealed in
the construction, referenced to visible and accessible features
of the structure.
01720-1
Do
1.05
A.
Bo
Each Specification
record:
Field changes of dimensions and detail.
Changes made by Field Order or by Change Order.
Details not on original Contract Drawings.
and Addenda Section shall
Manufacturer, trade name, catalog number and
product and item of equipment actually installed.
2. Changes made by Field Order or by Change Order.
be legibly marked to
supplier of each
SUBMITTALS
At Contract
Owner.
Submittals
containing:
close-out Record Documents shall be delivered to the
shall be accompanied with transmittal letters in duplicate,
1. Date
2. Project title and number
3. Contractor's name and address
4. Title and number of each Record Document
5. Signature of Contractor or his authorized representative
END OF SECTION
025:2201-32
01720-2
2. Flagging: Color as indicated on Drawings.
3. Pipe adhesive: Approved P.V.C. pipe adhesive.
Telephone Sleeves.
1. GTE will supply conduit materials. Contractor shall contact
Engineer to arrange delivery of material.
PART 3 - EXECUTION
3.01 CONSTRUCTION
A. Irrigation and Gas Line ~Sleeves.
1. Place pipe in trench at locations and depths shown on Drawings.
2. Provide fittings and pipe riser to lengths shown. Seal
fittings and pipes together with adhesive.
3. Backfill and compact trench to 95 percent Maximum Dry Density
at or above Optimum Moisture Content in lifts not greater than
12 inches.
Provide flagging and caps on risers as shown.
De
Tel ephone S1 eeves.
1. Contractor to install
indicated on Drawings.
2.
sleeves as directed by GTE at locations
Backfill and compact trench to g$ percent Maximum Dry Density
at or above Optimum Moisture Content in lifts not greater than
12 inches.
3. Provide flagging or special marking tape as directed by GTE.
Contractor to ensure that flagging and risers are protected
throughout construction of other facilities.
Repair or replace damaged risers.
END OF SECTION
043:2201-32
- 02910-2
DIVISION 3
CONCRETE
SECTION 03210 - REINFORCING STEEl
PART i - GENEP~AL
1.01 DESCRIPTION
Bo
Scope. Furnish materials, labor, tools, equipment and related items
required to provide and place concrete reinforcing.
Related work specified elsewhere:
1. Drilled shaft foundations: Section 02360
2. Structural concrete: Section 03310
1.02
3. Prestressed concrete structures: Section 03420
QUALITY ASSURANCE
Ao
Bo
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for Construction
of Highways, Streets and Bridges."
American Concrete Institute, ACI 315, "Manual of Standard Practice
for Detailing Reinforced Concrete Structures."
Co
1.03
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of State Specifications shall apply.
All reinforcing steel in place must be inspected by the Engineer
prior to placement of any concrete. Notify Engineer a minimum of 24
hours notice prior to placing concrete.
SUBMITTALS
Ao
Submit the following items to the office of the Engineer prior to
placing any reinforcing steel:
Detail and placement drawings for reinforcing steel in accordance
with ACI 315.
Bo
Certifications from materials supplier indicating that reinforcing
steel conforms with the requirements of ASTM.
PART 2
2.01
A.
PRODUCTS
MATERIALS
Reinforcing steel shall conform to the requirements of Item 440 of
State Specifications except as noted below:
03210-1
Section 440.2 Materials. Reinforcing steel shall conform to
the requirements of ASTM A 615, Grade 60, open hearth, basic
oxygen, or electric furnace billet steel.
a. Grade 40 steel will not be permitted.
b. ASTM A 617 steel will not be permitted.
When reinforcing steel is to be welded, conform to the
requirements of ASTM A 706, Grade 60, billet steel.
3.01
A.
PART 3 - EXECUTION
CONSTRUCTION
Bend, store, splice, and place reinforcing steel in accordance with
Item 440 of State Specifications.
B. Weld reinforcing steel in accordance with Item 448 of State
Specifications.
C. Article 440.8 and 440.9. Delete articles in their entirety.
END OF SECTION
004:2201-82
03210-2
SECTION 03310 - STRUCTURAL CONCRETE
PART 1 GENERAL
1.01 DESCRIPTION
A. General
1.02
A.
Do
Scope. Furnish all labor, materials, tools, equipment and
related items required to do the cast-in-place concrete work.
Work Installed by Others. All trades, whose work is related to
the concrete or must be supported by it, shall be given ample
notice and opportunity to introduce and/or furnish embedded
items before the concrete is placed.
Related work specified elsewhere:
Drilled Piers: Section 02360
Reinforcing Steel: Section 03210
Prestressed Concrete Structures:
Section 03420
QUALITY ASSURANCE
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for Construction
of Highways, Streets and Bridges."
American Concrete
Concrete Formwork."
Institute, ACI 347, "Recommended Practice for
American Society for Testing and Materials (ASTM):
1. C 31 'Curing Compressive and Fl'exural Strength Test
Specimens in the Field.
2. C 39 Method of Test for Compressive Strength
Cylindrical Concrete Specimens.
of
3. C 42 Obtaining and Testing Drilled Cores and Sawed Beams
of Concrete.
4. C 172 Sampling Fresh Concrete.
5. C 231 Method of Test for Air Content of Freshly Mixed
Concrete by the Pressure Method.
Owner will hire an independent testing laboratory to conduct tests:
1. Concrete strengths and slumps.
03310-1
Eo
Fo
1.03
Ao
PART 2
2.01
A.
B.
Special testing o4~ field cured cylinders or beams to determine
construction conditions for the benefit of the Contractor or
testing required because of changes in materials or proportions
of the mix requested by the Contractor, as well as extra
testing of concrete or materials occasioned by failure to meet
specification requirements, shall be performed by the
Contractor at no additional expense to the Owner.
Should conflicts arise between specifications mentioned herein and
Contract Documents, Contract Documents shall govern. Immediately
notify Engineer of conflict.
Where a particular material or method is specified no other material
or method will be permitted, except as d~scribed in Section 01340.
SUBMITTALS
The following items shall be submitted for review to the office of
the Engineer prior to placing concrete.
Concrete monolith drawings for all concrete work showing all
proposed joints.
2. Concrete mix designs.
3. Certified test reports for cement and admixtures.
4. Expansion joint material.
PRODUCTS
MATERIALS
Structural concrete shall be of the class indicated on the Drawings.
Structural concrete shall conform to the requirements of Item 420 of
State Specifications except as noted below:
Article 420.3: Delete the first two paragraphs and replace
with the following:
420.3 General Requirements.
The Contractor shall be responsible for the adequacy of all
construction equipment and methods used on the project and
compliance of such with these Specifications and all Local,
State and Federal building codes and safety standards.
Forms, falsework, and bracing shall be designed by the
Contractor for all loads and pressures prescribed by these
Specifications, local building codes, ACI 347, or as anti-
cipated for the job conditions, whichever is most severe.
03310-2
Co
2. Article 420.8: Revise the first paragraph to read:
420.8 Falsework.
It shall be the responsibility of the Contractor to insure that
all falsework is designed and constructed to safely carry the
maximum anticipated loads and to provide the necessary
rigidity.
3. Article 420.9
a. Paragraph 4: Revise to read:
It shall be the responsibility of the Contractor to insure that
studs, joists, wales or other devices used for form supports
are of sufficient section and rigidity to withstand undue
bulging or settling of the forms.
b. Paragraph 5: Delete the first sentence that reads:
~Forming plans shall be submitted for approval subject to the
requirements of Article 420.3.~
Structural concrete shall conform to the requirements of Item 421 of
State Specifications except as noted below:
1. Article 421.2 (2):
a. Revise the first paragraph to read:
(2) Mixing Water. Water for use in concrete and for curing
shall be potable and be free from oils, acids, organic matter
or other deleterious substances and shall not contain more than
1000 parts per million of chlorides as C1 nor more than 1000
parts per million of sulfates as SO4 Mixing water used on
the site will be subject to sampling and testing by the Owner
to assure compliance with this Specification.
Delete the second and third paragraphs that require
submittal of water samples for testing.
2. Article 421.7
a. Revise the first paragraph to read:
421.7. Classifications and Mix Design. It shall be the
responsibility of the Contractor to furnish the mix designs,
for the class(es} of concrete specified, to conform with the
requirements contained herein and in accordance with SDHPT
Bulletin C-11 and Supplement thereto. The Contractor shall
perform at his own expense the work required to substantiate
the design including the testing of strength specimens.
Complete concrete design data shall be submitted to the
Engineer for approval.
03310-3
b. ' Delete the third paragraph that gives the Contractor the
option of accepting a mix design furnished by the
Engineer.
Article 421.9: Delete paragraphs three, seven and eight.
PART 3 - EXECUTION
3.01
CONSTRUCTION SEQUENCE AND REMOVAl OF FORMS AND FALSEWORK
Ao
State Specifications, as referenced herein, shall govern with the
following requirements.
No backfill is to be placed behind or on top of any structure
prior to the structure attaining its specified 28-day
compressive strength.
Whenever the formwork is removed during the curing period, cure
the exposed concrete by one of the methods specified in SDHPT
Specifications, Item 420.21.
o
When tests are performed to determine flexural strength of the
concrete as the basis for removal of forms or shoring, or
support of forms or elements on previously placed portions of
the structure, it shall be done at the expense of the
Contractor. Specimens shall be field cured, under the same
conditions as the actual structure, in accordance with ASTM
C-31. Flexural tests shall be performed in accordance with
ASTM C-78. The average strength, based on a minimum of two
tests on two beam specimens, will be the basis for evaluation.
o
In lieu of flexural tests, the Contractor may use as the basis
for formwork or shoring removal, the concrete attaining its
required 28 day strength, prior to removal of forms or
falsework or support of forms or elements on previously placed
portions of the structure.
