Loading...
ST8505-CN 860620CONTRACT DOCUMENTS AND SPECIFICATIONS BELT LINE .ROAD IMPROVEMENTS FROM LBJ (I.H. 635) NORTH TO BELT LINE/DENTON TAP INTERSECTION City With A Beautiful Future WITH PARTICIPATION BY: DALLAS COUNTY, TEXAS GINN, INC. CONSULTING ENGINEERS DALLAS, TEXAS CONTRACT SET TO GINN, INC. Suite 100, LB-118 DALLAS, TEXAS 75248 ~o, .o. (214) 248-4900 ~..~ WE ARE SENDING YOU ~ A~ach~ ~ Under separate cover via ~~/~ the following items: ~ Shop drawings ~ Prints ~ Plans ~ Samples ~ S~cifications ~ Copy of letter ~ Change order ~ ~Ju~ ~'~ COPIES DATE NO. DESCRIPTION THESE ARE TRANSMITrED as checked below: [] For approval  For your use - [] As requested [] For review and ~omment "' [] FOR BIDS DUE REMARKS /- - [] Approved as submitted [] Approved as note~ [] Returned for corrections 19 [] Resubmit [] Submit [] Return copies for approval copies for distribution corrected prints __ [] PRINTS RETURNED AFTER LOAN TO US , / SIGNED: If enclosures are not as noted, kindly notify us et once. RE~ISED~uperse~es' cermSgE 0^TE iUM/O°~¥1 At;$P,l . CERTIFICAT" . OF INSURANCE t ioat 11/3/88 PRODUCER COLLIER COBB & ASSOCS OF DALLAS, INC. 5750 PINELAND DR., STE. 30~--~ (~c~_ F~ /] ~\/7 I~ [:% DALLAS, TX 75231 fi l I I~_L~ ~_~TZ_ L~ /J~ PHONE: (214) 739-4991 , I1~)1 --ILl NOV- 5 LETTER ~ COMPANY et al LETTER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY LETTER D CODE INSURED ED BELL INVESTIgNT CO., INC. P. O. Box 540787 Dallas, Texas 75354-0787 COMPANY LETTER E COMPANIES AFFORDING ,COVERAGE St. Paul Lloyds F!l F St. Paul Insurance Company Casualty Insurance Company COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~O POLICY EFFECTIVE POLICY EXPIRATION LTR POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DDIYY) ALL LIMITS IN THOUSANDS TYPE OF INSURANCE GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY 691NH3370 10/31/88 CLAIMS MADE X OCCUR. OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY B X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY 691NH3370-1 i0/3i/88 GENERAL AGGREGATE $ 2,000 10/31/891 PRODUCTS-COMP/CPS AGGREGATE $ 2,000 PERSONAL & ADVERTISING INJURY $ l; 000 EACH OCCURRENCE $ 1 ~ 000 DAMAGE (Any one fire) $ ~0 FIRE MEDICAL EXPENSE (Any one person) $ ~ COMBINED ...... 8 ~ SINGLE ' 1,000 /U/J.L/ ~ LIMIT i BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE B X Umbrella 591TX7325 10/31/88 10/31/89 $ 10,000$ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY $ 500 C AND 88000392 10/31/88 10/31/89 $ 500 EMPLOYERS' LIABILITY $ 500 OTHER AGGREGATE 10,000 (EACH ACCIDENT) (DISEASE--POLICY LIMIT) (DISEASE--EACH EMPLOYEI DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS RE: Belt Line Road Improvements from IH-635 No. to Denton Tap Road CERTIFICATE HOLDER CITY OF COPPELL, TEXAS c/o Ginn, Inc., Consulting Engineers 17130 Preston Rd., Suite 100 Dallas, Texas 75248 Attn: Walter Ellison ACORD 25-S (3188) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ~0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ©ACORO CORPORATION 1988 PROJECT MANUAL INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR BELT LINE ROAD IMPROVEMENTS CITY OF COPPELL, TEXAS WITH PARTICIPATION BY DALLAS COUNTY, TEXAS 1986 P=epo=ed By: Consulting Engtnee=s ~6~35 P=eston Ro~d Dollos, Texas 752~8 TABLE OF CONTENTS COVER PAGE TABLE OF CONTENTS INDEX TO DRAWINGS ~J~J~_O - BJ~J~ AND CONTRACT REQUIREMENTS 00020 - ADVERTISEMENT FOR BIDS OOlO0 - iNSTRUCTIONS TO BIDDERS OOl~O - GENERAL INSTRUCTIONS FOR BONDS 00220 - SOIL INVESTIGATION DATA 00300 - PROPOSAL AND BID FORM 00~00 - BID BOND 00500 - GENERAL CONDITIONS OF AGREEMENT 005~0 - STANDARD FORM OF AGREEMENT (SF-1 th=u SF-2) 00600 - PERFORMANCE BOND IPB-1 th~u PB-21 00610 - PAYMENT BOND (PB-3 th=u PB-~) 00630 - CERTIFICATE OF INSURANCE 00650 - SPECIAL CONDITIONS (Supplemento~y Conditions) 07000 - STANDARD SPECIFICATIONS 0?500 - SPECIAL PROVISIONS DIVISION ] - GENERAL REQUIREMENTS 01010 - SUMMARY Of WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYMENT 01310 - CONSTRUCTION SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUMENTS 01750 - WARRANTIES APPENDIX A - LOG OF BORINGS (GENERAL) APPENDIX B - LOG OF BORINGS (SPECIFIC CULVERT LOCATIONS) INDEX TO DRAWINGS Imam SHEET NO. 1 3 z~ 5 ? 8 10 11 12 13 15 1(5 17 18 20 22 24 DESCRIPTION COVER SHEET LOCATION MAP 6-LANE PAVING QUANTITIES & SHEET INDEX 4-LANE PAVING QUANTITIES & SHEET INDEX CONIINUED DRAINAGE QUANTITIES & SHEET INDEX CONIlNUED RIGHT-OF-WAY MAP RIGHT-OF-WAY MAP CONSTRUCTION SEQUENCE CONSTRUCTION SEQUENCE CONSTRUCTION SEQUENCE CONSTRUCTION SEQUENCE DETOUR E PAVING STA. 0+00 TO 5+00 PAVING STA. 5+00 TO 10+00 PAVING STA. 10+00 TO 15+00 PAVING STA. 15+00 TO 20+00 PAVING STA. 20+00 TO 25+00 PAVING STA. 25+00 TO 30+00 PAVING SlA. 30+00 TO 35+00 PAVING STA. 35+00 TO 40+00 PAVING STA. 40+00 TO 45+00 PAVING STA. 45+00 TO 50+00 PAVING STA. 50+00 TO 55+00 PAVING STA. 55+00 TO 60+00 30 31 33 34 36 37 38 39 41 43 46 47 49 5O 5~ PAVING STA. 60+00 TO 65+00 PAVING STA. 65+00 TO 70+00 PAVING STA. 70+00 TO 75+00 PAVING STA. 75+00 TO 80+00 PAVING STA. 80+00 TO 85+00 PAVING STA. 85+00 TO 90+00 PAVING S]A. 90+00 TO 95+00 PAVING STA. 95+00 TO 97+50 PAVING BELT LINE ROAD IEAS]I SOUTHWESTERN BLVD. SOUTHWESTERN BLVD. - PAVING STA. 1+20 TO 6+?0~ BELT LINE ROAD lEAST! PAVING STA. 1+20 TO 5+40 TYPICAL SECTIONS SIDEWALK DETAILS SIDEWALK DETAILS SIDEWALK DETAILS TRAFFIC BUTTON LAYOUT STA. 0+00 TO 10+00 TRAFFIC BUTTON LAYOUT STA. 55+00 TO 60+00 TRAFFIC BUTTON LAYOUT STA. 85+00 TO 95+00 TRAFFIC BUTTON LAYOUT SOUTHWESTERN BOULEVARD TRAFFIC BUTTON LAYOUT BELT LINE ROAD (EASTI DRAINAGE AREA MAP DRAINAGE AREA MAP DRAINAGE AREA NAP DRAINAGE STA. 0+00 TO 5+00 DRAINAGE STA. 5+00 TO lO+O0 DRAINAGE STA. 10+00 TO ~5+00 DRAINAGE STA. 15+00 TO 20+00 DRA/NAGE STA. 20+00 TO 25+00 DRAINAGE STA. 25+00 TO 30+00 S2 S3 Sa, SS S6 S? S8 S9 60 61 62 63 64. 6S 66 66o 67 68 69 ?0 ?1 72 73 74. ?S 77 78 DRAINAGE STA. 30+00 TO 35+00 DRAINAGE STA. 35+00 TO 40+00 DRAINAGE STA. 40+00 TO 45+00 DRAINAGE STA. 45+00 TO 50+00 DRAINAGE STA. 50+00 TO 55+00 DRAINAGE STA. 55+00 TO 60+00 DRAINAGE STA. 60+00 TO 65+00 DRAINAGE STA. 65+00 TO ?0+00 DRAINAGE STA. ?0+00 TO ?5+00 DRAINAGE STA. ?5+00 TO 80+00 DRAINAGE STA. 80+00 TO 85+00 DRAINAGE STA. 85+00 TO 90+00 DRAINAGE STA. 90+00 TO 95+00 DRAINAGE STA. 95+00 TO 9?+50 DRAINAGE BELT LINE ROAD IEASTI SOUTHWESTERN BLVD. SOUTHWESTERN BLVD. DRAINAGE STA. BELT LINE ROAD IEASTI DRAINGE STA. 1+20 TO 5+40 9 - 8' X 4' BOX CULVERTS DRAINAGE -- LAKESHORE INTERSECTION 3 - 12' X 12' BOX CULVERTS 8" SANITARY SEWER DRAINAGE DETAILS STRUCTURAL NOTES STRUCTURAL NOTES STANDARD BAR BENDS BOX CULVERTS JUNCTION BOX STA. JUNCTION BOX STA. JUNCTION BOX STA. 80 81 8~ 83 85 86 87 88 89 90 91 9~ 93 9~ 95 97 98 99 100 101 102 103 lOZ~ 105 10(5 107 JUNCTION BOX STA. 86+51._+ RETAINING WALL DETAIL HEADWALL DETAIL STA. 39+00-+ HEADWALL DETAIL STA. 53+50._+ HEADWALL DETAIL STA. 53+50..+ HEADWALL DETAIL STA. 5?+?5_+ HEADWALL DETAIL STA. 9?+50._+ THD MC?-S THD MCB-2 THD MCW-P THD MCW-F1 THD NCW-F1-30 DEGREES THD TRAFFIC BARRIER DETAILS CONCRETE RAILING DETAIL CONCRETE RAILING DETAIL SD- 1 SD-3 SD-~, SD-8 SD-9 SD- 11 SD- 13 SD- SD- 1~; SD- 16 SD- 17 SD- 19 SD-20 SECTION 0002,0 - ADVERTISEMENT FOR BIDS Sealed proposals addressed to the CITY OF COPPELL, Texas for BELT LINE ROAD IMPROVEMENTS will be received at the City of Coppell City Hall, 616 S. Coppell Road until 10:00 a.m., July 31, 1986, and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, Forms of Contract, Plans, Specifications and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Ginn, Inc., Consulting Engineers 16135 Preston Road, Suite 112 Dallas, Texas 75248 (214) 386-6611 Copies may be obtained at the office of Ginn, payment of $125.00 per set, non-refundable. Inc. for a The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit amount, form and subject to Instructions to Bidders. with his bid, a security in the the conditions provided in the PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE: Approximately 9750 L.F. of six-lane divided thoroughfare consisting of two - 34' b-b 9" thick concrete pavement sections on 12" cement stabilized subgrade, 24' wide median, left turn lanes, curb and gutter, brick pavers, asphalt transitions, rock fill and geotextile fabric along approximately 1600 L.F. of lake frontage. Major storm sewer and culvert construction consisting of approximately 5500 L.F. RCP (21" to 66"), 10,700 L.F. RCBC (3'x 2' to 12'x 12') comb. precast and cast-in-place, also includes headwalls, wingwalls and 300 L.F. retaining wall. CITY OF COPPELL Frank Proctor, City Manager Date F'AF~T 1: GENERAL GENERAL A. Defined Te=ms: Te=n,s used ir, these Inst=uc tior, s to Bidde=s which o~'e ir~ the Oer,e=a I Conditions of the Cor, st=uction Cor, t~oct, hove the meor, ings assigned to them in the Ger,e~ol Cor, ditlor, s. Owne~: Whe=eve~ the wo~d "OWNER" is used in the speci- ticotlons or,d Cor,t~oct Documents, ~t shall be unde~stoc, d o~ ~efe~=~r,g to the ~]}y_~_gggB~]]~ Coppe]l, l'exos. Enginee=: WheTeve= the wo~d "ENGINEER" i~ used ir, the ~pec~ficot~or, s and Corot=oct Documents, it sbu1] be ur, de=- ~tood os ~efeT~ir~g to gir, n~ ID~ 16~3~ P~eston Road, ou~te Jl~ Dollos~ Texo~ 7~248~ phone Imspecto=: lhe ou[ho~zed =ep=esentot ~ve of the Er,ginee=, assigned to ~upe~v~se and inspect uny o= oll po~ts of the wo=k and the mote~o]s to be used the=e~r,. Bidde=: An individual , f~=m o= co=po=ut i on o~ or, y combinot~or, the=eof, subm~tt~r,g o Bo Cant=acta=: The individual, fi=m o= co=po=orion o= or,y combination the=eof, pa=tV of the second po=t, with which the cant=oct is mode by the City of Coppell, Texas. Supe=intendent: outho=ized to Enginee= and const=uction. The =ep=esentotive of the Cunt=acta= =eceive and fulfill inst=uctions f=om the who shall supe=vise and di=ect the Documents: Complete sets of the Bidding Documents Iholf- size d=owings and specificotionsl may be obtained the Enginee= upon =eceipt of the =equi=ed payment os stated in the Adve=tisement fo= Bids. The payment is non- =efundable. Full-size d~owings o=e available in lieu of the half-size d~owings fo~ on additional S50.00 cho~ge, non-=efundable lie. total cha=ge = $17S.00 pe~ complete set). No Bidding Documents will be issued late= than two (2J days p=io= to the date fo= =eceipt of bids. If =equested, Bidding Documents will be mailed upon ~eceipt of the =equi=ed payment, plus o $5.00 handling and shipping cho~ge. Plans and specifications may be examined at Oinn, Inc., and copies may be obtained upon p~oviding the :equi~ed payment. Plans a:e also mode available to the Dodge Room and Texas Controcto=. No partial sets of plans, specifications o= peoposoi fo~ms will be issued. Sec. 00100 1 Complete sets of Bidding Documents shall be used in preparing B~ds~ neithe~ Owner nor Engineer assume any ~esponsibility fo~ e~ors or misinterpretations ~esulting f~om the use of incomplete sets of Bidding Documents. Discrepancies: Should o Bidder find any discrepancy, ambiguity, inconsistency, efta: o: omission from the drawings, specifications or pro)act manual or of the site and local conditions, or be in doubt as to their written meaning, it is requested that the Bidde~ promptly notify the Engineer who then will send a w~itten instruction or interpretation to al] known holders of the documents. Neither the Owner nor the Enginee~ will be responsible for any ora] instructions. Addenda: Any addenda to the d~awings, specifications, o~ project manual issued before o~ du~ing the time of bidding shall be included in the proposal and become o port of the contract. Addenda wi]l be mailed or delivered to oll Bidders ~eceiving o complete set of Bidding Documents. No Addenda will be issued lote~ than four (~1 days p~ior to the date fo: receipt of bids except on Addendum, if necessary, postponing the dote fo~ receipt of bids or withdrawing the :equest for bids. Each Bidde~ shall acknowledge on bid proposal that he has received o1] Addenda issued. Substitutions: The materials, products and equipment described in the specifications ond/o~ shown on the d~owings estob]ish o standard or ~equired function, dimension, appearance and quality os ~equi~ed by the Engineer. NO SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING. 1.2 BIDDING Method of Bidding: The proposal p~ovides fo~ quotation of o price, or prices, fo~ one o~ more bid items, which may be ]ump sum bid p~ices, alternate bid p=ices, o= o combination thereof. No payment will be made for items not set up on the p=oposal~ unless otherwise p=ovided by contract amendment. All Bidders a~e cautioned that they should include in the prices quoted fo~ the vo=ious bid items oll necessary allowances for the performance of all work ~equired for the satisfactory completion of the project. Single bids received on gene~ol contract will include general and mechanical construction. Sec. 00100 2 Subcontracts: The bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these will be sufficient grounds to re)eat the proposal. J~_~ID ~ECURITY Bid Security shall be made payable to the City of Coppe11 in an amount of five percent 15%1 of the Bidder's maximum Bid price and in the form of certified or bank check or a Bid Bond issued by a Surety Company holding a permit from The State of Texas to act as surety. l'he Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned~ if the Successful Bidder foils to execute and deliver the Agreement and furnish the required Contract Security within fifteen ilSI days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have o reasonable chance of receiving the award may be retained by Owner until the sixty-first day after the Bid Opening or unti] a contract is awarded. 8id security of other Bidders will be returned within thirty (30~ days of the Bid Opening. OF_BIDDERS To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of the types set forth in the Supplementary Conditions, such as financial data, previous experience and evidence of Bidder's qualification to do business in The State of ]'exas or covenant to obtain such qualification prior to award of the contract. Additionally, all Bidders shall be pmepared to show that they are skilled, experienced in, and have been regularly engaged in the type of construction involved and that they have the necessary financial resources to finish the Work in a proper and satisfactory manner in the time specified. The Engineer and Owner reserve the :ight to.require documented evidence of the foregoing from the Contractor prior to award of the contract. Sec. 00100 3 ~=~ .... EXANINATION OF CONTRACT DOCUMENTS AND SITE A. Conditions of Wa=k: Each B~dde= must fully inform himself of the conditions xelating to construction of the project and employment of ]obor thereon. Foi]u:e to d~ so will not xelieve a Successful Bidder of his obligation to fuxnish all motexial and lobar necessary to ca~xy out the provisions of his contxact. Insofax as possible, the Contxactor must employ methods or means to cause no intexxuption of ox intexfexence with the woxk of any other contxactor. Examination of Site: Ail Bidders, including the gene=al Contractor and subcontractoxs shall examine caxefully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved therein, and shall examine carefully all d~awings, specifications and othex Contxact Documents to familiaxize himself with oll of the requirements, texms and conditions the=eof. Any info=motion relating to the Woxk furnished by the Owner o= others, or failure to make these examinations shall in no way xelieve any Bidder from the responsibility of fulfilling all of the texms of the contract, if awarded a contxact. Also, failuxe to visit the site will in no way relieve the Successful Bidder from fvxnishing any materials ox performing any work required to complete Work in accordance with dxawings and project manual without additional cost to the Owner. Lows, Regulations, Permits and Taxes: The Bidder's attention is directed to the fact that oll applicable state laws, municipal o~dinonces, rules and regulations of all authorities having ~urisdiction over construction of the pxo)ect shall apply to the contxoct throughout, and they shall be deemed to be included in the contract the some as though herein written out in full