When 28 day compressive strengths are used as the basis for
formwork or shoring removal, the Contractor may either:
At his own expense, have an independent laboratory, make
samples in accordance with ASTM C-31 and conduct
compressive strength tests in accordance with ASTM C-3g.
The samples shall be field cured in accordance with ASTM
C-31. A minimum of two cylinders will be made for each
element to be evaluated or 100 C.Y. maximum. The average
strength of the two will be the basis for evaluation of
the 28 day strength.
Utilize the compressive strength tests conducted by the
Owner, as specified herein, on laboratory cured samples.
03310-4
3.02
A.
3.03
A.
o
When formwork removal is based on the concrete reaching its
speci.fied 28-day strength, the concrete shall be presumed to
have reached this strength when either of the following
conditions is met:
When test cylinders, field cured under the most
unfavorable conditions prevailing for any portion of the
concrete represented, have reached the required strength.
Except for the field curing and age at test, the cylinders
shall be molded and tested as specified in ASTM C31.
When the concrete has been cured as specified in SDHPT
Specifications, Item 420.21, for the the same length of
time as the age at test of laboratory cured cylinders
which have reached the required strength. The length of
time the concrete has been cured in the field shall be
determined by the cumulative number of days or fractions
thereof, not necessarily consecutive, during which time
the temperature of the air in contact with the concrete is
above 50 degrees and the concrete has been damp or sealed
from evaporation and loss of moisture.
FINISHING OF FORMED SURFACES
All structures shall receive a Grade I, Class B Finish in accordance
with SDHPT Item 427, 'Surface Finishes for Concrete,' unless shown
otherwise on the plans. Areas shown to receive a stone, or other
type facing shall receive an ordinary surface finish.
TESTING
Testing services provided by Owner:
1. The designated testing agency will:
Test the Contractor's proposed materials for compliance
with the Specifications.
b Review and check the Contractor's proposed mix design.
Co
Obtain production samples of materials at plants or
stockpiles during the course of the work.
Conduct compressive strength tests of the concrete in
accordance with the following:
Secure composite samples in accordance with ASTM C 172.
Obtain each strength test from a different batch of
concrete on a representative, random basis, avoiding
selection of the test batch other than by a number
selected at random before commencement of concrete
placement. When pumping or pneumatic equipment is used,
take samples at the discharge end.
03310-5
Mold three specimens for each strength test in accordance
with ASTM C 31 and cure under standard moisture and
temperature conditions in accordance with ASTM.
Test one of the three specimens at seven days. Test two
specimens at 28 days. The 28-days test result shall be
the average of the strength of the two specimens. If one
specimen in the 28-day strength test manifests evidence of
improper sampling, molding or testing, discard and
consider the strength of the remaining specimen the test
result. If both specimens in a test show any of the above
effects, discard the entire test. When Type III cement is
used, the strength test shall be the average of two
specimens tested at seven days. Test other specimen at
two days if the Owner requests it. All tests shall be in
accordance with ASTM C 39.
ho
Make one strength test for each 100 cubic yards, or
fraction thereof, of concrete in each monolithic
placement. In no case during the life of the project
shall a given mix design be represented by less then five
tests.
i. Determine air content of concrete on a regular and
frequent basis in accordance with ASTM C 231.
j o
Report all test results to the Owner and the Contractor on
the same day that tests are made.
The testing agency will perform the following additional
services, as directed by the Owner.
ao
Check batching and mixing operations to the extent deemed
necessary.
Review the manufacturer's report of each shipment of
cement and reinforcing steel or conduct laboratory test or
spot check of these materials as received.
Co
Mold and test reserve 7-day or field cylinders as required
or perform additional services as authorized by the
Contractor at his expense.
Responsibilities and Duties of Contractor. The Contractor's duties
in connection with testing shall include but not be limited to:
1. Furnishing all materials needed for required testing.
o
Submitting to the Owner the concrete mix designs he proposes to
use and making written request for approval.
03310-6
3.04
A.
Bo
Furnishing labor as is necessary to assist the Owner in
obtaining and handling samples at the project or at other
sources of materials.
Advise the Owner in advance of construction operations to allow
for completion of quality tests and for the assignment of
personnel.
o
Furnish copies of certified test reports of all shipments of
cement and admixtures to the Owner.
EVALUATION OF CONCRETE STRENGTH
Evaluation of Test Results. The strength level of the concrete will
be considered satisfactory when the'averages of all sets of three
consecutive strength test results equal or exceed the specified
strength and no individual strength test result falls below the
specified strength by more than 500 psi. For evaluation of
potential strength and uniformity, each type and specified strength
of concrete shall be represented by at least five tests.
Core Test
Impact hammers, sonoscopes, or other nondestructive testing
devices may be used to determine relative strengths of various
areas of the structure as an aid in determining location of
areas to be cored. Do not use such nondestructive test as a
basis for acceptance or rejection.
When required, obtain cores at least 2 inches in diameter and
test in accordance with ASTM C 42.
Take at least three representative cores from each member or
area of concrete in place that is considered potentially
deficient. The location of cores will be determined by the
Owner so as to least impair the strength of the structure.
Cores may not be taken from any part of the struture, if in the
opinion of the Owner it will impair the safety of the
structure. If, before testing, one or more of the cores show
evidence of having been damaged subsequent to or during removal
from the structure, additional cores may be required. If the
concrete in the structure will be dry under service conditions,
air dry the cores (temperature 60 to 80 F., relative humidity
less than 60 percent) for 7 days before test and test dry. If
the concrete in the structure will be more than superficially
wet under service conditions, test cores after moisture
conditioning in accordance with ASTM C 42.
Concrete in the area represented by a core test will be
considered adequate if the average strength of the cores is
equal to at least 85 percent of, and if no single core is less
than 75 percent of, the specified strength.
03310-7
3.05
A.
Bo
Co
5. Plug cores holes s~id as specified for defective areas.
o
Cores containing reinforcing steel may be unacceptable and
additional cores may be required.
ACCEPTANCE OF CONCRETE WORK
Concrete Compressive Strength. Allow additional curing for concrete
which fails to meet the compressive strength requirements and modify
the concrete mix design for the remaining concrete work, at no
additional cost to the Owner.
Structural Tolerances:
Formed surfaces resulting in configuration of members smaller
than permitted under the tolerances allowed in ACI 347 will be
considered deficient in strength and shall be treated as
specified below.
Formed surfaces resulting in configuration of members larger
than permitted under the tolerances allowed in ACI 347 may be
rejected and the excess material removed. Remove excess
material in such a manner as to maintain the strength of the
section and to meet applicable requirements of function and
appearance.
Concrete members cast in the wrong location may be rejected if
the strength, appearance or function of the structure is
adversely affected or misplaced members interfere with other
construction. If rejected, remove members cast in the wrong
location and replace correctly.
Strength of Structure:
The strength of any structure in place will be considered
potentially deficient if it fails to comply with any
requirement which controls the strength of the structure. The
Contractor may make a structural analysis of any structure
considered potentially deficient by the Owner. If the analysis
indicates the completed structure will be suitable for its
intended use, it may be accepted, subject to the approval of
the Owner. In addition to the structural analysis, core tests
to check the concrete strength may be required and shall be
performed by the Contractor at no additional cost to the Owner.
If core tests are inconclusive or impractical to obtain and
structural analysis does not confirm the safety of the
structure, load tests may be required at no additional cost to
the Owner. The results shall be evaluated in accordance with
AASHTO ~Standard Specifications for Highway Bridges~
03310-8
Rein, forced concrete work judged inadequate by structural
analysis or by load test shall be reinforced with additional
construction or replaced at no additional cost to the Owner.
Additional construction shall be approved by the Owner prior to
the start of the work.
END OF SECTION
005:2201-82
03310-9
1.02
A.
SECTION 03420 - PRESTRESSED CONCRETE STRUCTURES
PART 1 GENERAL
1.01
A.
Bo
Co
Do
1.03
Ao
· DESCRIPTION
Scope. Fabricate,
prestressed concrete
Contract Documents.
Related work specified elsewhere:
1.
o
furnish,
members as
install and erect all precast,
indicated in accordance with the
Reinforcing steel: Section 03210
Structural concrete: Section 03310
Section 05120
3. Structural steel:
QUALITY ASSURANCE
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for Construction
of Highways, Streets and Bridges."
Owner will hire an independent testing laboratory to take samples
and conduct tests and provide inspection of materials and
prestressing operations. Contractor to pay for any retests of
materials which fail initial tests, or as specifically indicated in
the State Standards.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular material or method is specified, no other
material or method will be permitted, except as described in Section
01340, but the balance of State Specifications shall apply.
SUBMITTALS
The following
the Engineer
members.
items shall be submitted for review to the office of
prior to fabrication of the prestressed concrete
Design calculations for optional designs.
Fabrication and erection drawings.
Manufacturer's certifications and test reports for prestressing
strand, and elastomeric bearings.
03420-1
PART 2 - PRODUCTS
2.01 MATERIALS
A.
Materials shall be as specified in the referenced items of State
Specifications as modified herein.
Prestressed concrete structures shall conform to the requirements of
Item 425 of State Specifications except as noted below:
1. Article 425.2:
a. Delete paragraph 2.
b. Revise paragraph 4 to read:
When alternate designs are permitted by the Contract plans, the
designs proposed shall be submitted to the Engineer for
approval. Approval of these designs must be given prior to
preparation of Shop Drawings. Once alternate designs are
submitted and approved subsequent changes will not be
permitted. '
c. Paragraph 7. Delete the last sentence.
d. Delete paragraphs 8 through 15.