os o part of these documents. Contractor shall secure, and include compensation for, in his pxoposo], all permits and all required taxes which ore levied by govexning bodies and which are assessable upon labor and materials entexing into this Work. Refexence is mode to the Supplementoxy Conditions fox the identification of those reports of investigations and test of subsurface and latent physical conditions at the site ox othexwise affecting cost, pxog~ess or performance of the Work which hove been relied upon by Engineex in prepaxing the dxowings and specifications. Owner will make copies of such reports available to any Bidder ~equesting them. These =epa=ts are not guaranteed os to accuxocy ox completeness, nor axe they part of the Contract Documents. Before submitting his Bid each Bidder wi]i, gt his own exE~D~ make such additional Sec. 00100 4 E= F o investigations and tests as the Bidde= may deem necessa=y to dete=mine his Bid fo~ pe=fo=mance of the Wo=k in acco=dance with the time, p=ice and othe= te=ms and conditions of the Cant=act gocuments. On =equest, Owne= will p=ovide each Bidde= access to the site to conduct such investigations and tests as each Bidde= deems necesso=y fo= submission of his Bid. The lands upon which the Wo=k is to be pa=fo=mad, =ights-of-way fo= access thereto and othe= lands designated fo= use by Cant=acta= in pe=fo=ming the o=e identified in the Suppiementa=y Conditions, Gene=al Requi=ements o= D=awings. The quantities of wo=k o= mate=lois os set fo=th in the p=oposal fo=m o~ on the plans a=e a calculated app=oximation and a=e fo= the pu=pose of compa=ing the Bids on a unifo=m basis. Payment will be made by the Owne= to the Cant=acta= only fo= the actual quantities of wo=k pa=fo=mad o= mate=]als fu=nished in acco=dance with the cant=act. The quantity of wo=k to be done and materials to be fu=nished may be increased o= dec=eased as he=einafte= p=ovided. Obligation of Bidde=: At the time of opening of bids, each Bidde= will be p=esumed to have inspected the site and to have =ead and be tho=oughly familia= with the d=awings, specifications and the p=oject manual, including all addenda. lhe submission of Bid will constitute an incont=ove~tible =ep=esentation by the Bidde= that he has complied with every =equi=ement of this section, ond that the Contract Documents a=e sufficient in scope and detail to indicate and convey unde=standing of all te~ms and conditions fo= pe=fo~mance of the 1.6 BID PROPOSALS Gene=al: Bid P=oposals shall be based exactly on the documents as issued. No substitutions, :evisions o= omissions f=om the plans and/o= specifications will be accepted unless outho=ized in w=iting by the Engineer. The p=oposo! fo~m is attached he~eto; additional copies may be obtained f=om the Enginee=. Bid p=oposols must be completed in ink o= by typew=ite=. The Bid p=ice of each item on the fo~m must be stated in wa=ds and nume=o]s; in case of o conflict, wa=ds will take p=ecedence. Sec. 00100 5 Bo The Bid proposal must be signed with the full name of the Contractor and his address~ if a pa=tnership, by a member of the firm with the name and address of each member; if a corporation, by an office= thereof, the co=po~ote name, and have a co=po=ate seal affixed. Form: Make all proposals on fo=ms provided and fill all opplicab]e blank spaces without inte=lineation, alte=o- tion o~ erasure and must not contain =ecapitulotion of the Wo=k to be done. No oral, teleg=ophic, o= telephonic proposals will be conside=ed. Any addenda issued du=ing the bidding shall be noted on the p=oposal Submittal: Each Bidde= shall submit his Bid completely and p=ope=ly on p=oposal forms provided. Each Bid, ~thout the "Specifications and Contract Documents", shall be enclosed in a sepo=ote sealed envelope, with the words "Bid fo~" followed by the pro)ect title and the Bidder's name and add=ess, and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail o= othe~ delive=y system, the sealed envelope shall be enclosed in a sepa=ate envelope with the notation "BID ENCLOSED" on the face thereof. Specifications and Cant=act returned with the Bids. Documents shall not be Telegraphic Modifications: Any Bidder may modify his Bid by telegraphic communication at any time p=ovided such communication is =eceived by the Owne= prior to the scheduled closing time. W=Jtten confi=mation must be =eceived within two days f=om the closing time o= no consideration will be given the teleg=aph modifications. Wtthdmawol: If, within twenty-fou= hou=s afte= Bids opened, any Bidde= files a duly signed w=itten notice with Owne= and p=omptly the=eafter demonstrates to the =eosonable satisfaction of Owne= that the=e was o mote=iol and substantial mistake in the p=epo=otion of his Bid, that Bidder may withdraw his Bid and the Bid Security wi]l be =eturned. The=eofte=, that Btdde= will be disqua]ified f=om fy=the= bidding on the Work. 1.7 OPENING OF BIDS The City of Coppell, Texas (he=ein called the "Owne="l invites all Bids on the form attached he~eto, all blanks of which must be app=op=iotely filled in. Bids will be ~eceived by the Owne~ at J~O~ at Ci~ of CgEE~ll CA&~_~g~z 615 S. CoDD~ll Roa~ IP.O. Box 478), and then at said location publicly opened and =ead aloud. The envelopes containing the Bids must be sealed, addressed to the C~ty of Coppell, and designated os "Bid foe BELT LINE ROAD IMPROVEMENTS." Sec. 00100 1.8 When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the base Bids and ma~or alternates lif anyl will be made available after the opening of Bids on a bid tabulation sheet sent to all bidders. BIDS TO RENAIN OPEN All Bids shall remain open for ninety (POI days after the day of Bid Opening, but Owner may, in his sole discretion, re]ease any Bid and return the Bid Security p~io= to that date. Ao Owner reserves the right to re)ect any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non=esponsive or conditional Bids. D~screpancies between wo~ds and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum the=eof wil] be resolved in favor of the correct sum. ]n evaluating Bids, Owner shall conside~ the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is the Owner's intent to accept alternates lif any are acceptedl in the order in which they are listed in the Bid form, but Owner may accept them in any order o= combination. Owner may consider the qualifications and expe~ience of subcontractors and other pa=sons and organizations lincluding those who are to furnish the principal items of material o= equipmentl proposed for those portions of the Work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the Supplementary Conditions. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner. Owner moy conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors and other persons and organizations to do the Work in acco=dance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. Sec. OOlO0 7 H o If the contract is to be awa:ded it wi11 be awarded to the lowest Bidde~ whose evaluation by Owne~ indicated to Owne~ that the awo:d will be in the best interests of the p~oject. If the contract is to be awarded, Owne~ will give the Successfu] Bidde= o Notice of Awa=d within ninety days afte= the day of the Bid opening. Afte= awa=d of cant=act to Successful Bidde=, the Cant=acta= shol! agree to begin wo=k within ten (10) colendo~ days ofte~ the date of "Notice to P~oceed" of the Owne~ and to fully comp]ere the p~oject within the stated numbe~ of consecutive calendo~ days the~eofte~ os stipulated on the bid p~oposol and agreement between Owne= and Cant=acta=. INTO CONTRACT In the event the Bidder's p=oposal is accepted, and he fails o~ =efuses to ente~ into the contract and fu=nish the =equi=ed Performance and Payment Bonds within fifteen Ii~l days afte= he has ~eceived notice of the acceptance of his Bid, un]ess given o w=itten extension of time by the Owne~, then the Bidde~ will be conside=ed os having abandoned his p~oposol and his Bid Secu=ity will be =etained by the Owne= os )iquidoted damages, IT NOW BEING AGREED that the specified sum of the Bid Secu=ity is o foi~ estimate of the amount of damages that the Owne= wil1 sustain in case the Bidde= foi]s to ente~ into the contract and furnish the Performance and Payment Bonds within the time stated ~n the p:oposo). TINE The numbe: of days within which, o= the date by which, the Wo:k is to be completed Ithe Cant=oct Timel is set fo~th in the Bid Fo~m and will be inc]uded in the Agreement. The Contract Time fo~ this p=o)ect is: FIVE HUNORED FORTY 1540! CALENDAR DAYS Extension of time of completion will be permissible in accordance with Section ~.02 of Gene~o] Conditions of Ag=eement. P~ovisions fo~ liquidated damages o~e set fo~th in the P=oposol. Liquidated damages fo~ this p=o~ect ONE THOUSAND DOLLARS I$2,000~ PER CALENDAR DAY Sec. 00100 8 If the appoxent Successful Biddex, and uny othex Biddex so xequested wi]] within seven ~?~ days afte~ the day of the Bid Opening submit to the Owne~ o list of all the subcontxactoxs and othex pexsons and oxgonizotions lincluding those who axe to fuxnish the pxincipal items of motexiol and equipment! pxoposed fox those portions of the Wo~k as to which such identification is so ~equi~ed. Such list shall be accompanied by an expexience statement with pextinent infoxmotion as to similax p~o)ects and othe~ evidence of qualification fo~ each such Subcontractor, person and o~gonizotion if xequested by the Ownex. If Owne~ ox Engineex aftex due investigation has ~easonable ob~ection to uny p~oposed Subcont~octox, other person o~ oxgonizotion, eithe~ may befoxe giving the Notice of Awoxd ~equest the oppaxent Successfu) Biddex to submit on acceptable substitute without on increase to Bid p~ice. If the oppa~ent Successful Biddex declines to make uny such substitution, the Contxoct shall not be awoxded to such Bidde~, but his declining to make uny such substitution will not constitute g~ounds fox sacrificing his Bid Security. Any Subcontxoctox, othe~ person ox oxgonizotion so listed and to whom Owne~ ox Enginee~ does not make wxitten ob~ection pxiox to the giving of the Notice of Awoxd will be deemed occeptob]e to Ownex and Engineex. In contxacts whexe the Contxoct Pxice is on the basis of Cost-of-the-Wo~k P]us o Fee, the oppoxent Successful Biddex~ prio~ to the Notice of Awoxd, shall identify in wxiting to Owne~ those portions of the Woxk that such 8iddex p~oposes to subcontxoct and aftex the Notice of Award may only subcontract othex poxtions of the Wo~k with Ownex~s wxitten consent. No Contxocto~ shall be xequixed to Subcontxoctox, othex person o~ o~gonizotion he has reasonable ob~ection. employ uny against whom Secvxity fo~ Faithful Performance: Simultaneously with his delivexy of the executed contxoct, the Cont~octo~ shall furnish o surety bond o~ bonds as security fox faithful performance of this contxact and for the payment of all persons performing lobo~ on the p~o~ect unde~ the contract and furnish materials in connection with this contract. The su=ety on such bond o= bonds shall be by o duly outhoxized su=ety company, sotisfoctoxy to the Owner, if =equested by the Bidde=. Sec. 00100 1.15 SIGNING OF AGREEMENT When Owne= gives a Notice of Award to the Successful Bidde=, it will be accompanied by at least six unsigned counte=po=ts of the Agreement and all othe~ Cant=oct Documents. Within fifteen ~151 days thereafter, Cont~acto~ shall sign and delive~ at least six counterparts of the Agreement to Owne~ with all othe~ Contract Documents attached. Within ten IlOI days the~eaf'te~, Owne~ will delive~ all fully signed counterparts to Contractor. Enginee~ will identify those portions of the Contract Documents not fully signed by Owne~ and Cont~acto~ and such identification shall be binding on oil pa~ties. I.I~_~_O~_TRACI_PAYMENTS The Bidder's attention is called to the fact that pa~t payment of the contract p:ice shall be in the fo~m of paving assessment certificates. "Upon completion of a unit of wa=k, the City shall issue to the Cont~octo= the certificates in pa~t payment of its obligation, and Cont~octo~ shol] assign such certificates to the City and be paid in cash the face value of such ce=tificates without discount." END OF SECTION Sec. 00100 10 _P_A_R'I .._~_: _, GENERAL A. The su=ety on each bond must be o =esponsible su=ety company which is qualified to do business in Texas and sotisfocto=y to the Owne=. The nome, including full Ch=istian nome, and =esidence of each individual po=ty to the bond shall be inse=ted in the body the=eof, and each such pa=ty shaiI sign the bond with his usual signatv=e on the line opposite the sc=oil seal, and if signed in Naine, Nassochvsetts o= New Hampshi=e, an adhesive seal shall be affixed opposite the signotu=e. If the p=incipols a=e pa=the=s, thei= individual names will oppea= in the body of the bond, with the =ecitol that they ore partners composing a fi=m, naming it, and all the membe=s of the firm shall execute the bond os individuals. D. The signatu=e of a witness shall appea= in the appropriate place, attesting the signature of each individual pa=ty to the bond. E. If the principal o= surety is a corpo=ation, the name of' the state in which inco=po=ated shall be inse=ted in the appropriate place in the body of the bond, and said inst=ument shall be executed and attested unde= the corporate seal, the fact shall be stated, in which case a scroll o= adhesive seal shall oppea= following the co=po=ate name. F. The official cho=octer and authority of the person or persons executing the bond fo= the p=incipol, if a corporation, shall be ce=tilled by the sec=eta=y o= assistant sec=eta=y acco=ding to the form attached he,eta. In lieu of such certificate,' records of the co=po=arian as will show the officio] cha=acte~ end authority of the office= signing, duly ce=tilled by the sec=eta=y o= assistant sec=eta=y, unde= the co=po=ate seal, to be t=ue copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. H. Amounts of bonds shall be as set forth in Pa=ag=apb 3.10 of the Gene=al Condition. Sec. 00110 1 A soil investigation =aport has been p=epa=ed fo= the p=oposed imp=ovements 'and obtained by the Enginee~ fo~ his own use in designing the p=o)ect. Its accu=acy completeness is not gua=anteed by the Owne= o= the Enginee= and in no event is it to be conside=ed as of the cant=act plans o= specifications. Controcto= shall not ~ely on subsu=face info=marion obtained Enginee~ o= indi=ectly f=om Owne=. Bidde=s should visit the site and acquaint himself with conditions p=io= to bidding. Additionally, the Bidde=/Oont=acto~ may make his own investigation of existing subsu=face conditions. Neithe= the Owne~, the Enginee= will be =esponsible in any way fo= additional compensation fo= additional wo=k pe=fo=med unde~ the cant=act due to Cont=acto='s assumptions based on subsoil data p=epa=ed solely fo= Englnee='s use. A copy of this soil investigation =epo=t may be inspected at the Enginee='s office. It is available fo= info=marion only and is not a wa==anty of subsu=face conditions. The data is available fo= =eview by bidding cont=acto=s upon w=itten =equest. Requests a=e =equi=ed to be in the following fo=m: "Please fo=wa=d copy of soil investigation =epo=t fo= the sub~ect p=o~ect. The cant=acting fi~m he=ein named =eleases the Owne= and Enginee= f=om any =esponsibility o~ obligation-as to its accu=acy o= completeness o= fo= any additional compensation fo= wo=k pe=fo~med unde~ the cant=act due to assumptions based on use of such fu=nished info=marion." D. A copy of the "log of bo=ings" is in Appendix A. END OF SECTION Sec. 00220 l ADDENDUM NO. ! PROJECT: Belt Line Road Improvements from IH635 North to Belt Line/Denton Tap Intersection DATE ISSUED: July 22, 1986 OWNER: City of Coppell, Texas BID OPENING: 10:00 a.m., July 31, 1986, at the City of Coppell City Hall, 616 S. Coppell Road ISSUED BY: Ginn, Inc. Consulting Engineers * * * * * * * * * · * * * * * * * * * * * * * * * * * * * * * * * * THE PROPOSED CONTRACT DRAWINGS AND/OR SPECIFICATIONS FOR THE ABOVE REFERENCED PROJECT ARE MODIFIED AS FOLLOWS: 1. Modify the Special Conditions, Section 00650, Page 9, Item 1.14, Contractor's Responsibility fgr Utilities and Services, by deleting the fourth paragraph entirely under this item. 2. Modify the Special Conditions, Section 00650, Page 13, Item 1.25, ~gneral_~!9_~ paragraph 14, by deleting the second sentence entirely. 