2. Articles 425.8 and 425.9. Delete.
Prestressing shall conform to the requirements of Item 426 of State
Specifications except as noted below:
1. Article 426.2.
Do
a. Paragraph 4. Delete the last sentence that begins, "In
addition, the Contractor shall furnish . ,,
b. Paragraph 14. Delete the last two sentences that begin
"For prestressing systems previously tested ,, '
c. Delete paragraph 15.
2. Article 426.5. Delete the last two paragraphs of this section.
3. Article 426.7 and 426.8. Delete.
Elastomeric bearings shall conform to the requirements of Item 435
of State Specifications except as noted below:
1. Article 435.2
a. Delete part 1(c).
b. Delete part l{f).
03420-2
PART 3
3.01
A.
Articles 435.4 and 435.5.
- EXECUTION
Delete.
CONSTRUCTION
Construction methods and procedures shall be in accordance with the
referenced items of State Specifications except as modified herein.
END OF SECTION
006:2201-82
03420-3
DIVISION 4
MASONRY
SECTION 04100 - MASONRY MORTAR
PART 1 GENERAL
1.01
A.
B.
1.
1.02
~ESCRIPTION OF WORK
This Section specifies the mortar for unit masonry materials.
Related work specified elsewhere
Stone Masonry: Section 04200
APPLICABLE SPECIFICATIONS AND STANDARDS
A. The following publications of the issues listed below, but referenced
to thereafter by basic designation only, apply to this Section to the
extent applicable in each reference thereto.
1. American Society for Testing and Materials (ASTM) (Latest Edition)
C 91 Specification for Masonry Cement
C 144 Specification for Aggregate for Masonry Mortar
C 150 Specification for Portland Cement
C 207 Specification for Hydrated Lime for Masonry Purposes
C 270 Specification for Mortar for Unit Masonry
1.03 ~_UALITY ASSURANCF
Use the same source or brand
duration of the Project.
1.04 ~ATERIAL STORAGE
of masonry mortar materials
for the
Store mortar materials in a dry place, off the ground, under cover.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Portland Cement: ASTM C 150, Type I. Use Type III high-early strength
for laying masonry in cold weather.
B. Masonry Cement: ASTM C 91, with 12 percent maximum air content by
volume.
C. Hydrated Lime: ASTM C 207, Type S.
D. Aggregates: ASTM C 144.
04100-1 -
E. Water: Clean, free of deleterious amounts of acids alkalies or
organic materials. ,
2.02 MORTAR MIXES
General. Do not lower the freezing point of mortar by use of
admixtures or anti-freeze agents. The use of calcium chloride in
mortar is not permitted.
B. Mortar for Unit Masonry. Meeting the requirements of ASTM C 270.
C. Masonry Cement. 1 part masonry cement to 3 parts sand proportioned by
volume. ,
PART 3 - EXECUTION
3.01 MIXING
Ao
Mix mortar with sufficient water for minimum of three minutes in a drum
type batch mixer. Mix mortar thoroughly and only in such quantity as
is needed for immediate use. Use mortar within two hours after
mixing. Discard mortar not used within specified time. Clean mixer
after four or five batches have been mixed.
B. Add water to lime at least 24 hours before mixing it with other
materials.
C. Mortars that have stiffened within time interval stated above because
of evaporation of moisture may be retempered to restore workability by
adding water. Do not retemper mortar that has reached initial set.
D. In cold weather, heat sand or water sufficiently to maintain
temperature of mortar above 50°F as follows:
3.02
Air Temperature
40'F 32' F
32°F - 20' F
MEASURING MATERIALS
Requirements
Heat sand or mixing water
Heat sand and mixing water
A. Measure materials by volume or equivalent weight.
B. Do not measure by shovel.
END OF SECTION
007:2201-82
04100-2
SECTION 04200 STONE MASONRY
PART 1 - GENERAL
1.01 DESCRIPTION
Ae
Furnish all materials, equipment and labor necessary to construct
stone masonry as indicated on the drawings.
Completely coordinate with work of all other trades.
Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances and
devices incidental to or necessary for sound, secure and complete
installation.
1.02
Related work specified'elsewhere:
1. Masonry Mortar: Section 04100
QUALITY ASSURANCF
1.04
A.
Furnish not less than five individual rocks as samples, showing
extreme variations in color and texture, for approval by Owner.
PRODUCT DELIVERY, STORAGE AND HANDLINC
Store masonry rock off ground to prevent contamination by mud, dust,
oil or materials likely to cause staining or other defects.
PART 2 - PRODUCTS
2.01
A.
MATERIALS.
Chopped Granbury Limestone.
1. Chopped Granbury Limestone shall be manufactured by Custom
Stone Supply, 2627 Joe Field Road, Dallas Texas 75229 (214)
243-1144. ' ,
o
Stone shall be of rectangular shape, 10 to 22 inches long, 3 to
5 inches wide, and 4 to 6 inches high for the "Ledgetone
pattern. "
3. Stone shall have uniform parallel edges and be free from
seqregations, cracks, seams or other structural defects or
imperfections tending to destroy its resistance to weather.
Mortar: Section 04100
04200-1
PART 3 EXECUTION
3.01 PREPARATION
Use wetting methods which ensure that each masonry unit is
nearly saturated but surface dry when laid.
Mortar bed shall be clean and well-moistened prior to placement
of stones.
3.02 CONSTRUCTION
A. Shaping Stone.
The stones shall be roughly squared on joints, beds, and
faces. Selected stone, roughly squared and pitched to line,
shall be used at all angles and ends of walls.
All shaping or dressing of stone shall be done before the stone
is laid in the wall, and no dressing or hammering which will
loosen the stone will be permitted after it is placed.
Laying Stone.
Stone masonry shall not be constructed in freezing weather or
when the stone contains frost, except by written permission of
the Engineer and subject to such conditions as he may require.
Lay up walls plumb and true with courses level, accurately
spaced and coordinated with other work. The bottom or
foundation courses shall be composed of larger, selected stones
and all courses shall be laid with bearing beds parallel to the
natural bed of the material. Prior to installation of stone
work, erect sample wall panel mockup using materials, bond and
joint finishing required for final work. Build one mockup for
the "ledgeston: pattern at the site, where directed by Owner,
indicating the proposed ranges of color, texture and workmansip
to be expected in the completed work. Obtain Owner's
acceptance of visual qualities of the mockup before start of
subsequent stone work in question. If initial mockup is
unacceptable to Owner, remove and rebuild until acceptable.
Retain accepted mockup during construction as a standard for
judging completed stone work. Do not alter, move or destroy
mockup until work is completed. Use mockup to test cleaning
procedures. The mockup shall be the following size:
A. The "ledgestone" pattern mockup shall be 6 feet by 2 feet
and be 4 feet tall to represent the stone work for the
project.
Lay stone for the wingwalls, abutments, sidewalk walls, and
bridges pedestals in a "ledgestone pattern".
04200-2
Co
3.03
Generally, joints will be 1/2 inch thick. Make joints straight
and uniform, particularly where exposed to view. Cut exposed
joints flush, compress and finish smooth with a round pointing
tool. Joints to be slightly concave.
J
Lay stone in freshly made mortar with completely filled bed,
head and collar joints; butter ends with sufficient mortar to
fill head joints and shove into place. Do not slush head
joints. Settle stones carefully in place before the mortar has
set.
Provide weep holes in head joints at base course of masonry.
Leave head joint free and clean of mortar. Space weep holes on
24 inches centers.
In case any stone is moved or the joint broken, the stone shall
be taken up, the mortar thoroughly cleaned from bed and joints,
and the stone reset in fresh mortar.
POINTING
Pointing shall not be done in freezing weather or when the
stone contains frost.
o
At completion of work, point holes in joints of exposed masonry
surfaces. Completely fill with mortar and tool properly.
After pointing has set and hardened, wet the exposed surfaces
and clean with water and stiff fiber brushes. Mortar joints
shall be well tooled and tight throughout.
o
After the pointing is completed and the mortar set, the wall
shall be thoroughly cleaned and left in a neat condition.
SCAFFOLDING
Provide scaffolding and staging required for masonry installation.
Construct and maintain scaffolding in compliance with applicable
ordinances and regulations. Scaffolding shall be sufficiently
substantial to support workmen and necessary equipment and
materials. Provide adequate guard rails for protection of property,
workmen and passersby.
END OF SECTION
008:2201-82
04200-3
SECTION 04435 - CAST STONE
PART 1 - GENERAL .
1.01 DESCRIPTION
Scope. Furnish and install all cast stone including necessary
inserts and anchors.
1.02
QUALITY ASSURANCE
The manufacturer of cast stone shall have a minimum of five years
continuous operation, having experience, adequate facilities and
capacity to furnish the quality, sizes and quantity of cast stone
required for the Project.
1.03
SUBMITTALS
Prepare and submit complete, properly marked setting drawings,
showing details and sizes of stones; arrangement of joints; bonding;
details of anchors; inserts; joints; connections to adjoining walls
or materials; reinforcing; and method of installation and anchoring.
B. Submit samples of cast stone for review by Owner for texture and
color.
Submit testing laboratory reports to Owner.
1.04 DELIVERY AND STORAGE
Ao
Store cast stone on non-staining planking, clear of the ground.
Cast stone stored for an extended period of time shall be covered
with polyethylene or other non-staining waterproof material.
PART 2 PRODUCTS
2.01 MATERIALS
A.' Cement Portland Type I or III white and/or grey meeting ASTM C150.