3.Modify the Special Provisions, Section 07500, Page 2, by deleting the last paragraph on that page entirely. 4. Modify the special provision to Item 130, ~ Section 07500, Page 6, Article 130.5, Payment, by deleting the second sentence of the second paragraph and replacing it with the following: "Contractor shall furnish and pay for all surveys." 5. BIDDER shall submit their bid using the REVISED PROPOSAL AND BID FORM, SECTION 00300, from ADDENDUM NO. 1 included herein. 6. For clarification, the contract time shall remain 540 calendar days regardless of whether the 6-lane or 4-lane roadway is selected. 7. Modify Section 00100, ~Instructions jto Bidders, Page 10, para- graph 1.16, ~Contract Pavments~ by adding the ~ollowing to the first sentence: "and funds for the redemption of which shall be available prior to the execution of the contract." Add the following to the final sentence: "each month-upon receipt of approved payment application in accordance with Section 00650, page 5, part F, paragraph 5.04 --~ A1 - 1 of 6 10. 11. 12. All cofferdams constructed shall be non-erodible type structures so as to not create any siltation of North Lake. Cofferdams constructed entirely by earth fill placement into the lake is prohibited. In addition, a filtering medium for water pumped from excavations into the lake shall be required and shall be subject to approval by the Engineer. Enclosed are copies of revised structural plans, sheet numbers 81/107, 82/107, 83/107, 84/107, 85/107 which have the following revisions: Sheet 81/107 -- Added flume opening in retaining wall and detail Sheet 82/107 -- Added new footing for concrete railing and detail Sheet 83/107 -- Added new footing for concrete railing Sheet 84/107 -- Added new footing for concrete railing Sheet 85/107 -- Added new footing for concrete railing The above referenced drawings shall be used in lieu of the previous corresponding sheets included in the original construction plan sets. The concrete railing proposed shall be at the following culvert locations: Plan Sheet 57/107 (East headwall): Plan Sheet 68/107 (West headwall): Plan Sheet 68/107 (East headwall): Plan Sheet 70/107 (West headwall): Plan Sheet 70/107 (East headwall): Sta. 57+46.26 to Sta. 58+08.88 Sra. 38+66.75 to Sta. 39+71.13 Sta. 38+99.00 to Sta. 40+66.00 sra. 53+26.09 to Sta. 54+30.47 Sta. 53+26.09 to Sta. 54+30.47 The pay item number for this item of work is 450 and is shown on the bid form but not on the Summary of Quantities sheets. The following pay items and quantities were revised on the bid form to correlate with the plans: Item 462.1 (was 1074) is now 1058 LF; Item 462.12 (was 1340) is now 1380 Item 462.13 (was 596) is now 600 LF. On sheet 68/107 of the construction plans, the "NOTE" in the lower right hand corner of the plan view window which addresses the 9 - 8' x 4' RCBC's should be revised by clarifying, the applicable Texas Highway Department Standard required for construction of the 9 - 8' x 4' box culverts is detail MC 8-2 (sheet 88/107). The last note in the lower right corner of sheet 79/107 should also be revised to read MC 8-2 in lieu of MC 8-3. Also, the box culvert note in section view C-C shown on sheet 82/107 should also read MC 8-2 versus MC 8-3 shown. A1 - 2 of 6 13. 14. 15. 16. 17. 18. 19. On sheets 57/107 through 63/107 of the construction plans, Stations 58+00 to 85+50~, respectively, the West parkway from the property line to the back-of-curb shall be graded such that positive drainage is provided toward Belt Line Road, either directly over the top of curb, to the opening in the back of an inlet, or parallel with the roadway until a sag point is reached, whichever is applicable. This will not be a separate pay item but shall be considered subsidiary to cleanup. The structural plan for the junction box at Station 57+77(~), shown on sheet 78/107, shall be revised by shop drawing sub- mittal after award of the contract. The plan view for this structure shown on sheet 57/107 is the correct plan view. Construction shall be in accordance with standard detail sheer'SD-8 (sheet 98/107) for a Type B storm sewer manhole, except the top slab shall be in accordance with sheet 78/107 using the same bar sizes and spacings indicated. Pay Item 475.14 is also revised on the revised proposal and bid form sheets to reflect a Type B storm sewer manhole with a modified top slab. Welded bar splices shall be required on the 9 - 8' x 4' RCBC shown on sheet 88/107 wherever sufficient bar laps cannot be obtained due to the construction sequence. No separate payment shall be made for any splices. All splices shall conform to Item 440, Reinforcing Steel. as modified in the special provisions, Section 07500, page 35. All splices shall be shown on the shop drawings and are subject to revisions as required by the Engineer, Shop drawings are required on all cast-in-place and pre-cast reinforced concrete structures and shall be submitted for review and approval in accordance with Division I of the Contract Specifications. Revised the quantity for Item 164, Seeding (Hydromulching)= new quantity as shown per the revised proposal and bid form is 55,000 SY (6-lane) and 74,000 (4-lane). The new quantity allows for seeding both parkways and the median on the entire length of the project. Revised the quantity for Item 168, Sprinkle Irrigation= new quantity as shown per the revised proposal and bid form is 14,000 MG (6-lane) and 18,000 MG (4-lane). The new quantity was revised to accommodate the additional seeding on the entire length of the project. Modify wording in Section 07500, page 3, Special Provision to Item 100, 'Preparing Right-of-Way', Article 100.4, ~ by revising the last sentence to read: 'The portion of the contract amount for this item in excess of 50 per cent of the total contract amount for this item will be paid on the final pay estimate." A1 - 3 of 6 20. 21. 22. 23. 24. 25. 26. Revise Section 07500, page 8, Article 132.2, Constr~ti~D Methods, (2) Earth Em_b_~n_~ents, second paragraph, fourth and fifth sentences to read as follows: "Excavated materials used to construct the second (top) layer can be windrowed back in place then cement treated; or hauled off and stock- piled then cement treated and the treated materials redistri- buted; or, at no additional compensation, contractor can use excavated materials for fill areas and haul in pre-mixed cement treated base (CTB) which meets or exceeds the strength specifications for cement treatment of materials in place. On sheet 98/107, modify the note shown between the typical storm sewer and culvert sections by adding the following: "except by cast-in-place box culverts where placement of the culvert cannot be within the 4-hour limit, however, forming, steel placement and pouring shall begin as soon as possible after the bedding is mixed and placed in the excavation." Also on the same sheet, for clarification, the referenced 12" soil cement below stabilized sub-base is pay item 401 and the 12" cement stabilized sub-base is covered by pay items 270 and 524. For clarification, on sheet 35/107, the upper pay limit for rock rip-rap (fill material), pay item 432.1, is elevation 511.50. (See Addendum Item ~30, herein, for additional clarification.) Sheet 56/107 (enclosed) and sheets 70/107, 83/107, and 84/107 are all revised to accommodate a shifting of the proposed 3 - 12' x 12' RCBC 30 feet to the north. This modification is made to reduce construction conflicts with the existing submerged 8' x 6' culvert shown on the plans. After the new culvert crossing is constructed, the existing 8' x 6' culvert shall be abandoned in-place and filled with concrete. Sheet 75/107 needs the title block revised from "Standard Bar Bends" to "Junction Box Sta. 27+40." Sheet 75/107 is not a standard bar bend sheet to be referenced for all structures but is only applicable to the proposed junction box at Sra. 27+40. The sheet index on sheet 4/107 in the plans is also revised to reflect this change. On sheets 51/107 and 52/107, the double, 8' x 4' RCBC shown shall not be required to be precast but shall be optional as either cast-in-place or precast at the option of the contractor. Precast boxes shall conform to ASTM designation C-789. Cast-in-place boxes shall conform to either Texas Highway Department Standard MC 8-2 (sheet 88/107)or MC 8-3 (copy enclosed), whichever is applicable based on actual field conditions. Shop drawings are required for submittal. Sheet 93/107 "Concrete Railing Detail" (enclosed) has been revised in sections B-B and C-C to correspond with the revised structural sheets (sheets 81/107 thru 85/107). A1 - 4 of 6 27. 28. 29. 30. 31. Added pay item 582.12, 3/4' tO. 2" Water Services (Type K copper), which price shall be full compensation for installing complete-in-place each water service including wet tap to existing main, connection to relocated meter box, and all incidentals to complete the installation in accordance with plan sheet 104/107. Various sized services shall be installed as directed per Engineer and are anticipated to be installed from the west to the east side of Belt Line Road from Sanders Loop Road to Belt Line Road (East), but not limited to this area only. Trees have been added to the bid forms and are for miscella- neous landscaping as directed by the Engineer. Measurement and payment for the type trees specified shall be for a complete-in-place installation. For clarification, pay item 700.3, Hardwoods (Seedlings), shall consist of an equal balance of water oak, burr oak, and willow oak trees to make up the total actual number of trees required. Unit price for item 700.3 shall be applicable to all.three types of trees specified herein under pay item 700.3. Metal guard railing has been added to the bid form under pay item 450.1 and shall meet the requirements shown on the enclosed drawing and the Texas Highway Department Standard Specifications Item 450 -- ~_i~ The railing shall be installed on the east side of the roadway 13 feet from the back-of-curb from Station 36+00 to Sra. 38+98, Sra. 40+66 to sra. 53+26, Sra. 54+30 to sra. 57+46, Sra. 58+08 to sra. 60+00. A Type 2 end treatment per the drawing enclosed is required at each end of the guard rail sections except at Sra. 36+00 and Sra. 60+00 where a Type 1 end treatment is required. Measurement and payment shall be by the linear foot from each end of the guard railing installed, complete- in-place, regardless of which type of end treatment is used. For clarification of Section 07500, page 34, Special Provision to Item 432, pock Riprap, all the articles addressed under this item pertain only to rock riprap (slope protection), pay item 432.2. For material specifications for pay item 432.1, rock riprap (fill material), see Section 07500, page 9, Article 132.2, Construction Methods, (3) Bock Embankments. Rock riprap (fill material}, pay item 432.1, shall be paid for according to the plan quantity only and no adjustment shall be made to the plan quantity unless authorized in writing by the Engineer. The neat lines used for measurement are shown on the plans, sheets 54/107 through 57/107 and 35/107. Modify the Special Provision to Item 133, Remove & Replace ~D~table Materials. Description, first paragraph, by inserting the following after the word soil, "or a maximum depth of 2 feet as directed by the Engineer." A1 - 5 of 6 32. Add the following to the Special Provision to Item 401, E~¢avation and B~ckfill fo~ Sewer, Article 401.2, Construction Methods, sub-article (1) Excavation: Unstable materials encountered during the excavation shall be handled in accordance with Special Item 133, "Remove'and Replace Unstable Material." A1 - 6 of 6 PROPOSAL AND BID F.g_R_~ FOR: BELT LINE ROAD IMPROVEMENTS ****REVISED PROPOSAL AND BID FORM JULY 22, 1980 ADDENDUM NO. 1.*** 10: C]IY OF COF'PELL Ihereir, after coiled "OWNER"I F'. O. BOX ~+78 (516 S. COF'PELL ROAD COPF'ELL, TEXAS ?5019' Gentlemen: lhe BIDDER, in complionce with your invitotion foz bids for the above ~eferenced project, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with oil of the conditions surrounding the construction of the proposed project including the availability of materials and lobar, hereby proposes to furnish ali labor, materials, and supplies, and to construct the project ir, accordance with the Contract Documents, of which this proposal is a part. lhe undersigned, as BIDDER, declares that the only person or parties interested in this proposal os principals ate those named herein, that this proposal is made without collusion with any other person, firm or corporation) that he has carefully examined the form of contract, Notice to Bidders, Specifications, and the Plans herein ~efez~ed to and has carefully examined the locations, conditions and classes of materials coiled fat in the Contract and Specifications in the manner prescribed and according to the requirements of' the Owner as herein set forth. It is understood that the following quantities of work to be done at unit prices ate approximate only, and ore intended principally to.serve as a guide in evaluating bids. Payments for such items will be made on the basis of the actual quantity incorporated in the wotk. It is furthet agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary to complete the wo~k fully os planned and contemplated, and that all quantities of work whethe~ ir,creased ox decreased ore to be performed a~ the unit p~ices set forth below, except os provided fat in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the OWNER, but not shown on the Plans or requited by the Specifications, in accordance with the provisions of the Genera] Conditions. Similarly, they may be decreased to cover deletion of work so ordered. Sec. 00300 1 BIDDER hereby agrees to commence wo~k under this contract on or before a date to be specified in w~tten "Notice to Proceed" by the OWNER and to fully complete the p~o~ect within 5~0 consecutive caler, da~ days the~eafte~ as s~ipulated in the Specifications. BIDDER fu=the~ agrees to pay as liquidated damages, the sum of $~,000.00 fo= each consecutive calendar day the=eafte= as he=einafte~ p=ovided in Pa=ag~aph l.~, E of the Special Conditions. Accompanying th~s p~oposal is a Certified o~ Cashie='s Check payable to the City of Coppell (.8.id BondJ in the amour, t of ~-~ve pe~ IS%~-~'the ~=eatest amount bid. BIDDER acknowledges receipt of the following addendum: (If non-issued, indicate N/Al ADDENDA ADDENDA /t ............ ADDENDA ~ .... ADDENDA tt .................. __DATE_ DATE DATE DATE SUBCONIRACTOR$: BIDDER shall list below p=inc~pa] subcontractors pzoposed for on this p=o~ect: ~ ~DDRESS ~_~_~ .~z ~_~-~ ~z~ Z~ ............ BIDDER ag=ees Specifications prices: use _PItONE NO. to pe:fo:m ~ll the wo:k desc:$bed in the ~S shown on the Plans fo: the fo]]owSng unit IAmounts are to be shown in both wa=ds and figu=es. discrepancy, the amount shown in words will gove=n. I In case of Sec. 00300 ,/ I 00300-13 Iii I The above unit p:ices shall include all labo~, mate:ials, bailing, sho~ing, :emova], ave:head, p:ofit, insu:ance, etc., to cove: the finished wo:k of the severo! kinds called for. B]DDER understands that the OWNER =eserves the :ight to re~ect any o: all bids and to waive any info:malities in the bidding. Consideration of the bids by the Owner will be in the following Eithe: Total Base Bid (6-1anel o~ Total Base Bid The BIDDER ag=ees that this bid shall be good and may not withd=awn for a pe:iod of ninety iDOl calendar days after the scheduled closing time fo: receiving bids. Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal contract attached within ten days and deliver a Surety 8and o~ 8ands as ~equi~ed by the General Conditions. The Bid Security attached in the sum of is to become the p:ope:ty of the OWNER in the ~vent the contract and bond are not executed within the time above set forth, as liquidated damages fo= the delay and additional expense to the OWNER caused thereby. Respectfully submitted, SEAL-if bid is by a ~ i co=Po=at ion I 1 Ft=m I By ::~~ _~_~_._ ?