Fine Aggregate Carefully graded and washed natural sand, or
manufactured granite, quartz or limestone sands meeting ASTM C33.
Gradation may vary to achieve desired finish and texture.
Coarse Aggregate - Carefully graded and washed natural gravels, or
crushed graded limestone or other durable stone meeting ASTM C33.
Gradation may vary to achieve desired finish or texture.
04435-1
Eo
2.02
A.
Bo
C.
2.03
A.
Bo
2.04
2.05
A.
2.06
A.
Be
Color - All colors added shall be inorganic (natural or synthetic)
iron oxide pigments meeting ASTM C979 excluding the use of a cement
grade carbon black pigment, and shall be guaranteed by the pigment
manufacturer to be lime-proof. The amount of pigment shall not
exceed 10% by weight of the cement used. The color shall be
identical to that of the cast stone located on the existing MacArthur
Blvd. bridge located adjacent to the north end of this project.
Pointing Mortar - 1 part non-straining cement (ASTM Cgl), 1 part
hydrated lime (ASTM c20g, Type S) and 4 parts clean washed sand.
Sealant - 1 part polyurethane joint sealant as Percora "Dynatrol I".
MIX DESIGN
Provide a mix design which achieves both the strength and the surface
finish desired.
Compressive strength shall be not less than 4000 p.s.i.
Water absorption shall not exceed 8% by weight.
REINFORCEMENT
Provide reinforcing as required for safe handling, setting and
structural stress.
New billet steel meeting ASTM A615, Grade 40 or 60.
Cold-drawn
with ASTM
ASTM A184.
steel wire meeting ASTM A82, welded wire fabric conforming
A185 or A497. Steel bar or rod material conforming with
FINISH
Fine grain texture similar to natural stone. The finish shall be
identical to that of the cast stone located on the existing MacArthur
Blvd. bridge located adjacent to the north end of this project.
ANCHORS AND INSERTS
Provide anchors and inserts as shown on Drawings.
TESTING
Perform four sets of tests at random times during the manufacture of
cast stone.
Test results shall be determined by an average of three specimens per
test.
Testing shall be done using 6" x 12" cylinders in accordance with
ASTM C-31-6g-(80), ASTM C3g-81 and ASTM C642-81.
04435-2
SECTION 01750
WARRANTIES AND BONDS
PART 1 - GENERAL
1.01 PROJECT MAINTENANCE AND WARRANTY
.In addition to other warranties specified elsewhere in these
Specifications, the Contractor warrants and guarantees that Work
performed under this Contract meets the Contract requirements and is
free of defect of equipment, material or design furnished or
workmanship performed by the Contractor or any of his subcontractors
or suppliers at any tier. Such warranty shall continue for a period
of one year from the date of final acceptance of the Work, but with
respect to any part of the Work which the Owner takes possession of
prior to final acceptance, such warranty shall continue for a period
of one year from the date of Substantial Completion. The Contractor
shall also provide maintenance and other bonds as required by the
City of Coppell.
The Contractor shall, at his own expense, furnish all labor,
materials, tools and equipment required and shall make such repairs
and removals or shall perform such work or reconstruction as may be
made necessary by structural or functional defect or failure
resulting from neglect, faulty workmanship or faulty materials, in
any part of the Work performed by him.
Except as noted on the Drawings or as specified, structures such as
embankments and fences shall be returned to their original condition
prior to the completion of the Contract. Damage to facilities not
designated for removal, resulting from the Contractor's operations,
shall be repaired at no cost to the Owner.
The Contractor shall be responsible for road and entrance
reconstruction and repairs and maintenance of same for a period of
one year 'from the date of such reconstruction. In the event the
repairs and maintenance are not made immediately and it becomes
necessary for the Owner of the road to make such repairs, the
Contractor shall reimburse the Owner of the road for the cost of
such repairs.
In the event the Contractor fails to proceed to remedy the defects
of which he has been notified within 15 days of the date of such
notice the Owner reserves the right to cause the required materials
to be procured and the work to be done, as described in the Contract
Documents. and to hold the Contractor and the sureties on his Bond
liable for the cost and expense thereof.
END OF SECTION
026:2~01-32
01750-1
DIVISION 2
SITEWORK
SECTION 02010
SUBSURFACE INVESTIGATION
PART I - GENERAL
1.01 DESCRIPTION
Ao
The following soil investigation reports have been prepared by
McClelland Consultants {Southwest), Inc. and are included in the
Appendix section.
1. "Geotechnical Investigation, MacArthur Boulevard - Denton Creek
Bridge, Vista Ridge, Lewisville, Texas", September 14, 1987,
Report No. 0987-0229.
e
"Geotechnical Investigation, MacArthur Boulevard and Denton Tap
Road Bridges, Lewisville, Texas," November 29, 1988, Report No.
0988-0163.
Bo
If the Contractor wishes to obtain additional copies of the soil
investigation reports, he shall make his own arrangements through
McClelland Consultants {Southwest), 10290 Monroe Drive, Suite 203,
Dallas, Texas 75229, Tel. No. {214) 357-3801.
Co
Subsurface information was obtained solely for use in establishing
design controls for the Project. The accuracy of this information
is not guaranteed and it is not to be construed as part of the
Contract Documents governing construction of the Project. Neither
the Owner or Engineer accept any responsibility for the accuracy or
completeness of said information. It is the Bidder's responsibility
to inquire of the Engineer if additional information is available,
to make arrangements to review same prior to bidding and make his
own determinations as to all subsurface conditions.
END OF SECTION
027:2201-32
02010-1
SECTION 02102
CLEARING AND GRUBBING
PART 1 GENERAL
1.01 DESCRIPTION
Ae
Clearing and grubbing consists of removal and disposal of trees,
stumps, brush, roots, vegetation, logs, rubbish, concrete debris,
and other objectionable matter within the Project limits.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.01 CONSTRUCTION METHODS
Clear areas required for embankment construction and all classes of
excavation as shown on the Drawings. Clear areas of stumps, brush,
logs, rubbish, concrete debris, trees and shrubs, except such trees
and shrubs and certain areas designated on the Drawings for
preservation. Additional areas to be preserved may be designated by
the Engineer or Owner during construction. Protect trees, shrubs
and other landscape features specifically designated for
preservation from abuse, marring or damage during construction
operations. Parking and/or servicing of equipment under branches of
trees designated for preservation will not be permitted. Trees and
shrubs designated for preservation must be pruned as directed by the
Engineer. Treat exposed cuts over 2 inches in diameter with an
approved asphaltic material.
Bo
Grub areas required for embankment construction and all classes of
excavation. On areas required for excavation, remove all stumps and
roots to a depth of at least 2 feet below the lowest elevation of
the excavation. On areas required for embankment construction,
remove all stumps and roots to a depth of at least 2 feet below the
existing ground surface. Backfill and tamp all holes remaining to
provide positive drainage. In areas to be immediately excavated,
the Engineer may direct that the holes not be backfilled.
C. Do not cut or deface timber outside the Project limits.
3.02 REMOVING MATERIAL
Unless otherwise specified, cleared and grubbed material becomes
property of the Contractor, to be removed from the work site.
Burning of cleared and grubbed material on the Owner's property is
permitted, providing permits and authorization are obtained by the
Contractor from the City of Coppell and the Texas Air Control Board.
END OF SECTION
028:2201-32
02102-1
SECTION 02200 - UNCLASSIFIED ROADWAY EXCAVATION
PART 1 - GENERAL
1.01 DESCRIPTION
A. General.
Unclassified excavation shall consist of the required
excavation within the limits of the roadways and excavation
slopes associated with the roadways, unless otherwise
designated as structural excavation, the removal and proper
utilization or disposal of all excavated materials, an~ the
constructing, shaping and finishing of all earthwork in
conformity with the required lines, grades and typical cross
sections.
Excavation for the installation of drainage pipes and boxes,
utilities, and bridge structures is not considered unclassified
roadway excavation. See respective Sections for description of
work.
Definitions:
1. Unclassified excavation: Excavation and grading of all
materials that can be removed without drilling or blasting.
2. Rock excavation: Rock material which cannot be removed without
drilling or blasting.
1.02
A.
Bo
Ce
QUALITY ASSURANCE
Construction Standards: North Central Texas Council of Governments,
"Standard Specifications For Public Works Construction, North
Central Texas," hereinafter referred to as "NCTCOG Specifications."
Compaction density test: As shown on the Drawings in accordance
with the City of Coppell Subdivision Ordinance, Appendix A.
Owner will hire an independent testing laboratory to conduct
in-place moisture and density tests.
1. Contractor to pay for retests of materials not passing initial
tests.
1.03
A.
SUBMITTALS
Test reports for all materials which must be retested.
02200-1
.04
A.
JOB CONDITIONS
The Drawings show the approximate location of all known underground
utility lines and structures. The Contractor shall verify location
of all existing utilities. Where pipes, ducts, and other structures
are encountered but not shown on the Drawings, immediately notify
'the Engineer.
The Contractor shall protect existing utilities from damage due to
any construction activity. Damages to existing utilities shall be
repaired at no additional expense to Owner.
PART 2 - PRODUCTS
2.01 EQUIPMENT
A. Only equipment
used.
that has been approved
for this Project shall be
PART 3
3.01
A.
EXECUTION
EXCAVATION
Perform work to line and grade shown on the Drawings in accordance
with Item 3.3 of NCTCOG Specifications.
Excavate to the lines and grades indicated on the Drawings. Excess
or over-excavation performed by the Contractor, unless specifically
ordered in writing by the Engineer, shall be at the expense of the
Contractor. Filling of such excess or over-excavation with
specified materials shall be at the expense of the Contractor.
Grades not otherwise shown on the Drawings shall be uniform levels
or slopes'between elevation points and conforming to adjacent graded
areas.
Remove topsoil within limits of excavation area and stockpile for
use as top layer on excavated or embankment areas. Protect topsoil
from other excavated materials. Stockpile sufficient quantity to
cover areas to be grassed a minimum of 4 inches.
Strip surface to maximum depth of 6 inches to remove topsoil,
rubbish and vegetation not removed by clearing and grubbing
operations, and other unsatisfactory material from foundation area
of compacted fills.
All excavation areas except areas over which structural work will be
placed shall be made in such a manner as to permit all surfaces to
be brought to final line and grade within plus or minus 0.1 foot.
02200-2
Fo
He
Stockpile areas shall be cleared as specified. Material shall be
placed in the stockpile area and sloped to provide positive drainage
away from excavation areas. As necessary, roll with smooth or
rubber-tired rollers to seal stockpile material from penetration by
rainfall. Depleted stockpile areas shall be left in a neat and
sightly condition and sloped to provide drainage away from
structures. The cost of hauling material to the stockpile areas,
placing and spreading of stockpile material and dressing the
surfaces and providing drainage shall be included in the respective
contract unit prices for compacted embankment, regardless of the
source of the materials. Stockpiles shall be placed only in areas
approved by the Engineer.
The Contractor shall maintain and 'protect the embankment at all
times until final completion and acceptance of all work under this
Contract. Any material' placed in the embankment which does not meet
Specifications as to classification, quality or compaction shall be
removed, disposed of, and replaced at the expense of the
Contractor. The Contractor shall be required to remove at his own
expense embankment material placed outside prescribed slope lines.
Disposition of Excess Materials
1. It is the intent of these Specifications that all suitable
material from required excavation be utilized in construction
of the various fills as shown on the Drawings. Additional
areas to be filled may be designated by the Engineer during
construction in order to utilize all suitable excavated
material.
2. Waste material shall be disposed of as directed by the
Engineer.
END OF SECTION
029:2201-32
02200-3
SECTION 02210 - EMBANKMEN~
PART 1 - GENERAL
1.01 DESCRIPTION
A.
1.02
A.
B.
Co
1.03
A.
Embankment shall
materials obtained
embankment and all other fills.
QUALITY ASSURANCE
consist of placement and compaction of all
from roadway excavation and borrow for roadway
Construction minimum standards:
NCTCOG Specifications.
shown on the Drawings in accordance
Compaction density test: As
with the City of Coppell Subdivision Ordinance, Appendix A.
Owner will hire an independent testing laboratory to conduct in-
place moisture and density tests.
1. Notify Engineer one week prior to work activity so that tests
can be scheduled.
2. Contractor to pay for retests of materials not passing initial
tests.
SUBMITTALS
Test reports for all materials which must be retested.
PART 2
2.01
A.
Bo
Co
PRODUCT
used for
Engineer's
fills.
MATERIAL
Source. Fill material shall be obtained from required excavation or
Owner designated areas.
Suitability. The best material available from excavation shall be
fill. Suitability of fill material is subject to the
approval. Organic material shall not be allowed in earth
Quality. Fill material must be free of excessive silts. Soil
containing brush, roots, sod or similar perishable or organic
material shall not be used.
02210-1
De
Surface' layer. The top one (1) foot of fill material including four
(4) inches of topsoil shall contain no shale materials and shall be
suitable to support designated vegetation.
Embankment under pavement. Do not place topsoil layer on areas
designated under pavement or other concrete work.
PART 3 - EXECUTION
3.01
A.
B.
CONSTRUCTION
Perform work in accordance with Item 3.7 of NCTCOG Specifications.
Do not place fill on frozen surface. Snow, ice or frozen earth
shall not be incorporated in the fill.
Properly prepare foundation prior to placing fill.
1. Strip surface of fill area to remove vegetation and other
unsuitable material.
2. Scarify sides of stump holes, test pits and other similar
cavities to provide bond between foundation and fill.
3. Fill depressions and scarify surface to maximum depth of six
(6) inches.
4. Compact surface of foundation area.
Spread fill in uniform horizontal layers over foundation area.
1. Maximum depth of layer before compacting is eight (8) inches.
2. Remove roots and debris from embankment as material is spread.
3. If surface of any layer becomes too smooth to bond properly
with successive layers, loosen surface prior to placing next
layer.
4. Compact to 95 percent Maximum Dry Density within 3% of Optimum
Moisture Content.
5. Bring surface of embankment to plus or minus 0.1 foot of final
line and grade as shown on Plans.
END OF SECTION
030:2201-32
02210-2
SECTION 02223 STRUCTURAL EXCAVATION, BACKFILL AND COMPACTION
PART 1 GENERAL
1.01
A.
DESCRIPTION
Furnish all work, materials, equipment and related items required to
'remove all earth, rock, water and other materials to the extent
required for the construction of the facilities shown on the
Drawings; to prepare the subgrade or subbase for the foundation of
the facilities; and backfill around the facilities to the lines and
grades established on the Drawings.
B. Related work specified elsewhere:
1. Structural concrete: Section 03310
1.02
A.
QUALITY ASSURANCE
American Society for Testing and Materials (ASTM) and SDHPT:
1. C 136
2. D 423
3. D 424
4. TEX-115-E
Part II
5. TEX-113-E
Sieve or Screen Analysis of Fine and Coarse
Aggregates.
Test for Liquid Limit of Soils.
Test for Plastic Limit and Plasticity Index of
Soils.
Field Method for Determination of In-Place
Density of Soils and Base Materails by the
Nuclear Method.
Determination of Moisture-Density Relations of
Soils and Base Materials.
De
Should conflicts arise between specifications mentioned herein and
Contract Documents, Contract Documents shall govern. Immediately
notify Engineer of conflict.
Where a
material
01340.
particular material or method is specified, no other
or method will be permitted, except as described in Section
Owner will hire an independent testing laboratory to conduct tests.
Contractor to pay for retests of materials not passing inital tests.
1.03 SUBMITTALS
A. Test reports for any retested materials.
PART 2 PRODUCTS
2.01 MATERIALS
A. Backfill Material.
02223-1
2.02
A.
B.
Co
Eo
2.03
A.
Bo
2.04
2.05
GATE VALVES
Valves shall be as specified on the Drawings.
Valves shall comply with the requirements of AWWA Standard C 509,
NCTCOG Specifications Item 2.13 and the Coppell Ordinance Appendix
A.
Valves shall be non-rising stem type with push-on rubber gasket ends.
Stainless steel extension stems shall be provided on all buried
valves as specified on the Drawings. Extension stems shall be not
smaller in diameter than the stem of the valve. Each extension stem
shall be connected to the valve opera~or with a suitable universal
joint type coupling. Each extension stem shall be provided with
spacers which will center the stem in a valve box having an inside
diameter of 5 inches and shall be equipped with a standard AWWA
wrench nut as described in Section 20 of AWWA Standard C 500.
Extension stem shall be solid shaft construction.
Valve boxes shall be ductile iron, suitable for the depth of cover
over the pipeline as specified on the Drawings and in the Coppell
Ordinance Appendix A. Valve boxes shall be not less than five (5)
inches in diameter, shall have a minimum thickness at any point 3/16
inch, and shall be provided with suitable cast iron bases and covers.
FIRE HYDRANTS
Fire hydrants shall comply with the requirements of AWWA Standard C
502, NCTCOG Specifications Item 2.14 and the Coppell Ordinance
Appendix A.
Fire hydrants shall be as specified on the Drawings.
Paint color codes shall be in accordance with applicable City of
Coppell Standards.
Reflectors shall be installed in the street pavement adjacent to the
fire hydrants as specified on the Drawings.
PLUGS
Plugs shall be Clow Model F-11§9 solid plug or equal.
DUCTILE IRON PIPE
Ductile iron pipe shall be provided and installed in accordance with
Section 02600.
02713-2
When the largest aggregate in the mix design is 5/8" or smaller,
tests may be performed using 2" x 2" cubes in accordance with ASTM
C170 and C97.
PART 3 - EXECUTION
3.01
A.
Bo
Do
Fo
SETTING
Set all stone accurately and in accordance with shop and setting
drawings.
Unless otherwise shown set cast stone in full bed of mortar with all
vertical joints flush full.
Place all anchors and dowels and fill all anchor holes, dowel holes
and similar holes completely with mortar.
Drench all stones with .clear water just prior to setting.
After each stone has been set, all joints shall be raked to a depth
of 3/4" from the face for pointing. Sponge off the face of each
stone to remove any splashed mortar or mortar smears.
Set copings with unfilled vertical joints. The exterior vertical
profile of these joints shall be packed with foam rod, and after
wetting the ends of the stone, thoroughly fill the joint full from
above with mortar grout to within 3/4" of top. After mortar has set,
remove packing for pointing or sealant.
3.02
A.
Bo
PATCHING AND CLEANING
Repair of chipped or damaged cast stone shall be done by mechanics
skilled in this class of work, with materials furnished by the stone
manufacturer, and according to his direction.
Before pointing, the face of all cast stone shall be scrubbed with a
fiber brush, using soap powder and water and shall then be thoroughly
rinsed with clean running water.
Remove any mortar from the face of the stone. No acids or prepared
cleaners shall be used without the approval of the cast stone
manufacturer.
3.03
Bo
POINTING AND CAULKING
Dampen all joints and carefully point to a slight concave finish. No
pointing shall be done in freezing weather or in locations exposed to
hot sun, unless protected properly.