_~_~__ __z~_ Z~_E_ IBustness Address) { Te 1 ephone Numbe: i END OF PROPOSAL Sec. 00300 CHUBB GROUP of Insurance Companies FEDERAL INSURANCE COMPANY BID BOND Bond No. Amount $ Know All Men By These Presents, 5% of GAB That we, ED BELL CONSTRUCTION COMPANY P. 0. Box 20777 Dallas, Texas 75220-0777 (hereinafter called the Principal), as Princip~, and the FEDERAL INSURANCE COMPANY, Warren, New Jemey, a corpor~ion duly o~anized under the laws of the State of New Jersey, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF C0PPELL, TEXAS (hereinafter called the Obligee), in the sum of FIVE PERCENT (5%) OF GREATEST AMOUNT OF BID- Dollars ($ 5% of GAB ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this A. D. nineteen hundred and eighty-six 31st day of July , WHEREAS, the Principal has submiEed a bid, dated for Belt Line Road ,19 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a con- tract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference,' not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to per- form the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. ED BELL CONSTRUCTION CONPANY Principal FEDERA~/~URANCE COMPANY · ~' L~n~da-O'Nale, ~ttorney-in-~'ac~ POWER OF ATTORNEY Know Ill Man by them Pre.anti, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Jerry P. Rose and Linda 0'Nale of Dallas, Texas each its Irue and lawful Attorney-in-Fecl to execule under such designation in its name and to affix its corporate seal lo and deliver for end on itl behalf aa surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings filed in any suit, melter or proceeding in any Court, or filed with any ~heriff or Magistrate, for the doing or not doing of anything specified in Such Bond or Undertaking. t~:",~,T.-~/~-~u~,.u u. umer ~y or organization, puo,,c or prwete, Donos to lraosportatlOn Companm, Lost Instrument ~x)ndi; bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, prolx)sals or contracts. k~ Wlt~ Whlr~, I~ .e<l FEDERAL INSUIU~NCE COMPANY his. purlul~t tO itl By-LI~I. c41ulld ~ ~ to bi ~ by ill Alltl~t Vl~l-Prll~llnl I1~ Allilllf~ ~ ~ ill c~.m ..~ ,o ~ ~o -.,.~ ,.,~ i st ~Y ~ January 19 $ 5 Riche~l D. O~m'ge MCCI~ County of Somerset~ ss. ~TIO~ ~ICE L~NARD eTA~ ~ ~ ~y ~ NOT~Y PUBLIC OF NEW JERSEY County of Somerset ,~ ss. My Commission Expires June 28. 1988 i.' the ~migned. A~l~t&m 5~c~.t.ry of the FEDERAL INIURANCE COI~ANy. do hereby o~ ~ 11. t~3 In~ mO~l reC~lly &mend~:l Mmrch 11. 15~3 ~ thlt ll~l By-Law il in "ARTICLE XVIII. mhd ~hel~ ~ oxecu~l in the rmme lad oe I=eh~ff ol the Core, tony either by the C~i~ o~. the Vio~.Chlln~ln m. Ihe i~ ~. a V~. jlMily ,~ilh ~tl Slcfl~ m.~ ~ I. I~ un~fllgnecI Asniitlm Secrellry of FEDEI~j.. iNSUi~i~K~ C~)MpAH¥. cio ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ K, Giv~l~ldm'myhlndlndthe.llofllKICo~oln¥lllWlrren, Nj ,ibis 31st ~ July , ,, 86 TABLE OF CONTENTS FOR GENERAL CONDrrIONS OF AGREEMENT 1. Definition of Terms Page 1.01 Owner, Contractor and Engineer ...................... G-1 G-1 1.02 Contract Documents ........................ G-1 1.03 ~ub-Contractor . .. .......................... G-1 1.04 Written Notice ............................ G-1 1.05 Work .............................. G-1 1.06 Extra Work .............................. 1.07 Working Day ............................. G-1 1.08 Calendar Day ............................. 1.09 Substantially Completed ......................... G-1 2. Responsibilities of the Engineer and the Contractor 2.01 Owner-Engineer Relationship ....................... G-2 2.02 Professional Inspection by Engineer .................... G-2 2.03 Payments for Work ........................... G-2 2.04 Initial Determinations ........................ G-2 G-2 2.05 Objections .............................. G-2 2.06 Lines and Grades .......................... 2.07 .Contractor's Duty and Superintendence .................. G-2 2.08 Contractor's Understanding ........................ G-3 2.09 Character of Workmen ......................... G-3 G-3 2.10 Contractor's Buildings ......................... G-4 2.11 ~mitation .............................. G-4 2.12 Shop Drawings ............................ 2.13 Preliminary Approval .......................... G-4 2.14 Defects and Their Remedies ....................... G-4 G-5 .2.15 Changes and Alterations ......................... 8. General Obligations and Responsibilities Keeping of Plans and Specifications Accessible ............... 8.01 G-5 · G-5 8.02 Ownership of Drawings ....................... G-5 ~.03 Adequacy of Design ......................... G-5 8.04 Right of Entry ............................. G-5 8.05 Collateral Contracts ........................... 8.06 Discrepancies and Omissions ....................... · G-5 ~1.07 Equipment, Materials and Construction Plant ................ G-5 · G-6 8.08 Damages ............................. TC-1 3.09 3.10 3.11 3.12 3.13 3.14 3.15 3.16 3.17 3.18 3.18.1 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 ............................. G.6 G-6 G-6 G-6 G-6 G-7 G-7 G-7 G~7 G-8 G-8 4.01 4.02 4.03 4. Prosecution and Progress Time and Order of Completion .......................... Extension of Time ................................ Hindrances and Delays .............................. G-8 G-9 G-9 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 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 Claims .............................. Arbitration ..................................... G-9 G-9 G-9 G.10 G.10 G.10 G-10 G.10 G-11 C-Il G-11 G-12 G-12 7.01 7.02 7. Abandonment of Contract Abandonment by Contractor ........................... Abandonment by Owner ............................. G-13 G-14 GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement and are referred to throughout the-Contract-Documents as if singular in number and masculine in gender. The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI- NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the ENGINEER and the CONTRACTOR. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof incorporated in any of the documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in oerson to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered, mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin- ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood to mean and include all work that may be required by the ENGINEER or OWNER to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably 'implied by the specifications, and not covered by the CONTRACTOR'S Proposal, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the 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 representative during construction. The duties, responsibilities and limitations of authority of the ENGINEER as the OWNER'S representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER v,'ill advise and consult with the OWNER, and all of OWNER'S instructions to the CONTRACTOR shall be iSSued through the ENGINEER. 2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make periodic visits to the site to familiarize himself generally with the progress of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the ENGINEER shall not be responsible for making an~( detailed, exhaus- t~ve, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in any way responsible, directly or indirectly, for the construction means, methods, techniques, se- 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 approva. 1 of an application for payment to CONTRACTOR shall not be deemed as a representatior~ by ENGINEER that ENGINEER has made any examination to determine how or for what purpose CONTRACTOR has used the moneys paid on account of the Contract price. 2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims, disputes and other matters in question between the CONTRACTOR and the 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 arbitration as hereinafter provided. 2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be furnished by the ENGINEER or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the CONTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR shall give the ENGINEER ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the CONTRACTOR'S expense. 2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any nece~ary 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. The CONTRACTOR is and at all times shall remain an independent .contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long az 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- lng construction drawings and specifications az well as any additional information concerning the work to be performed passing from or through the ENGINEER shall not be interpreted az requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau- tions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during ~:onstruction, or any clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen- tative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specificitions constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety 'of means and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC- TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON- TRACTOR has, by careful examination, satisfied himself az to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encoun- tered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can 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 CONTRACTOR agrees to employ only orderly and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the ENGINEER'S written consent. 2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the erection of tents or other forms of protection, will be permitted only at such places as the ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures shall at all times be maintained in a manner satisfactory to the ENGINEER. 2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRAC- TOR in such manner and at such points as shall be approved by the ENGINEER, and their use shall be strictly enforced. 2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt- ness, making desired corrections. The CONTRACTOR shall make any corrections required by the ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. ?he ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for 'errors of any sort in shop drawings or schedules. It shall be the CONTRAC- TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the ENGINEER shall be for the ~ole 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 ~s previously set forth, it being expressly understood and agreed that the ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. 2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the obligations of this contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described, and in full accordance with the plans and speeifica- tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective work or material shall release the CONTRACTOR from the obligations to fully and .properly Perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC- TOR, inspect and accept or reject any material furnished, and in event the material has been once &ecepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination, by the ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for mid work, all expense of removing, re-examination and replacement shall be borne by the CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and ~hali be paid for by the OWNER; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain v'~rk, ~hould the CONTRACTOR proceed with such work without requesting prior inspection or al. proval he shall bear all expense of taking up, removing, and replacing this work if so directed by the ENGINEER. 2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci- fieations, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER may make such changes and alterations as the OWNER may ~ee fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay- merit." 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 actually done and at the unit price, if any, established for auch work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid for ~s provided under Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the OWNER shall recompense the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work a~ originally planned. 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa. ~e constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. Ali models are the property of the OWNER. 3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or 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 auch collateral work as said OWNER may desire. 3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC- TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the ENGINEER shall define which is intended to apply to the work. 3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. G-5 o .............. " .... 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 machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an independent contractor. 3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this Contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such performance and payment bonds a~e furnished and approved by the OWNER. Unless otherwise approved in writing by the OWNER, the surety company underwriting the bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the CONTRACTOR'S proposal. 3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER and ENGINEER against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER- IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC- TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails so to do, then the OWNER may at the option of the CONTRACTOR either pay directly any unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims until 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 dseign, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or owner. The CONTRACTOR shall defend dl suits or claims for infringement of any patent or copyright rights and shall indemnify and rove the OWNER and ENGINEER harm]ess from any loss on account thereof, except that the OWNER shill defend Ill such suits and claims and shall be responsible for all such loss when a l~rticular design, device, material or procfls or the product of a particular manufacturer or manufacturers is specified or required by the ~)WNER; provided, however, if choice of alternate design, device, material or process is alloweit to the CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmless from any loss on account thereof. If t~:e material or process specified or required by the OWNER is an infringe- ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such information to the OWNER. 3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all timse 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 wliere such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any 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 shall bear all costs arising therefrom. In case the OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the 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 CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of the ENGINEER, and that no p~rt or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further Mrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as provided by this Agreement. 3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless the OWNER and the ENGINEER and their resmctive officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performanee of the work, provided that any such damages, claim, loss, demand, suit, judgment, eost or expense: (1) 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, (9.) Is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly, employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or. instructions by the ENGINEER, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. 3.18 INSU~tANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the Contract, whether such operations be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) Workmen'b t:ompensation claims, disability benefits and other similar employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual bodily injury liability coverages; (3) Claims for damages because of bodily injury, sicknes.