Caulk head joints in copings with joint sealant in accordance with
manufacturer's instructions.
04435-3
3.04
A.
Bo
INSPECTION AND ACCEPTANCE
Acceptance of cast stone finish requires that color and texture shall
be equal to the approval sample when viewed in good typical lighting
at a distance of 10 feet.
Cast stone shall show no obvious repairs or imperfections, other than
minimal color variations when viewed at a distance of 20 feet.
END OF SECTION
0062:1734-01
04435-4
DIVISION 5
METALS
SECTION 05120 - STRUCTURAL STEEL
PART 1 - GENERAL
1.01
A.
DESCRIPTION
Scope: Furnish all labor, materials, equipment and related items
required to erect all structural steel as indicated on the Drawings.
Related work specified elsewhere:
Reinforcing steel: Section 03210
Bridge railings: Section 05520
1.02
A.
Co
QUALITY ASSURANCE
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for the
Construction of Highways, Streets and Bridges."
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of State Specifications shall apply.
Owner will hire an independent testing laboratory to conduct tests.
Contractor to pay for any retests of material which fail initial
tests.
1.03
SUBMITTALS
The following items
the Engineer:
A.
Be
shall be submittal for review to the office of
Fabrication and erection shop drawings in accordance with the
Standards referenced in Part 1.
Mill test reports, certifications and test reports in
accordance with the Standards referenced in Part 1.
C. Welding procedures.
PART 2 - PRODUCTS
2.01
A.
MATERIALS
Materials shall be as specified
Specifications as modified herein.
in the referenced items of State
05120-1
Ferrous metals shall conform to Item 442 of State Specifications,
and as.indicated on the Drawings, except as noted below.
Article 442.14: Delete the second sentence that begins ~Paint
and painting shall be in accordance ~
2. Articles 442.16 and 442.17: Delete.
Co
Permanent metal bridge deck forms shall conform to Item 443 of State
Specifications except as noted below:
1. Article 443.3:
2. Article 443.4:
3. Article 443.5:
Delete second paragraph.
Delete second sentence of first paragraph.
Delete.
D. High strength bolts
Specifications.
shall conform to Item 447 of State
1. Article 447.8: Delete.
PART 3 - EXECUTION
3.01 CONSTRUCTION
Ao
Construction methods
referenced items of
herein.
and procedures shall be in accordance with the
the State Specifications except as modified
Fabrication and erection of structural steel and steel structures
shall be in accordance with Item 441 of State Specifications except
as noted below:
1. Article 441.3:
a. paragraph 3. Delete second sentence.
b. Delete paragraph 4, 5, 8, 9, and 11.
c. Revise paragraph 10 to read as follows:
When structural members are to be fabricated by welding, a
welding procedure in accordance with SDHPT Bulletin C-5 shall
be submitted to the Engineer for review before any welding or
fabrication is performed.
2. Article 441.5:
a. Delete paragraphs 2, 3, 6 and 7.
b. Revise paragraph 4 to read as follows:
05120-2
Prior to beginning fabrication,
the Engineer mill test reports.
reflect:
the Fabricator shall furnish~
The mill test reports shall
Specification to which material is produced.
Heat number of material.
Chemical and physical properties of the material required
by the material specification.
Impact test data when required.
Grain size or statement that fine grain practice was used,
when required.
Article 441.23; paragraph 3: Delete reference to 'Protection
System II'
Article 441.26:
ao
Delete the first two paragraphs and replace wi th the
following:
The Contractor shall be responsible for the method of erection
used and the adequacy and safety of all equipment and
procedures thereto.
The Contractor will not be required to submit detailed erection
plans unless specified on the Drawings.
b. Last Paragraph: Delete the sentence:
The methods to be used shall be submitted on the erection
drawings.
Article 441.28
a. Revise the first paragraph to read as follows:
441.28. Falsework. It shall be the responsibility of the
Contractor to ensure that the falsework shall be properly
designed for the loads to be supported and shall be
substantially and safely constructed, and properly maintained.
b. Delete paragraphs 2 and 3.
Article 441.36: Delete.
Article 441.37: Delete.
05120-3
Bolting of steel structures shall be in accordance with Item 447 of
State Specifications, except as noted previously.
Field welding of structural steel and reinforcing steel shall be in
accordance with Item 448 of State Specifications except as noted
below:
1. Article 448.3: Delete paragraphs 7 and 8.
2. Article 448.5:
a. Paragraph 11:
Division."
b. Paragraph 14:
and Brazos,
Substitute "Engineer" for "Bridge
Delete reference to "Bridge Engineer, 11th
"and substitute "Engineer."
Article 448.15: Delete ~having prior approval of the Materials
and Tests Engineer.~
4. Article 448.17: Delete.
END OF SECTION
009:2201-82
05120-4
SECTION 05520 - BRIDGE RAILINGS
PART 1 - GENEP~AL
1.01 DESCRIPTION
Ao
Scope. Furnish materials, labor, equipment and incidentals to
construct concrete, steel, or aluminum railing, or a combination of
these materials on bridges, culverts, walls, or incidental
structures as shown on the plans.
B. Related work specified elsewhere:
1. Structural steel: Section 05120
2. Protective Coatings: Section 09900
3. Reinforcing Steel: Section 03210
4. Structural Concrete: Section 03310
1.02 QUALITY ASSURANCE
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for the
Construction of Highways, Streets and Bridges."
Bo
Should conflicts arise between
government agencies mentioned
Contract Documents shall govern.
conflicts.
the standard specifications of
herein and Contract Documents,
Immediately notify Engineer of all
Co
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of State Specifications shall apply.
1.03 SUBMITTALS
The following items as called for in the related work specifications
shall be submitted for review to the office of the Engineer.
PART 2 PRODUCTS
2.01 MATERIALS
Ae
Materials for bridge railing shall conform to the requirements of
Item 450 of State Specifications, except as modified below:
Article 450.4: Delete.
Article 450.5: Paragraph 1; Delete the second sentence.
Articles 450.6 and 450.7: Delete.
05520-1
Bo
Structurml Tubing: All structural tubing for bridge rails shall be
of the size shown on the Drawings and shall meet the requirements of
ASTM A 500, Grade B.
Material for base plates shall meet the requirements of ASTM A36.
PART 3
3.01
A.
Bo
EXECUTION
CONSTRUCTION
Construction and fabrication methods and procedures shall be in
accordance with Item 450 of State Specifications.
Painting rail: Section 09900. Color to be selected by Owner.
END OF SECTION
010:2201-82
05520-2
DIVISION 9
PAINTING
SECTION 09900 - PROTECTIVE COATINGS
PART I GENERAL
1.01 DESCRIPTION
Furnish all labor, materials, tools and equipment to provide
protective coatings for the following:
1. Bridge Railing.
2. Bridge Diaphrams,
embedded items.
Armor Joints,
Pipe Hangers and miscellaneous
Although such work is not specifically indicated, furnish and install
all supplementary or miscellaneous items, appurtenances and devices
incidental to or necessary for a sound, secure and complete
installation.
C. Related work specified elsewhere:
1. Structural Steel: Section 05120
2. Bridge Railings: Section 05520
1.02
A.
QUALITY ASSURANCE
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340.
1.03
SUBMITTALS
Prior to delivery any painting materials to the jobsite, submit the
following the to the Engineer:
1. Color Selection Chart (3 copies minimum for each type of paint
used).'
2. Manufacturer's data on each type of paint to be used.
PART 2 - PRODUCTS
2.01
A.
PAINT SCHEDULE
The following field painting schedule establishes various paints and
primers required under this specification. Specific instructions in
other detail specifications supercede paint schedule for shop-coated
materials and equipment. Substitutions of paints are not allowed
unless specifically approved in advance. Include with request for
substitution complete information as to formulation, coverage,
application, etc. Surfaces not specifically listed and not excluded
by other sections of this specification shall be painted so as to
perform a complete job.
09900-1
Symbol
A
B
Min. Dry Mil
Thickness
Per Coat
5.0
4.0
Brand and Manufacturer
or Approved Equal
Series 66 Hi-Build Epoxyline, Tnemec
Series 73 Endurashield III, Tnemec
Type of Surface
Surface
Preparation
1st
Primer Coat
Total
Mils (Dry)
I. Structural
a. Bridge Railing
b.
Bridge Diaphragms,
Armor Joints, Pipe
Hangers, and miscel-
laneous embedded items
A(1) B
g.o(2)
NOTES:
Hot Dipped Galvanized -
{1) Shop primer or coating must be compatible with field applied
coating. Test for compatibility before applying field coat. If
not compatible, remove shop coat to a SSPC-SP-6 condition or
apply a barrier coat of manufacturer supplied material.
{2} Minimum dry film thickness of field coats applied.
2.02 COLORS
A. Color Selection
Colors submitted shall be Deep Umber MC-46 in the deep, dark browns.
PART 3 - EXECUTION
3.01 WORKMANSHIP
Employ only skilled workmen to apply paints and finish materials.
Apply paints with brush or spray equipment in even and thorough coats,
without runs, sags or other blemishes. Allow all coats of paint,
regardless of material used, to dry thoroughly before application of
succeeding coat, except when manufacturer recommends otherwise.
Properly sand painted surfaces between coats of enamel, paint or
shellac when applied to any surface other than masonry. Apply paints
in accordance with manufacturer's recommendations.
09900-2
3.02
A.
PREPARATION OF SURFACES
Metal Surfaces: Unless otherwise designated, surface preparation shall
be in accordance with the following table as noted on the paint
schedule.
FIELD SURFACE PREPARATION SCHEDULE
Symbol Type
I Solvent Cleaning
Steel Structures
Painting Council
Specifications
SSPC-SP-1-73T
Commercial Blast
SSPC-SP-6-73T
Description
'Removal of oil, grease,
dirt, soil, salts and conta-
minants by cleaning with
solvent, vapor, alkali,
emulsion or steam.
Blast cleaning until at
least two- thirds of each
element of surface area is
free of all visible
residues.
3.03
A.
APPLICATION OF PAINT
Use one convenient location for storing and mixing of paint materials,
and keep fire extinguisher available in this area as long as it is used
for such purpose. Protect floor of this area, and all other areas where
painting is done, with suitable drop cloths. Remove oily rags and waste
from building or site at close of day. On completion of painting
operations, clean off all paint spots, oil, and stain from all surfaces
and leave entire project in perfect condition as far as painting work is
concerned. Remove from premises all containers and debris resulting
from painting operations.
Thoroughly dry each coat of
Allow full dry time between
particular paint involved.
paint before successive coat is applied.
coats as specified by manufacturer of
Apply at rate recommended by manufacturer.
Deliver to site in original (unbroken)
manufacturer's label attached.
sealed containers with
09900-3
Use only those thinners and solvents specified in paint formulas of
paint being used, and mix in proportions as recommended by paint
manufacturer.
F. Brush Application (Not permitted, except for minor touch-up.)
Go
Use first quality hog hair or suitable synthetic bristle brushes.
Use of horse hair bristle brushes not permitted. Keep brushes clean
and free from accumulation of dried paint or dirt, and when brushes
for oil or varnish base paints are not in use, keep them suspended
in raw linseed oil bath. Clean brushes with turpentine or mineral
spirits before reuse.
Apply in uniform thickness consistent with specified coverage, and
with sufficient cross-brushing to insure filling of surface
irregularities. Exercise particular care in painting around rivet
heads, bolt heads and nuts, and in corners and other restricted
spaces.
Spray Application: Apply with adjustable air gun equipped with suitable
water trap to remove moisture from compressed air, and with paint pot
having hand agitator. Apply with width of spray not less than 12 inches
nor more than 18 inches, and with suitable pressure for particular type
of paint being used. Make frequent checks to insure correct spreading
rate and coating, and apply without sags, runs, or "orange peel"
effect. Correct all such imperfections. Take special care to cover
edges, corners, and rivet heads without bridging over of paint film.
H. Shop-coated metal surfaces
After delivery to site of work and prior to installation, keep all
shop-coated metal work clean and free from corrosion. Where
directed, clean and retouch or repaint damaged areas with,additional
primer.
After erection or installation of shop-coated metal work, clean and
retouch all rust spots, all places where paint has been rubbed or
scraped off, and all field rivets, bolt heads and nuts. After
previously applied paint has hardened, and when surfaces to receive
succeeding coats of paint have been perfectly cleaned and dried,
apply paint in accordance with painting schedule. Allow five (5}
days for hardening of final coat before submerging in water.
Galvanizing shall conform to the requirements of ASTM Standards A 123, A
120, and A 153. Abraded or otherwise damaged surfaces and cut ends of
galvanized members shall touched-up with a single component, non-toxic,
zinc rich compound with 95 percent zinc in the dried film, such as
"Drygalv" by American Solder and Flux Company.
END OF SECTION
011:2201-82
09900-4
DIVISION 16
ELECTRICAL
SECTION 16111 - CONDUITS
PART I - GENERAL
1.01 DESCRIPTION
A. General
Furnish and place conduit across bridges of the types and sizes
indicated on the Drawings, including concrete pull boxes,
fittings, attachments and incidentals.
Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances
and devices incidental to or necessary for a sound, secure and
complete installation.
1.02 QUALITY ASSURANCE
A. Governing Standards.
1. NEC
2. Rigid Galvanized Conduit ANSI C80.1-1971
3. Non-metallic Rigid P.V.C. Pipe (conduit) ASTM D 1785,
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340.
1.03 SUBMITTALS
A. Certifications that materials comply with Specifications.
PART 2 - PRODUCTS
2.01 MATERIALS
Ae
Heavy wall rigid galvanized conduit: Conduit, couplings and fittings
shall be hot dipped galvanized or electro-galvanized inside and out.
Zinc coating shall be a minimum of 1.5 ounces per square foot when
tested in accordance with ASTM A 90. All fittings shall be rain
tight.
Non-metallic rigid polyvinyl chloride (P.V.C.) pipe.
1. Pipe: ASTM D 1785, Schedule 40.
2. Couplings and fittings: ASTM D 1784, Class 13455-A.'
a. Joints shall be solvent welded as recommended by the
manufacturer.
16111-1
PART 3
3.01
3.02
A.
Be
be
Expansion coupler devices shall be same material as conduit
and provide a minimum four inches of longitudinal movement.
Provide a minimum of one coupler for each end of bridge span.
Concrete: Section 03310
Supporting systems for conduit placed beneath the bridge shall be per
the details and specifications indicated on the Drawings.
EXECUTION
CONSTRUCTION
Place the conduit, pull boxes, fittings and incidental in accordance
with the lines, grades, details and dimensions shown on the Drawings
and a specified or as directed by the Owner.
HEAVY WALL Riqid GALVANIZED STEEL CONDUIT
Install heavy wall rigid galvanized conduit for exposed wiring unless
otherwise indicated.
No trade size shall be smaller than 3/4 inch.
Cut conduit ends square with a saw and ream. Cut thread to effect
full thread joint engagement. All thread joints and fittings shall
be given a liberal coating of white lead or equivalent, following
which the joint shall be oulled up tight and secure. No running
threads are permitted.
Install pull boxes approximately every 100 feet in long conduit runs.
Install exposed rigid conduit parallel to structural members and
surfaces. Multiple runs in the same direction shall be parallel with
symmetrical bends. Support each run or group of runs rigidly with
galvanized hardware and framing materials, including nuts and bolts.
Conduits across structural joints shall have OZ or DX bonded
watertight expansion and deflection fittings where in structural
movement.
All conduits shall be clear of structural openings.
Prevent the entry of dirt, trash or water in the conduit system.
Cap future conduits if exposed and terminated in equipment. Plug
with galvanized couplings flush with the structural surfaces if
concealed.
Where Drawings indicate future equipment, provide concealed portions
of conduits.
16111-2
Ce
Ne
3.03
A.
Ce
3.04
A.
Be
Maintain minimum separation of six inches between other pipelines and
electrical conduits.
Conduits entering from outside walls shall have seals of rubber
neoprene similar to OZ type WSK and if entry is below grade, include
cable gland similar to OZ Type W or CSB sealing bushing.
Install conduits between reinforcing steel in walls and slabs. If
there is only one layer of reinforcing steel in slabs, place conduits
under the reinforcement, unless shown otherwise on the Drawings.
Structural members and reinforcing steel shall not be cut, burned or
damaged in any way. Holes cut through existing floors and walls
shall be neatly repaired with zinc~coated pipe rings place on
conduits at entry points.
Avoid trapped runs and vertical loops in conduits, but where
necessary, drain with proper fittings.
NON-METALLIC RIGID POLYVINYL CHLORIDE PIPE (CONDUIT)
Non-metallic rigid polyvinyl chloride (P.V.C.) conduit shall be used
in all underground runs and beneath bridges, unless otherwise
indicated, any run which turns up or out and becomes inaccessible
shall include rigid galvanized fittings connected to the appropriate
P.V.C. adapter beneath the concrete.
Underground runs of P.V.C. conduit shall be concrete encased as
indicated on the Drawings. Trench excavation, backfill, embedment
and encasement shall be in accordance with Section 02225.
Weld joints as per manufacturer's instructions
a. Smooth finished joint.
b. Conduit shall penetrate fittings to its maximum.
c. Joints shall be watertight and not leak when tested at 25 psi
internal pressure for 12-hour period.
All conduits installed for future use shall include removable caps on
each each end.
OBSTRUCTION TEST
Installed duct will be checked for obstructions by pulling an
approved conduit mandrel through each duct.
If mandrel fails to pass properly, the duct shall be exposed, the
defects corrected and duct retested with the mandrel.
0066:1734-01
END OF SECTION
16111-3
PART 3 - EXECUTION
3.01
LAYING AND INSTALLATION
Water pipe and appurtenances shall be installed in accordance with
NCTCOG Specifications Item 6.7.3, the Coppell Ordinance Appendix A,
and the Drawings.
Trench excavation, backfill, embedment and encasement shall be in
accordance with Section 02225.
3.02 STERILIZATION
Sterilization of all water mains including P.V.C. and ductile iron
pipe shall be in accordance with AWWA Standard C 601.
The Contractor shall be responsible for furnishing all equipment,
labor, materials and water necessary for the complete sterilization
of all water mains.
3.03 HYDROSTATIC TESTING
Ao
Water lines shall be subject to a hydrostatic test as specified in
NCTCOG Specifications Items 6.7.3.
END OF SECTION
040:2201-32
02713-3
SECTION 02721 STORM SEWER SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. General
Furnish all labor, materials, tools, equipment, and services
for all storm sewer systems as indicated, in accordance with
provisions of Contract Documents.
Completely coordinate with work of all other trades.
Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances
and devices incidental to or necessary for a sound, secure and
complete installation.
4. See Division i for General Requirements.
Definitions:
Unclassified excavation: Excavate and grade all materials that
can be removed without drilling or blasting.
Rock excavation:
Notify Engineer
be permitted.
Rock is not anticipated on this Project.
immediately if encountered. Blasting will not
1.02
A.
B.
Do
QUALITY ASSURANCE
Storm drainage system standards: NCTCOG Specifications.