~ or disease, or death of any person other than his employees, and claim~ insured by usual bodily injury liability coverages; and ' (4) Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 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. 4. PROSECUTION AND PROGRESS 4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized. The CONTRACTOR shall submit, at such times as may reasonably be requested by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. .': 4;02 ;EXTENSION OF TIME. Should the CON'I'RACTOR be delayed in the completion o~ the work ,by any act or neglect of the OWNER or ENGINEER, or of any employee of either, or by other, contractors ~mployed 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 shall be allowed for completing the .work, sufficient to compensate for the delay,' the amount 'of the extension to be determined .by the ENGINEER, provided, however, that the CONTRACTOR shall give the ENGINEER prompt .notice in writing of the cause of such delay. '.. 4.03" HINDRANCES 'AND DELAYS. No claims shall be made by the CONTRACTOR for damages .resulting from hindrances or delays from any cause (except where the work is stopped by Order. of the OWNER) during the progress of any portion of the work embraced in this contract. In caie said work shall be stopped by the act of the OWNER, then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. " ..... . . ~ ' 5. MEASUREMENT AND PAYMENT .5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. · ' 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to 'b~ furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. lit is understood and agreed that the actual amount of work to be done and material to be furnished Under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. ' Where payment is based on the unit price method, the CONTRACTOR agrees that he will ~ake no Claim for damages, anticipated profits or otherwise on account of any differences which inay' be found between the quantities of work actually done, the material actually furnished ~nder this contract and the estimated quantities contemplated and contained in the proposal; ~rovided, however, that in case the actual quantity of any major item should become as much 'as 20% morb than, or 20% less than the estimated or contemplated quantity for such items, then 'either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the portion of the work above or below 20% of the estimated quantity. "" A "Major Item" shall be Construed to be any individual bid item incurred in the proposal that ihas 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 ~b~ 'the terms of this Agreement, as provided under "Extra Work." · '""' 5'.03 i'PRICE OF WORK. 'In consideration of the furnishing of all the nece-,-sary labor, equipment and material,, and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this Contract in full [~:onformity with the specifications and stipulations herein contained, the OWNER agrees to pay ,~he 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 Or before the 10th day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER for approval or modification a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less I0 per cent of the amount thereof, which 10 per cent shall be retaiited until final payment, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may-upon written recommendation of the ENGINEER--pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S option, may be relieved of the obligation to fu!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 delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may determine. The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion, the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC- TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER will review the CONTRACTOR'S list of unfinished work 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 issuance of the Certificate of Completion, the ENGI- NEER shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the 35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR under the terms of this Agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warranty which may be required. 5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: G-lO e) ,,, .............. (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating probable filing of claims. (c) Failure of the CONTRACTOR to make payments properly to sub- contractors or for material or labor. . (d) Damage to another contractor. (e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. (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 partial 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 changes 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 ir, contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the CONTRACTOR shall refuse to execute a Change Order which has been prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein- after provided. 6.02 MINOR CHANGF-~: The ENGINEER may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to the ENGINEER for a written Field Order. In such case, the CONTRACTOR by copy of his communication to the ENGINEER or otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written Field Order and that the work involved may result in an increase in the Contract Price. Any request by the CONTRACTOR for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. ~6.03 EXTRA WORK: It is agreed that the basis oi' 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 aL~eed 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 nec~rily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and, s 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 CONTRAC'I~R. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense. adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the Written Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to he paid the CONTRAC- TOR shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and ali 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 ~ljustment in the construction time, he shall make written request to the ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance, 'the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, es provided under Method (C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to arbitration, as hereinhelow provided. 6.04 TIME OF FILING CLAIMS. It is further ~greed by both parties hereto that all questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and filed with the ENGINEER within thirty (30) days after the ENGINEER has given any directions, order or instruction to which the CONTRACTOR des/res to take exception. The ENGINEER shall reply within thirty (30) days to such written ~xceptions by the CONTRACTOR and render his final decision in writing. In case the CONTRACTOR should appeal from the ENGINEER'S decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in writing within ten (10) days after the date of delivery to CON'I'RAC~R of the ENGINEER'S final decision. It is further agreed that final acceptance of the work by the OWNER and the acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either party, except where noted otherwise in the Contract Documents. 6.05 ARBITRATION. All questions of dispute under, this Agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen 6-12 ® . ,.. ~ -. ~, by the two arbiters ~o selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by a District .Judge ~erving the County in which the major portion of the project is located, unless otherwise ~pecified. 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 (10) days, the ENGINEER shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take ex parte proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract. The decision of the arbiters upon any question ~ubmitted to arbitration under this contract shall be · condition Precedent to any right of legal action. The decision of the arbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the cue demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume work Within ten (10) days after written notification from the 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 · 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 ~nd 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 s~id 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 c~se 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 let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case any 'increase in cost to the OWNER under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited therewith. G-13 ~ ' '"' ~'~' '""" When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, or the 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 ]es~ 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, took, 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 O'A,~ER 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 oz private sale, with or without notice, as the OWNER may elect. The O~,,~ER 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 stated in ~he attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the OWNER and all other sums that may be retained by the OWNER under the terms of this Aereement and shall certify same to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR, under the terms of this Agreement. STANDARD FORM OF AGREEMENT As Adopted By THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS October 7, 1971 Revised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 Revised October 19, 1945 Revised April 8, 1954 Revised April 21, 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Counsel STATE OF TEXAS / COUNTY OF Dallas THIS AGREEMENT, made and entered into this / day of A. D. 19 J~_~ by and between CITY OF COPPET.T. of the County of Dallas Party of the First Part, hereinafter termed OWNER, and ED ~RT,T, CONSTRUCTION COMPANY and State of Texa/, acting through thereunto duly author,.ed so to do, of the City of Dallas , County of. Dallas and State of Texas , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements herein- after mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Belt Line Road Improvements From IH635 to Denton Tap Road Coppell, Texas and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and' other accessories and services necessary to complete the said construction, in accordance with 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__ G±nn, Inc. herein entitled the ENGINEER. ea,'h of which has been identified I,y the CONTRACTOR and the EN(;1NEER. together with the CONTRACTOR'S written Proposal. the General Conditions of the Agreement. and the Perf,rmance and Payment Bonds hereto attached; all 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) dab's after the date written notice to do so shall have been given to him, and to substantially complete the same calendar days within 54o ~ii~gxi~l~x~ after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF COPPELL. TEXAS B~, :,~NER) ATr~T: · ED BELL CONSTRUCTION COMPANY Party o! tJ3~eeond Part (CONTRACTOR) ATTEST: /~.~ _. PERFORMANCE BOND STATE OF TEXAS COUNTY OF Dallas KNOW ALL MEN BY THESE PRESENTS: That ED BELL CONSTRUCTION COMPANY P. 0. Box 207.77 . of the City of Dallas Cgunty of Da.1 las ~ and State of Texa~ , as principal, and FEDERAL ~NSURANCE COMPANY authorized under the laws of the State of Texss to act ss surety on bonds for principals, are held and firmly bound unto CITY OF COPP~.T,, TEXAS 40(.O6~e.~, in the penal sum of Five Million' Five ttundr~d Forty Thousand, . Dollars ($ ~, 5 - -. I- for the payment Sw~h~r~eoU~,drt~l~ F~[~[Y-l~r~ciSal~la~ll~°Surety bind themselves, and their heirs, administrators, executors, successors and ss~, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the / day of ~ff~~/'~-/~ ,19~, to which contract is hereby referred to and made a part hereof as fully and to the same extent ss if copied at length herein. Belt Line Road Improvements From IH635 to Denton Tap Road 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 siniatlar the covenants, conditions and a~reements in and by said contract a~reed 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 ss if it were copied at length herein." Surety, for value received, stipulates and ak, tees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci- fications, or drawings accompanying the same, shall in anyway affect its obligation on this *Not applicable for federal work. See "l~he Miller 'Act," 40 U.S.C. S270. bond, and it does hereby waive notice of any such chan~e, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNES~ WHEREOF, the said Principal and Surety have sirned and sealed this instru- meat this / day of .~~~ , 19 ~_/~ ED BET J. CONSTRUCTION COMPANY _ Principal S~Ti,~o-l-ku ],~.<f$~t ll /~lti,v ., Address P. 0. Box 20777 Dallas~ Texas 75220-0777 By Title FEDF~AL INSURANCE COMPANY _ Li~d? 0 ' Nale, AStornev-in-Fact Address 717 N. Hat,rood, Suite 300 Dallas~ Texas 75201-6502 The name and address of the Resident A~ent of Surety is: Jerry_ P. Rose - Collier Cobb & Assoc. of Dallas. Inc. P. 0. Box 82112~ - Dallas, Texas 7~382 POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Jerry P. Rose and Linda 0'Nale of Dallas, Texas each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf aa surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or no~ doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulation~ of anY State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensa- tion bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contract~. . ...... , ' ,., ' ,, ~' In wnneas Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Law~, caused theoe presents to be signed by its Assistant Vlc~-Prseident and Aseiltan'~ Secretary end itl ~xporata as., ,o be hereto ..~x~ ,h~s l S~ day of January ,e 8 5 Corporate Seal Richard O. O'Connor Seorem~/ STATE OF NEW JERSEY '~ SS. County of Somerse! On Ihil ]st dsyof January te85 . before me perlonilly came Riohard O. O'Connor to me known Ind by me known to be Aseiatint SeoretMY of the FEDERAL IN- $URANCE COMPANY, the corporation dsecribed in and which executed the foregoing Power of Altorney. and the said Richard D, O'Cormor being by me duly Iworn. did ~ and say that ha of ~he FEDERAL INSURANCE COMPANY and knows Ihs corporate seal thereof; that the sail affixed to the foregoing I~r of Attorney il Iuch Corpor~ sen and wis th~rlfo affixed by authority of the ~/-LIwl of laid ComDlny, end Ihat he signed said Power of Attorney as Aasiltinl Secretary of said Company by Ilks authority; end that he i~ acquainted with George McClellan and knows him to be the A~ Vioe-Pr~ of said ~ny, end thai the signature of said George McClellan subscribed to said Power of Attorney il in the genuine handwriting of said George ldcCletlan and wse thereto ~.~ribld by luthOHty of laid ey. Llwl and in deponent's presence Notarial Sell ~~ Acknowledged and Sworn tO before me I~--~~~ ~--- ~°n the datel_e/~_~written. J Notary Public ~:.k~/'~..c~E?.~,,~/ CF_qTIflCATION ALICE LEONARD NOTARY PUBLIC OF NEW JERSEY ITAT~ O~ NEW ,JERSEY [ SS. My Commission Expires June 28, 1988 County of Somerset J I, the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following ia a true excerpt from the ey-Law~ ot the said Company se Idoptod by Ill Board of Directom o~ March tl, 1953 and most recenlly amended March 11, 1983 and that this By-Law is in full force and effect. "ARTICLE XVlit. Section 2' Ail Ix3nd$, undertakings, contracts and Other inltrunl~nt~ o#tlr thin I~ above to~ and o~ behalf o~ the Company which il II iulhorize<:l by I~w or Itl chirt~r to and shell be executed in the name and on behalf of the Company either by the Chairman or the Vlce-Chilrmin or the Prelidint or a Vice-Prseidint, jointly with the Secretary or in Alit Secretary, under their rsepscllve designations, except that any one or mo~e officorl or attorneys-in-fact dseignatod in iny ~lofUtion of the ~ of Dkectom or Ihs Executive Com~. or in any power of a~lorney executed a. provided for in Section 3 befow, may execute any such bond, undertaking or other obligation Il provided in luch rlloluflo~ or power of etto~. Sectic~ 3 A# power, of attorney lot and on bahs# of the CompanY mayand IhIll be executed in the name and on behIlt of Ihs ~y' bllhor by Ihs chIlm~an or the VIc~'ctMIjm~I~I or thl I=N'lIldMtl or a Vlce. Prasldem or an Aasiltant Vice-Pre~ldenl, Jointly wllh the Secretary or an Aasiltant Seoratlry, un~r thek rse~lcflv~ dl~lgnetionl. Th~ lig~re of Iuch ~ filly ba I ~uritlM ~'tily Ihlt said FE~RAL INIURAN~ CO. ANY is duty licensed to transect lldatlly and ~uraty bu~lneas in each of t~ Statsa of Ihs United ~totel of ~ DiltHct of Cofun~, Pul~to P~vtneel of Canada with the exception of Prince Edward Island; and il also duly licensed to become asia lu rely on bon~, und~rlaklngl, etc.. p~fmittod or required by I1~, I, Ihs undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney il in full force and effect. Qtv~n U~der n~/hand end the seal o! said Company at Warren, N.J., this day of 19 . PAYMENT BOND STATE OF TEXAS COUNTY OF Dallas KNOW ALL MEN BY THESE PRESENTS: That ED ~ET,T. CONa~MC, T~ON CO~PANY P. 0. Box 20777 of the City of Dallas , County of Dallas , and State of Texas , as principal, and FEDEI~AL TNalJ~ANCE C01V~ANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto 0IT¥ OF COPPELL, TEXAS (Owner), in the penal sum of Five M~ 1 lion. Five Hlmdred Forty_Tltoiliit~2~._Dollars ($_~~1 . Si~ .I~undr~l..F~)rty-,Two. ~ 41/lQ0 . for the payment wnereoI, ~ne salarrmc~pai aha ~urety omc themselves and their heirs~ adminis- trators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal dated the / day of has entered ir~to a certain written contract with the Owner, -~~~_/_~/zff-~ .. 19-~-~--, 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. Belt Line Road Improvements from IH635 to Denton Tap Road NOW, THEREFORE, THE CO17DITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then. this obligation shall be void; othe,-wise 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 agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shah in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereumier. IN WITNE~ WHEREOF. the said l~incipal and Surety have si~ned and sealed this instru- ED BELL CONSTRUCTION COMPANY Address P. O. Box 20777 Dallas~ Texas 75220-0777 Title FED~kL_ INSURANCE COMPANY ~ Sure~ VLi~ 0'Nale, Attorney-in-Fact Address 717 N. Harwood, Suite 300 Dallas, Texas 75201-6502 The name and address of the Resident Agent of Surety is: Jerry P. Rose - Collier Cobb & &ssoc. of ~allas, Inc. P. O. Box 821129 - Dallas, Texas 75382 PRODUCER COLLIER COBB & ASSOCS OF DALLAS, INC. 5750 PINELAND DR., STE. 308 DALLAS, TX 75231 PHONE: (214) 739-4991 INSURED ED BELL CONSTRUCTION COMPANY, P. O. Box 20871 Dallas, Texas 75220 et al ISSUE DAi'E (MM;DDiY f) 11/6/86 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY ~1~ ARGONAUT INSURANCE COMPANY COMPANY LE-3'rER B COMPANY LETTER C LETTER D THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN~ THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. TYPE OF INSURANCE GENERAL LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PROOUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) nWNED AUTOS/OTHER THAN~ ALL v ~ PRIV, PASS. / HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRI~LLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY POLICY NUMBER GL 40-459-719753 CA 40-459-719754 XL 40-459-719692 WC 40-459-719752 POLICY EFFECTIVE DATE (MM/DO/W) 10/31/86 i0/3i/86 i0/3i/86 io/~i/86 POLICY EXPIRATION OAT~ (MM/DO/'~3 io/3i/87 i0/3i/87 i0/3i/87 io/3i/87 LIABILITY LIMITS IN THOUSANDS EACH AGGREGATE $ $ 1,000 $ 1,000 PERSONAL INJURY $ $ $ $ 1,000 $ 1,000 STATUTORY .~00 (EACH ACCIDENT) ~00 (DISEASE-POLICY LIMIT) 5OO DESCRIPTION OF OPERATION~LOCATIONSNEHICLES/SPECIAL ITEMS RE: Belt Line Road Improvements from IH-635 North to Denton Tap Road CITY OF COPPELL, TEXAS ¢/o Ginn, Ineoporated Consulting Engineers 16135 Preston Road, Suite 112 Dallas, Texas 75248 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ~0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UADIUTY OF ANY KIND UPON THE COMPANY REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~ ~~ CONDI![g INDEX TO SPECIAL CONDITIONS ...................................... 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.~ 1.~0 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.2.0 1.21 1.22 1.23 1.24 1.25 GENERAL DEFINITION OF TERMS MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT CONTRACT EXECUTION & ISSUANCE OF WORK ORDER STATE & CITY SALES TAX EXISTING STRUCTURES PROTECTION & RESTORATION OF PROPERTY REFERENCE SPECIFICATIONS SUBSURFACE CONDITIONS SERVICE OF MANUFACTURER'S REPRESENTATIVE PLANS AND SPECIFICATIONS AVAILABILITY SUBCONTRACTORS CONTRACTOR'S RESPONSIBILITY FOR UTILITIES & SERVICES MANUFACTURER'S DIRECTIONS SANITARY FACILITIES GUARANTEE OF WORK FINAL INSPECTION PERMITS & LICENSES NOTICE OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES TESTING COORDINATION WITH RAILROAD SUGGESTED SEQUENCE OF CONSTRUCTION I'EXAS STATE DEPARTMENT OF HIGHWAYS & PUBLIC TRANSPORTATION SPECIFICATIONS GENERAL NOTES PAGE NO. 00650-1 00650-1 00650-1-6 00650-6 00650-6-7 00650-7 00650-7-8 00650-8 00650-8 00650-8 00650-9 00650-9 00650-9 00650-10 00650-10 00650-10 00650-10 00650-10 00650-10 00650-11 00650-11 00650-11 00650-11 00650-12-13 ~2Q~..99~0 - SPEC]AL CONDITIONS These Special Conditions supplement, modify, change, delete from and/or add to the Specifications and the "General Conditions of Agreement" Where any Article of the Genera] Conditions is modified or any Paragraph, subparagraph or Clause thereof is modified or deleted by these supplements, the unaltered provisions of that Artic]e~ Paragraph, Subparagraph or Clause shall remain in effect. J=~_..O~INIT~_OI~__OF TERNS Aa Owne=: Wherever the word "OWNER" is used in the Specifications and the Contract Documents, it shall be understood as referring to the City of Coppel]. Engineer: Wherever the word "ENGINEER" is used in the Specifications and the Contract Documents, it shal] be understood as referring to Ginn, Inc.s 16135 Preston Rd., Suite 112, Dallas, Texas Contractor: Wherever the word "CONTRACTOR" is used in the Specifications and the Contract Documents, it shall be understood as denoting the Genera] Contractor signing this Contract. ~:9___.~._IFICATIO~S OF GENERAL CONDITIONS OF AGREENENT l'he fo]lowing designated items of the General Conditions Agreement are modified as follows: of Paragraph 2.06 - Lines and Grades is deleted in its entirety and the following substituted therefore "The Engineer wi]] establish bench marks and horizontal control points in close proximity to the Work. From these control points, the Contractor shall provide 9~ surveying necessary to lay out the Work. Contractor shall be responsible for establishing all lines and grades necessary to control the Work and shall be =esponsible for the p~ecise location of all facilities." "The Engineer may make checks as the Work progresses to verify lines and grades established by the Cont~octo~ to determine the conformance of the completed work as it progresses with the requirements of the Contract Specifications and Drawings. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with the Contract Drawings and Specifications and the lines and grades given therein. Sec. 00650 1 Bo Paragraph 3.09 - Protection Against Accident to Employees and the Pub]ic is modified by adding the following: "Contractor's attention is specifically directed to l'exas Occupational Safety Law." the "The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic. After the "Notice to Proceed" is issued, the Contracto= shall notify the Engineer, at the earliest possible date, of the starting of hauling of materiels and any construction work which might in any way inconvenience or endanger traffic." "The Contractor shell provide and maintain f]agmen at all points where his operations interfere in any manner with traffic flow. Flagman shell be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the Work, and shall be neatly attired and groomed at all times when on duty. Flagmen, when directing traffic, shall use standard flagging procedures set forth in the 'Instructions to F]agmen' published by the Texas State Department of Highways and Public Transportation." "1'he Contractor shall provide, construct and maintain suitable barricades as shown on the Plans and elsewhere when directed by the Engineer. The Contractor shall provide and maintain such standard barricades or special barricades, signs, lights and flags at points along the pro)eot as may be necessary to protect the Work and safeguard ell traffic. All signs, barricades and working area layouts shall be provided and maintained accordance with requirements of Part VI of the Manual on Uniform Traffic Control Devices, 'Traffic Controls for Street and Highway Construction and Maintenance Operations.' Signs and barricades to facilitate the flow of traffic wi]] be the responsibility of the Contractor. The use of sufficient vertical panels with flashers in con~unctJon with necessary warning signs and barricades will be ~equi~ed to direct "No d~rect payment will be made for the work involved in carrying out the public safety measures herein provided, the cost thereof being included in the prices paid for the various contract items of work and no additional allowance will be made therefore." Paragraph 3.20 - Performance and Payment Bonds is modified as follows: With the execution and delivery of the Contract, the Contractor shall execute and furnish separate Performance and Payment Bonds on the forms provided as follows: Sec. 00650 2 b o Pexfo~mance Bond: A Perfoxmance Bond in the amount of one hundred percent (lO0%l of the Contxact p~ice, or only incxeases or deletions thexefxom due to contract modifications, guaxanteeing faithful perfoxmance of the work and fulfillment of the obligations of the Contract. The Pe~foxmonce Bond shall guarantee that the Contxactox shall repaix and/or ~eplace any defects in the work axising from defective ox inferio~ woxkmanship o~ materials used therein~ for a pexiod of one (1) year f~om date of final acceptance of the work by the Owne~. Payment Bond: A Payment Bond' in the amount of one hundred percent (100%) of the Contract price, or any increases ox deletions the~efxom due to contract modifications, guaranteeing payment to all persons supplying labor and materials or furnishing equipment in the execution of the Contract. Performance and Payment bonds shall be from an approved surety company holding a permit from The State of Texas to act as surety or othex surety o~ sureties acceptable to the Owner. Paragraph 3.18 - Insurance is modified by the addition of the following Contxactox's and Subcontxactox's Public Liability~ Vehicle Liabtlttyj and P=ope=ty Damage Insu=ance: As required under Pa:agraph 3.18 of the General Conditions~ the Cont:acto:'s Public Liability Insu:ance and Vehicle Liability lnsuxance shall be an amount not less than $200,000.00 fox in)uries, including accidental death, to any one pexson, and sub)ect to the same limit fo~ each person, in an amount not less than $500,000.00 on account of one accident, 'and Contxactox's Pxoperty Damage Insurance in on amount not less than $100,000.00 per accident and $.200,000.00 aggregate. The Contractor shall either 11) ~equi~e each of his subcontractors to procure and to maintain du~ing the life of his subcontract, Subcontractor's Public Liability and Property Damage of the type and in the same amounts os specified in the preceding paragraph, ox i2) insure the activities of his subcontxactors in his own policy. Buildex's Risk Insuxance: The Cant'factor will maintain Buildex's Risk Insurance (fire and extended covexagel on a 100% completed value basis on the insurable portions of the pxoiect for the benefit of the Owne~, the Contxactor, and all subcontractors, as theix interests may appear. Sec. 00650 3 Section ~ - PROSECUTION AND PROGRESS is deleted in its entirety and the following substituted therefore: 4. TIME FOR COMPLETION AND L]QUIDATED DAMAGES 4.01 TIME FOR COMPLETION: The time allotted fox completion of all items of wo~k fo~ this p:o)ect shall be ~ consecutive colendo: days. It is he:eby unde:stood and mutually og:eed, by and between the Cont~octo~ and the Owne~, that the date of beginning and the time fo~ completion as specified in the Contract of the wo~k to be done he~eunde~ a~e ESSENTIAL COND]T]ONS of this contract) and it is fu~the~ mutually understood and agreed that the wo~k embraced in this contract shall be commenced on a date to be specified in the Notice to P~oceed. Cont~acto~ shall not wo:k on Sundays. lhe Cont~acto~ agrees that said wo~k shall be p~osecuted ~egula~ly, diligently, and uninte~uptedly at such a :ate of p~og~ess as wil] insure full comp]etlon thereof within the time specified. It is expressly understood and agreed by and between the Cont:octo~ and the Owne~, that the time fox the completion of the wo~k described herein is a ~easonab]e time fo~ the completion of same, taking into conside:otion the ave:age climatic :ange and usual conditions p:evailing in this locality. 4.02 LIQUIDATED DAMAGES: If the said Cont~acto~ shall neg]ect, fail o: ~efuse to complete the wo~k within the time herein specified os any p~ope: extension thereof g~anted by the Owne~, then the Cont~acto~ does hereby agree, as a pa~t consideration fo~ the awarding of this Contract, to pay to the Owne~ ONE THOUSAND DOLLARS ($1,000) FOR EACH CALENDAR DAY, not as penalty, but as liquidated damages fo: such b~each of contract as he~einafte~ set fo~thj fo~ each and every calenda~ day that the Cont~acto~ sho]! be Sn default a~e~ time stipulated in the Contract fox completing the work. lhe said amount is fixed and agreed upon by and between the Cont~acto~ and Owne~ because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owne: would in such event sustain, and said amount shall be ~etoined f~om time to time by the Owne~ f~om current periodical estimates. Sec. 00650 It is further agreed that time is of the essence of each and every po=tion of' this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any wo~k, the new time limit fixed by such extension shall be of the essence of this Contract. ~gy~ that the Contracto~ shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension ore acceptable to the Owner) ~9~J~ furth~j that the Contractor shall not be chozged with liquidated damages az any excess cost when the delay in completion of the Work is due: a= To any preference, priority or allocation order duly issued by the Government) To unforeseeable cause beyond the control and without the fault or negligence of the Oontractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of anothe~ contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather: and To any delays of subcontractors or supp)iers occasioned by any of the causes specified in subsections lo) and lb) of this orticle~ Provided furtb~ that the Controcto~ shall within ten (10) days from the beginning of such delay, unless the Owne~ shall grant o further period of time prior to the date of final sett]ement of the Contract, notify the Owner, in writing, of the causes of the de]ay, who sho]l ascertain the facts and extent of the delay and notify the Contractor within o reasonable time of its decision in the motte~. Parag=aph S.O~ - Partial Payments, is deleted in its entirety and the roi]owing substituted therefore: "On or before the tenth of the month, the Contracto~ sho]l prepare and submit to the Engineer fo~ approval o statement showing as complete]y os practicable the total Sec. 00650 5 value of ~he work done by the Contractor up to the last day of the previous month~ said statement shall also include the value of all sound materials delivered and stored on the )ob site of the work that are to be fabricated into the work. "The Owner shall then pay the Contractor within 30 calendar days after receiving City Council Approval. l'he amount paid shall be the total amount less five (5) percent of the amount if total pro)ect estimated Cost exceeds $~00,000 9~ ten (10) percent of the amount if the estimated pro)ect cost is less than $~00,000, which percent retained shall be held until final poyment~ and further less oll previous payments and oll further sums that may be retained by the Owner under the terms of this agreement. "It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay 'occurs due to no fault or neglect on the part of' the Contractor, the Owner may---upon written recommendation of the Engineer--- pay a reasonable and equitable portion of the retained percentage to the Contractor, or the Contractor at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the Contract subject only to the conditions stated under 'Fino! Payment' " ISSUANgB_gE_wgBB_gBD B It is the intention of the Owner to notify the Successful Bidder in writing, within ninety (90) days after receiving bids of his acceptance of the Proposal. The Contractor shall complete the execution of the required Bonds and Contract within ten (10) days of such notice. Upon completion of the execution of the Contract Documents, the Owner will issue a "Notice to Proceed with Construction" 1.6 STATE AND CITY SALES TAX The Contractor's attention is directed to Amendment No. 7 to Section ~a, Article 20.01, Chapter 20, Title 122A, Taxation-General of the Revised Civil Statutes of lexas. This amendment provides that oll items used or consumed by a contractor, whether incorporated into the pro~ect or not, can be purchased free of State and City sales tax when the pro)ect is being pe=formed for an exempt agency. Included are equipment rento]s and other items which are consumed by the contractor but ore not incorporated into the pro)ect. Sec. 00650 B= This contract is issued by an organization which quaJifies for execption pursuant to the provisions of Article 20.04 IF! of the Texas Limited Soles, Excise and Use Tax. The contractor performing this contract may purchase, rent or lease o)) materials, supplies, and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certifcote complying with State Comptro]ler's ruling No. 95-0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be sub)ect to the provisions of the State Comptrol]er's ruling No. D5-O.Og os amended to be effective October 2, 1968. The plans show the locations of o]] known surface and subsurface structures be]ieved to be invo]ved in this proposed construction. However, the Owner assumes no responsibility for failure to show any or o11 of these structures on the plans, or to show them in their exact ]ocotion. It is mutuo])y agreed that such failure sho]l not be considered sufficient basis for claims for additional compensation for extra work, unless the obstruction encountered is such os to necessitate changes in the lines or grades, or requires the building of special work, provisions for which ore not made in the plans and specifications, in which case the provisions in the General Conditions of Agreement for extra work shall apply. AND RESTORATION OF PROPERTY The Contractor shall be responsible for the preservation from injury and damage, resulting directly or indirectly from the execution of the work under his contract, of o]] pub]ic and private property adjacent to the work. He shall use every precaution to prevent the damage or destruction of buildings, poles, trees, shrubbery and lawns. A]so, underground structures such os wires, cob]es, etc.; within or without the work a=eo. He shall protect and carefully preserve all official survey monuments, properties and section markers or other similar markers unt~] an authorized agent has witnessed or otherwise referenced their ]0cotJ0n and sho)] not ~em0ve them until directed. When or where d~rect or indirect damages or in)ury is done to public or private property by or on account of any oct, omission, neg]ect or misconduct in the execution of the work or in consequences of the nonexecution of some on the port of the Contractor, such property shol] be resto~ed at the Contractor's expense to o condition simi]or or equal to that ex~sting before such damage or injury was done, he sha]l make good such damage or in)ury in on acceptable manner. Sec. 00650 7 in case of failure on the part of the Contractor to restore such property, or make good such damage, or in)ury, the 5ngineer may upon twenty-four (2~} hour.s written notice, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof shall be deducted from any moneys due the Contractor under the Contract. B_EFERE_N_C_E_ SPEC_I _FI _C _Al'_/_C~Ij_S Reference to ASTM, or others as listed be]ow, shall be considered as referring to the Specifications or Method of' Test os set forth by those various organizations and shall be considered as port of these Specifications when designated os such. Abbreviations and meanings are as follow: A.S.A .......... American Standards Association A.S.T.M ........ Amezicon Society of Testing Materials A.A.S.H.T.O .... American Association of State Highway Transportation Officials A.C.I .......... American Concrete Institute A.W.S .......... American Welding Society A.W.W.A ........ American Water Works Association S.S.P.C ........ Stee] Structures Pointing Counci], Federal Specifications Treasury Deportment Procurement Division, United States Government U.L ............ Underwriters Laboratories N.E.M.A ........ Notiono] E]ectrico) Manufacturers Association W.P.C.F ........ Water Po]]ution Control Federation ].S.D.H.P.T .... Texas State Department of Highways and Public Transportation C.D.G.S ........ City of Dallas General Specifications N.C.T.C.O.G .... North Central lexos Council of Governments Contractor shall make his own investigation of subsurface conditions. No claims for extra compensation due to unusual soil conditions that ore found to exist will be allowed. 1.1j_D~By~CE OF MANUFACTURER'S REPRESENTATIVE The contract price for the p~o)ect shall include the cost of furnishing competent and experienced engineers o~ superintendents who shall represent the manufacturers and shall assist the Contractor, when required, to instal], adjust and test the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the Owner, such engineer or superintendent sba]) make oil adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct the Owner's representatives Jn the proper operation and maintenance of such equipment o~ system. Sec. 00650 8 J~j~J..~LANS AND SPECIFICAT]ONS AVAILABILITY 1he Enginee= wi]] p=ovide the Cant=acta= with six I~l cop~es of p]ans and specifications in addition to the Cant=act Sets p=ovided fo= use on the p=o)ect. Additional copies may be pu=chased by the Cant=acta= fo= the cost of p=inting. Reproducibles =equired fo= os-builts wi]! be paid fo= by the Cant=actor. Enginee= will p=ovide the o=iginol d=awings. J=J~_~U~CONTRACTORS The nome and odd=ess of each supplier, manufacture= and subcontrocto= which the Cant=acta= p=oposes to use on under this cant=oct sba1] be submitted in w=iting to the Enginee= fo= 1.14 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVIC~ The Cant=acta= sho)] make his own investigations and be ful]y =esponsib]e fo= locating and taking core not to damage gas, wore=, sewe=, o= te]ephone l~nes. The Cant=acta= not begin any operations which may ~nte~fe=e with the no=mo] se=vice being =ende~ed by public utility ope=oto=s. The Cant=acta= will be he]d =esponsib]e fo= the p=otection of the p=ope=ty o~ se=vice of public utilities within the limits of the Wo=k. ]n case that such physical p=operties conflict with the perfo=mance of the cont=oct~ it sba]] be the Cont=octo='s =esponsibility to anticipate such conflicts and to give advance notice the=eof to the owners of the utility. The Cant=acta= will be =esponsible fo~ any damages done by him to any utility st~uctu=e whether owned by a public o~ p=ivote agency. Damage of whateve= nature to the existing Facilities sba)] be =epoi=ed immediote)y at the Contractor's own expense os di=ected by the Enginee=. Cant=acta= shall be =esponsibie for the =elocation of any wote=, sewe~, gas, telephone o= othe~ utility which inte~fe=es with the performance of the cant=oct. No ext=o claims ~o~ compensation wi]] be o]lowed fo= any utility =e]ocotion, unless opp=oved in writing by Enginee~ p~io= to ~e]ocotion. Delays and inte==uptions to the wo~k schedule Caused by the adjustment or repoi=s of wote=, gas, telephone or othe= utility oppu=tenonces and p~ope~ty will not be cho=ged against the cant=act time unless such delays be due to the negligence of the Sec. O0~SO 1.1S MANUFACTURER'S DIRECTIONS All manufactured articles, materials and equipment shall be applied, instal]ed, connected, erected and used as directed by the manufacturers, unless herein specified to the contrary. Contractor shall furnish copies of all printed directions with the material. 1.16 SANITARY FACILITI~ The Contractor sba]] provide at his own expense field toilets for the use of the employees and contractor forces. The facilities shall conform to the requirements of the Texas State Health Department and those of any other agencies having )urisdiction herewith. The field toilets shall be cleaned and scrubbed with o disinfectant at least once per day. All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for 9D~_¥gg~ from date of final completion and acceptance of the pro)ect. 1.18 FINAL INSPECT]OI~I_ When the work is completed, the Contractor shall notify the Owner in writing on which date he will be ready for fin°] test and inspection. Notice shall be given seven (?) days in advance and verified by telephone twenty-four 12~) hours prior to the time set for inspection. After the Owner and Engineer are completely satisfied with the work, the Engineer shall make final measurements of all items and approve final estimate and advise the Owner to make fina] payment to the Contractor. ~.19 PERMITS AND LICENSES All permits and licenses of a temporary nature necessary for the prosecution of the wo~k sba]] be secured ond p~Jd for by the Contzactoz. NON-SEGREGATED_ Bi.dders are cautioned as follows: By signing the Contract for which these bids are solicited, the bidde~ will be deemed to have signed and agreed to the provisions of the "Certificate of Non-segregated Facilities" os contained in the Specifications for this pro)ect. Sec. 00650 10 1.~1 TESTING All :equJ~ed testing wi]i be paid fo~ by the City of Coppe]l. Any ~etestJng :equi~ed will be at the expense of the Cont:octo~. Testing requested by the Cant:acta: fo: his own use to asce:toin whether or not complying with the Specifications wil] be paid fo~ by the I.Z~ COORDINATION WITH THE RAILROAD ]'he Cont:octo~ shall be responsible fo: all const:uction coo:dJnotion with the ~oJ]:ood, if involved, including securing permits, ~ight-of-woy ent:y fo~m and notification to the railroad os wo:k begins. 1.23 SEQUENCE OF CONSTRUCTION 1'he sequence of construction shall conf'o:m shown on the pro~ect plans. to that which is The Contracto: may submit o :evised sequence of const:uction fo: :eview by the Enginee:. The p:oposed :evision must be opp:oved in w:iting by the Enginee: to modify the p:o~ect p]ons. The Cont~octo: will be :eqvi:ed to submit timetab)e, p:io: to the beginning of construction, addressing when the p:incipo) items of wo:k shall be conducted. 1.2~ I~_~!~TE D~GB!~ENT OF HIGHWAYS AND PUBLIC TRANSPORTATION ~]FICATION~ & NORT~_~NTRA~__!~XAS ~g~_N(~_[~_~F GOVERNNENTS SPECIFICATIONS 1'his p:o)ect is to be const:ucted in acco:dance with the cant:oct documents, these Specifications, const:uction plans and the Texas State Department of Highways and Public T:onspo~totion Standard Specifications fo~ Const:uction of Highways, Streets ond B:idges, Septembe: 1, 1982 edition~ Pa:t 1], Const:uction Detoi]s, and as amended he:ein, and the North Cent:o] Texas Counci] of Gove:nments Stonda:d Specifications fo~ Public Wa:ks Const~uction~ First Edit~on~ Po:ts ]1 and III, Materials and Construction Methods, and os amended he:e~n. Said Stondo:d Specifications (os omendedl o:e o po:t of the Cant:oct Documents. Po:ts i and III of the above Stando:d Highway Specifications and Po:t I of the No:th Central Texas Council of Gove:nments Specifications are he:eby de]eted and :ep]oced with Division 0 - Bidding and Cant:oct Requirements of these documents. If conflicts of the Standard Specifications should occu:, the Texas State Depa:tment of Highways and Pub]ia T:onsportot~on Specifications shol] gove:n. Sec. 006S0 11 1. The Contractor shall plan his work sequence in o manner that wi]] cause the minimum interference with traffic during construction operation. Access to foci]ities must be maintained at ol1 times throughout the duration of the construction. Before beginning work on the pro)ect, the Contractor sho]l submit for approval by the Engineer o Plan of Construction Q~:otions~ which may vary in detail but shall meet specific requirements set forth in Construction Sequence, Special Condition 1.23 of these cant=act documents. 2. lf, at any time during construction, the Contractor's proposed plan of operation for handling traffic does not provide for safe and comfortable movement, the Contractor shall change his operation to the extent necessary to correct unsotisf'octory conditions. Any mo)or correction must be approved in writing by the Engineer. 3. Reference is given to Part VI, "Traffic Controls for Street and Highway Construction and Nointenonce Operations" of the "Nonual on Uniform Traffic Control Devices" and shall be adhered to throughout the duration of this pro)ect. "Construction Ahead" and "End Construction" signs, with the barricades sho)] be instal]ed at the beginning and end of the pro)ect. Proper signage indicating "Detour Ahead," etc., sba1] be instal)ed wherever applicable under the guidelines estab]ished per the reference noted above in this paragraph. These signs shall be considered incidental work and w~)) not be paid for os o separate pay item. 4. Prior to the start of construction, it is the responsibility of the Contractor to determine the horizontal and vertical location of o)) utilities, whether or not shown on the plans. A)I vertico) locations sho]l be tied to the project bench marks. The Contractor shall also become familiar with any proposed od)ustments to be made by the uti]ity owners and extend fu]l cooperation. Under no circumstances will o claim for extras, due to de]ay caused by various utility companies be allowed. 5. Any costs resulting from Contractor damages to utilities shall be the responsibility of the Contractor. 6. All water and sanitary sewer facilities that may interfere with construction shol] be re)ocoted and od)usted by the Controcto= with the Engineer's approval. 7. lhe Cant=actor shall notify the Engineer prior construction of drainage foci]ities and paving. to any 8. In the adoption of the Texas State Deportment of Highways and Public Transportation Standard Specifications and the North Central Texas Council of Governments Standard Specifications, it is understood that any reference made to Sec. 00650 the Texas State Deportment of Highways and Public Transportation or North Central Texas Council of Governments shall be taken to include the City of Coppell, as applicable. g. The items under which payment is to be mode ore os listed in the Summary of Quantities. Any reference to other items in the standard specifications as pay items is hereby deleted. Only the provisions for construction requirements of such items ore to be complied with. 10. All elevations are based on Reference BM ~200 on the National Flood Insurance Floodway Map (August I, 1980) described os: Chise]ed square on top of wheel guard at southeast corner of bridge on Coppe)l Road (now Southwestern Bou]evard) over Grapevine Creek, elevation 510.71 Irt. NGVD). New bench marks have been established along the pro)act Ishown on plan/profile sheet). The Contractor sho]l establish new bench marks os needed or before removal of the existing markers. 11. Al) conduit installed must be left with pu)l string between pull boxes with end plugged. 12. The Contractor will be held responsible for placing and maintaining all necessary barricades, vertical pone)s with flashers and signs to provide maximum safety to the motorist. All barricades and signs shol) be kept cleon and broken ones will be 'rep]aced. The Contractor should use good )udgment when considering the safety for motorists. Barricades and ~gns wi]l not be o direct__~gy item on this__~gject !~xc]ud~ng concrete traffic barriers). 