Cast-in-place concrete boxes, transition structures, and Type SWW
straight w~ng walls; SDHPT Specifications.
Should conflicts arise between standard specifications of government
agencies mentioned herein and Contract Documents, Contract Documents
shall govern. Immediately notify Engineer of conflict.
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340, but the balance of NCTCOG Specifications shall apply.
Compaction density test: ASTM D 698.
Owner will hire an independent concrete testing
conduct tests in accordance with Section 03310.
laboratory to
02721-1
Ge
Ho
I.
1.03
A.
B.
Ce
.04
A.
Co
Do
Owner will hire an independent soils laboratory to conduct in-place
moisture and density tests per Section 02225.
ASTM standards indicated.
ACI standards indicated.
SUBMITTALS
Shop drawings and certifications for materials.
Manufacturer's affidavit certifying that material furnished for this
Project complies with Contract requirements.
Cast-in-place concrete and reinforcement: Division 3 of these
Specifications.
JOB CONDITIONS
Lengths indicated on Drawings are for information only. Furnish
lengths as required.
Existing utilities and structures.
1. Plans indicate existing utilities as shown on site survey.
2. Verify accuracy, location and depth of each utility prior to
open cut trenching or tunneling.
3. If pipe or box adjustment is necessary due to location of other
utilities, secure approval from Engineer.
Revisions to Contract Drawings.
1. If it 'becomes necessary
lines due to building
Engineer.
to change location of storm drainage
construction, secure approval of
2. If Contractor initiated, make approved changes without added
cost to Owner.
Do not change pipe or box sizes without securing written approval of
Engineer.
02721-2
PART 2
2.01
A.
Bo
Co
Go
PRODUCTS
MATERIALS
Acceptable manufacturers:
1. All pipe, joint materials, and fittings: Manufacturer who has
produced these materials successfully used, for at least 5
years.
Reinforced concrete pipe R.C.P.:
Pipe and fittings:
ASTM C76, Class III (unless otherwise shown on Drawings),
tongue and groove , per Item 6.7.4 of NCTCOG
Specifications.
Testing of Pipe and fittings shall be performed in
accordance with the test methods of ASTM C76.
Monolithic pipe sewers are not permitted.
o
Joints: Compression type.
a. Use field applied preformed flexible pipe joint sealing
compound.
b. Install in strict accordance with manufacturer's recommen-
dations.
Pipe size changes: Cast-in-place concrete collar as indicated
on the Drawings.
4. Sizes: As indicated
Concrete for cast-in-place boxes, transition structures, and Type
SWW straight wing walls: Section 03310. 'Concrete shall be of the
class as indicated on the Drawings.
Reinforcement bars: Section 03210.
Manholes: Construct cast-in-place reinforced concrete manholes, as
shown on the Drawings. All concrete and reinforcing steel shall
comply with the applicable divisions of these Specifications, when
not specified in referenced ASTM designations. Concrete shall be
4,000 psi minimum 28-day strength.
Inlets and Headwalls: Construct with 3000 psi concrete as indicated
on the Drawings in accordance with Division 3 of these
Specifications at locations as shown on Drawings.
Section 02225
of placement:
Bedding and Backfill materials:
1. Moisture content at time
Drawings.
2. Density: As shown on the Drawings.
02721-3
As shown on the
PART 3 - EXECUTION
3.01 TRENCH EXCAVATION, BEDDING, BACKFILL AND COMPACTION
Ao
As shown on the Drawings and in accordance with Section 02225.
Open no more than 300 LF of trench at one time, or less as required
by Engineer.
Co
Compact all trench backfill materials as shown on the Drawings.
No excavation for storm sewer installation shall be performed within
100 feet of outfalls until channel excavation at the outfalls is
complete.
Jetting of backfill will not be allowed.'
3.02
INSTALLATION OF PIPE AND BOX CULVERTS
Ao
As shown on the Drawings and in accordance with Item 6.7 of NCTCOG
Specifications.
Bo
Lay pipelines and boxes on uniform grades between inverts.
Co
Locate structures as indicated and construct lines between them.
Do
Lay pipe and boxes upgrade beginning at lower end. Lay sections
with tongue end downstream.
Do not lay pipe when trench conditions or weather is unsuitable for
such work.
Fo
Join pipe and box sections of different sizes with cast-in-place
concrete collar as shown on the Drawings or transition section as
approved by the Engineer.
Go
Where pipe or box joints are not fully closed, the entire annular
space at the joints, on both inside and outside, shall be completely
filled with cement mortar, as approved by the Engineer, firmly
caulked or pressed and compacted to form a dense, tight joint.
Ho
Remove any section of pipe or box already placed which is found to
be out of alignment, defective or damaged. Relay or replace as
directed, without additional cost to Owner.
Bedding: Lay pipe or box section directly on embedment material as
shown on Drawings. No blocking permitted.
3.03 DRAINAGE STRUCTURES
Ae
Excavation, backfill and compaction: Section 02223.
Be
Reinforced Concrete Work: Conform to applicable requirements of
Division 3 of these Specifications. Form, size, and brace so
finished structures conform to details indicated on Drawings.
02721-4
Co
o
o
Bend reinforcing steel to required shapes while steel is cold.
Excessive irregularities in bending will be cause for
rejection. Detail bars in accordance with ACI 315.
Splicing of bars will not be permitted without written
approval. Approved bar bending schedules or placing drawings
constitute written approval. Splice bars with a lap of 24
times the diameter of reinforcement but not less than 12
inches. Stagger splices or else locate at points of low
tensile stress.
Support reinforcement properly throughout placement to maintain
position approximately equidistant from top and bottom surface
of the slab, unless otherwise noted on Drawings.
Forms shall be used to shape the concrete to the required lines
unless otherwise noted on Drawings. Surface of construction
joints shall be clean, rough, and surface dry when covered with
fresh concrete or mortar. Remove all laitance, loose or
defective concrete, coating, sand, sealing compound if used,
and other foreign material. Chamfer all exposed concrete edges
1 inch except as otherwise noted on the Drawings.
If the slopes and bottom of the areas to receive concrete are
dry and not consolidated properly, the Owner may require the
entire area to be sprinkled, or sprinkled and consolidated, to
95 percent of the density, as determined in accordance with
ASTM D 698. All surfaces shall be moist when concrete is
placed. Do not place concrete in standing or running water.
After the concrete has been placed, compacted and shaped to
comply with the dimensions indicated on the Drawings,'and after
it has set sufficiently to avoid slumping, finish surface per
Section 03310 to secure a reasonably smooth surface unless
otherwise directed by the Owner.
Concrete Manholes:
1. Conform to Drawings and applicable requirements of Item 6.7.4
of NCTCOG Specifications.
END OF SECTION
041:2201-32
02721-5
SECTION 02810 - METAL BEAM GUARD FENCE
PART I - GENERAL
1.01
A.
Bo
DESCRIPTION
Furnish all labor, materials, tools, equipment and services for the
installation of metal beam guard fence complete in place as indicated
on the drawings.
Completely coordinate with work of all other trades.
Although such work is not specifically indicated, furnish and install
all supplementary or miscellaneous items, appurtenances and devices
incidental to or necessary for a sound, secure and complete
installation.
Do
1.02
A.
Co
See Division 1 for General Requirements.
QUALITY ASSURANCE
Construction minimum standards: Texas State Department of Highways
and Public Transportation, "Standard Specifications for Construction
of Highways, Streets, and Bridges".
Should conflicts arise between standard specifications of government
agencies mentioned herein and Concrete Documents, Contract Documents
shall govern.
Where a particular type of material or method is specified, no other
type of material or method will be permitted except as described in
Section 01340, but the balance of State Specifications shall apply.
1.03
A.
SUBMITTALS
Manufacturer's technical data or certificate for all materials.
PART 2 - PRODUCTS
2.01
A.
Be
MATERIALS
Metal beam guard rail, posts, fittings and end shoes shall be in
accordance with Item 540 of State Specifications. Guard rail to be
non-galvanized.
Use wood posts and non-galvanized guard rail.
PART 3 - EXECUTION
3.01 CONSTRUCTION
A. Install and paint non-galvanized metal beam guard fence at
locations indicated on the drawings in accordance with the Item 540
of State Specifications.
END OF SECTION
003:220i-82 02810-1
SECTION 02910 - UTILITY SLEEVES
PART 1 - GENERAL
1.01 DESCRIPTION
A. General.
This item shall consist of placing P.V.C. utility sleeves under
proposed concrete pavement for future irrigation piping and
wiring, future telephone cable, and other future utilities.
See Division 1 for General Requirements.
Although such work is not specifically indicated, furnish and
install all supplementary or miscellaneous items, appurtenances
and devices necessary for or incidental to a sound, secure and
complete installation.
Related work specified elsewhere:
1. Concrete paving, curbs and sidewalks: Section 02515.
1.02
A.
QUALITY ASSURANCE
Where a particular type of material or method is specified, no other
type of material or method will be permitted, except as described in
Section 01340.
Bo
Compaction density test:
Construction minimum
Construction Details
ASTM D 698.
standards: City of Coppell
Standards
D. ASTM Standards as indicated.
1.03
A.
SUBMITTALS
Manufacturer's affidavit that material
complies with Contract requirements.
furnished for this Project
1.04
A.
JOB CONDITIONS
Lengths indicated on
lengths as required.
Drawings
are for information only. Furnish
PART 2
2.01
A.
PRODUCTS
MATERIALS
Irrigation Sleeve.
1. P.V.C. Pipe and Fittings:
indicated on the Drawings.
02910-1
ASTM D 2241, Schedule 40, sizes as