13. All storm sewers shall be excavated and bockfilled in accordance with Special Specification 401, 46~, and ~64. On street crossings, the top six inches shall be filled w~th Type D Aspho]t and be considered os port of )oying of the pipe (~ separate pay item, unless specifico]ly noted on plans os PAY IIEM.) 14. Precast inlets will not be permitted on Shop drawings sho]l be submitted to the opprovo]. this pro)ect. Engineer for 15. Prior to start of any excavation, Contractor shall hove )o~d out (horizontally and ve~t~co))y) o1) components of the pro)ect, and hove ~eceived opp~ova] from the Engineer before proceeding. The Contractor shall be responsible for all alignment and elevation contra]. The Contractor shall provide the Engineer o "cut sheet" p~ior to beginning any excavation or embankment, ~ndicoting a]l "cuts and fills" os requ~ed on the pro)act. Sec. 00650 13 1.1 GENERAL: A. All specifications and special pro)ect are identified os follow: provisions opp]Jcoble to this STANDARD SPECIFICATIONS: The 1982 Edition of the Texas State Deportment of Highways and Public Transportation Standard Specifications for Construction of Highways, Streets and Bridges os adopted by the State Deportment of H~ghwoys and Pub]i¢ Transportation, September 1, lg82, Part II, Construction Details. B. The following items ore specifically hereby included: ITEM NO. DESCRIPTION 100 104 110 120 130 131 132 140 160 164 166 168 169 210 2.16 2,59 260 264 2.70 300 302 310 322 340 360 400 401 420 421 423 427 432 440 450 Preparing Right-of-Way Removing O]d Concrete Roadway Excavation Channel Excavation Borrow Borrow (delivered) Embankment Overhaul Furnishing and Placing Topsoil Seeding for Erosion Control (Hydro-Mulch~r,g) Fertilizer Sprinkle Irrigation Soil Retention Blanket Rolling (Fiat Wheel] Rolling lProofl Flexible Base (De]iveredl Salvaging and Rep]acing Base Lime Treatment for Materials in Place (Dens. Cont.) Hydrated Lime & Lime Portland Cement Treatment for Materials in P]ace (Dens. Cont.) Asphalts, Oils, Emulsions Aggregate for Surface Treatment Prime Coat Two Course Surface Treatment Hot ~ix Asphaltic Concrete Pavement Concrete Pavement (Water Cement Structura] Excavation Excavation and Backfi]l for Sewers Concrete Structures Concrete for Structures Retaining Wall Surface Finishes for Concrete Rock Rip-Rap Reinforcing Steel Railing Sec. 07000 ~60 Corrugated Metal Pipe 46~ Reinforced Concrete Box Culverts %64 Reinforced Concrete Pipe Culverts 471 Frames, G~ates, Rings & Covers 475 Headwalls, Wingwalls, Inlets & Manholes 479 Ad)usting Manholes & Inlets ~81 PVC Pipe 502 Barricades, Signs and Traffic Handling BO~ Field Office 508 Constructing Detours 512 Weighing & Measuring Equipment 520 Portable Concrete Traffic Barrier 522 Ready-Mix Plants 524 Hydraulic Cement 530 Concrete Curb, Gutter, Curb & Gutter, Sidewalks & Driveways 550 Chain Link Barrier Fence 582 Water Mains & Drains 618 Conduit and Pullboxes 66~ Construction Pavement Markings 666 Thermoplastic Pavement Markings 672 Jiggle Bar Tile 6?4 Pavement Markers 6?6 Traffic Buttons C. In addition to the above Standard Specifications, the 1983 First Edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction, Part Materials, and Part Ill, Construction Methods, where not in conflict with the Highway Department Standards, shall be applicable to this pro)ect. If o conflict should occur, the Highway Department Specifications shall govern, unless stated otherwise. Sec. 07000 2 ~!!gN..~o - SPECIAL PROVISIONS 1.1 GENERAL: The fo]]owing Special Provisions shall govern and take precedence over the aforementioned Standard Specifications enumerated herein whenever they are in conflict. Mention herein or indication on the drawings of items, materials, operations or methods, requires that the Contractor provide and/or install each item mentioned or indicated of quality or sub~ect to qualification noted~ perform according to conditions stated each operation prescribeds and provide oll necessary lobar, equipment, supplies and incider, tols. Co Requirements of the General Conditions, Special Conditions and Addenda, if issued, shall apply as if herein written. Separation of these specifications into items and sections is for convemience only and is not intended to estoblish limits of work. ~TEM_NO. 100 lOq 110 120 130 131 132 133 1~0 160 16~ 166 169 210 2.60 ~70 310 32_2 3~0 360 ~00 ~01 DESCRIPTION Preparing Right-of-Way Removing Old Concrete Roadway Excavation Channel Excavation Borrow Borrow (delivered) Embankment Remove and Replace Unstable Material Overhaul Furnishing and Placing Topsoil Seeding for Erosion Control IHydro-~ulching) Fertilizer Soil Retention Blanket Ro11.ing IFlat Wheell Rolling IProofl Flexible Base (Delivered} Salvaging and Replacing Base Lime T~eatment for Materials in Place Hydroted Lime & Lime Slurry Po~t]ond Cement T~eotment fo~ Mote~iols in P]oce IDens. Cont. I Prime Coot lwo Course Surface Treatment Hot Mix Aspho]tic Concrete Pavement ~CI.A! Concrete Povement [Water Cement Ratiol Structural Excovation Excavation and Backfill for Sewers Sec. 07500 1 ~0 ~50 470 50~ 508 512 530 550 618 666 672 626 Concrete Structures Concrete for Structures Retaining Wall Surface Finishes for Concrete Rock Rip-Rap Reinforcing Stee] Roiling Corrugated Metol Pipe Reinforced Concrete Box Culverts Reinforced Concrete Pipe Culverts Manholes and Inlets Headwo]]s, Wingwolls, Inlets & Manholes Barricades, Signs and Traffic Handling Field Office Constructing Detours Portable Concrete Traffic Barrier Hydroulic Cement Pavers Chain Link Barrier Fence Water Mains & Drains Conduit and Pullboxes Construction Pavement Markings Thermoplastic Pavement Marking Jiggle Bar Tile Pavement Markers Traffic Buttons NOTE: The following Special Provisions are provided for clarification or reference where required and shall govern if applicable to the pro~ect, or o specific portion of the pro~ect. No separate payment will be mode on any of the following items. All costs shall be included in the lump sum price for o completed pro)ect. Sec. 07500 2 DpgG!~g_BROVID!gB_7o ITEM 100 - PREPARING RIGHT-OF-WAY (REFERENCE: NCTCOG SPECIFICATI_OI~_D~ ITEM 3.1~ Article 100.3 MEASUREMENT. replace with the following: Delete the second paragraph and Measurement for payment wil] be made between the limits of construction. Measurement wil] be parallel and od)acent to the cemterline of the right-of-way along the center]ine of the improvement. Separate measurements will be made parallel and ad)ocent to the center]ines of intersecting streets, st(~rt~ng at the Belt Line Road right-of-way limit as extended thru the intersection. The limits of construction will be the width of the established right-of-way throughout the entire pro)ect, along with any odditior, ol areas os indicated on drawings. Article 100.4 PAYMENT. with the following: Delete the third paragraph and replace The total payment for this item will not exceed 50 percent of the original contract amount for this item prior to the final estimate. The portion of the contract amount for this item in excess of 50 percent of the total contract for this item amount will be paid on the final estimate. SPECIAL PROVISION TO ITEM 10~ - REMOVING OLD CONCRETE/OLD ASPHALT _T~_E_R_E_N.C._E;__NCTC.OG SPEC]FICATIONS~ ITEM 8.8 SAWING I Article 104.1 DESCRIPTION. w~th the following: Delete in its entirety and replace Removing old concrete or old asphalt shall consist of al1 sawed break-out grooves for full depth of existing concrete or asphalt, breaking up, removing and satisfactorily storing or disposing of old concrete o~ asphalt street or driveway pavements, curb and gutter, sidewalks, and parking ]ots where shown on ~lons os Pay Items 104.1 or 104.2. All other old concrete or old asphalt within the limits of the public rights-of-way such os foundotions, reinforced concrete pipe, curbs~ driveways, or curb and gutter, not specifically provided for here or elsewhere by the plans and/or specifications shall be paid for under Pay Item 100 - Preparing R~ght-of-Woy. Sec. 07500 3 Article 104.2 CONSTRUCTION METHODS. secomd paragraph of this attic]e: Add the fo]Iow~mg to the The existing concrete or asphalt shall be cut to the full depth encountered for the entire length os required. Article 104.3 MEASUREMENT. Delete and replace with the following: All sawed break-out groove required on this pro)ect wi]] be measured by the linear foot, where shown on the plans. Whenever a straight, clean sawed line is required on concrete or asphalt it shall be paid for under Pay Item Sawcut Existing Concrete/Asphalt. All existing concrete or asphalt pavement, median strips, concrete curb and gutter, sidewalks, slabs 6" or thick, er, I ~e. dr~vewaysJ removed as prescribed above; amd specifically indicated on plans as Pay Item 104.2 shall be measured by the square yard in its original pos'ition, regardless of its thickness or the depth of covering. It shall be paid for under Pay Item 104.2, Remove Old Concrete/Asphalt. The removal of concrete or asphaltic surfaces, cement treated bases or other ob)ectionable materials within the limits of the public right-of-way shall be measured and paid for under Item 100, Preparing Right-of-Way. ~g!&6_BBgy!~]g~_]g_]]~_))g_z_Bg~gwAY EXCAVATI_OIL4__!g~NSITY CONTROL) ~B~B~_Ng.~__NCTCgG SPECIFICATIONS~_]][M 3.3) Article 110.2 CONSTRUCT/ON METHODS. Delete the last sentence in the second paragraph and replace with the following: All work involved shall be paid for under Item 133, "Remove and Replace Unstable Material." Delete the third and fourth paragraphs. A~tJcle 110.4 MEASUREMENT. Add the fo]low~ng paragraph: Contractor may provide "before and after" cross sections with ali calculations for volume computed in cubic yards by the method of average end areas, or payment will be based upon plan quantities, os shown. Artic]e ]10.5 PAYMENT. with, the following: Delete the last paragraph and rep]ace The hauling of materials, including waste, will not be measured for separate payment, but will be considered subsidiary to the item to which the work applies. Sec. 07500 (REFERENCE: NCTCOG SPECIFICATION~_ITEM 3.5) Article 120.2 CONSTRUCTION METHODS. entirely. Delete the third paragraph Article 120.~ MEASUREMENT. Add the following paragraph: Contractor may provide "before and after" c=oss sections w~th 011 calculations for volume computed in cubic yards by the method of average end areas, or payment will be based upon p]am quantities, as shown. A:ticle 120.5 PAYMENT. with the following: Delete the last paragraph and replace The hauling of materials, including waste will not be measured for separate payment, but will be considered subsidiary to the item to which the work applies. - BORROW IREFERENCE: NCTCOG SPECIFICATIONS~ ITEM 3.~1 Article 130.1 DESCRIPTION. Add the following: Fill matemia] which is obtained from excavations within the limits of th~s pro~ect (shown on the plans! shall not be classified as "Borrow" as hereinafter specified and shall not be paid for separately. Excavated onsite materials shall be used to form embankmemts to th lines and ~rades shown on the plans if they meet the fo]]owin9 :equirements: The ]iquid limit shall not exceed 66 The plasticity index shall not be less than ~ nor more than 45 Borrow shall be classified as any suitable material delivered to the site f=om the designated borrow source indicated on the plans [see plan sheet 2 of 107! and utilized to form any of the required embankment. The material f~om the designated sou=ce must meet the requirements stipulated above ~n order to be used in the embankment. "Density Control" shall be the method of compaction required. Sec. 07500 S Article 130.5 fol lowing: PAYMENT. Delete the last paragraph and add the The hauling of materials will not be measured for separate payment, but will be considered subsidiary to the item to which the work applies. Partial payments shall be made based on before and after cross-sections taken when payment is requested. Ow=e= shall furnish and pay for survey. Volume to be paid shall be the starting volume as shown on the plans o= previous volume, whichever is applicable, minus the volume calculated at time of payment request with o 15% shrinkage facto= applied. Cant=acta= must notify Engineer 10 days prior to the request for partial payment for this item. Failure to do so shall result in a one month de]ay to the Contractor for partial payment fo= this work. ~REg]~LBBgY]~]_o~__]o ITEM 131 - BORROW (Deltver~¢J ~B~B~g~__NCTC_Og_ SPECIFICATIg~ ITEM 3.7} Article 131.1 DESCRIPTION. Add the following: "Density Cant=al" shall be the method of compaction required. Delete the second paragraph and insert the following: "Borrow (Delivered)" will only be resorted to when directed by the Engineer or when all the suitable onsite excavated materials and all the designated borrow materials (Item 130, "Borrow") have been incorporated into the embankments, then the Contractor shall be allowed to secure materials from another approved bo=row source. The material shall meet the requirements of ]ten, 130, "Borrow." Article 131.2 TYPES. following: Delete the fi=st sentence and insert the Ali borrow (delivered) shall meet the requirements of Item 130~ "Bo==ow~" os specified. A~ticle 131.3 'CONSTRUCT]ON METHODS. and inse~t the following: Delete the third paragraph The Engineer shall be notified in writing ~8 hours in advance of opening any ban=ow sou=ce. Contractor shall submit acceptable documentation to prove right-of-entry to borrow sources and shall submit certified test results.showing conformance to Item 131.~. Sec. 07500 Testing of borrow delivered to the site wi]] be provided the Engineer, if required, and paid for by the Owner. by The Engineer shall be notified in writing 24 hours in advance of delivery to the site. No payment will be mode fox placing borrow in areas not shown on the plans or approved by the Engineer. Article 131.4 MEASUREMENT. Delete the first sentence and insert the following: Measurement method shall be Class 2. Article 131.5 PAYMENT. Add the following: Contractor shall provide Engineer load tickets at time of delivery of materials to the site prior to placing the material on the site. Tickets shall indicate the volume in cubic yards os delivered on the rood and shall be the basis for which payment is made. ~ECIA~ PROy[~ON TO ITEM 132 - EMBANKMENT IREFERENCE NCTCOG SPECIFICATIONS~_~EM 3.7) Artic]e 132.2 CONSTRUCTION METHODS, (1) GENERAL. Delete the second, third, and fourth paragraphs and insert the following: The surface of the ground of o]l ~Dgaved areas which ore to ~eceive embankment shall first be stripped of the top q" to 6" of organic topsoil, all vegetation and any ob)ectionoble materials as required by the Engineer. The new surface of ground shall then be proof~o]]ed os required by the Engineer to determine areas of weakness. The proofrolling shall be in accordance with ]rem ~16, "Rolling (Proof)." Areas of weakness shall be undercut to firm soil then bockfilled with suitable onsite or offsite materials in g" lifts (laos measurel and ~ecompacted to o minimum 95~ lStondord Proctor~ of the maximum dry density as determined by ASTM D-698 with a moisture content within plus one (1) to plus four (~} percentage points above optimum. Undercutting and replacing unsuitable materials shall be in accordance with Special Item 133, "Remove and Replace Unstable Materials." lhe particular oreo to ~eceive embankment shall then be scarified to a depth of 6" The loosened moter~al sholl then be recompocted os hereinafter specified. Where embankments ore to be placed over existing_roadbeds, the roadbed sh~ll be scarified to o depth of 6" then recompocted os hereinafter specified. Sec. 07500 7 The embankment shall be placed in 9" lifts (loose measure), as he:einafte: specified, beginning at the low side in part width layers and increasing the widths os the embankment is raised. The mate:iai which has been loosened shall be recompacted simultaneously with the embankment material placed at the same elevation. The loosened mate:ia] shall be recompacted to a minimum 95% IStandard Proctorl of the maximum dry density os determined by ASTM D-698. lhe moisture content at the time of compaction shall be from plus one to plus four pe:centoge points above the procto: optimum value. Article 132.3 CONSTRUCTION METHODS, 12l EARTH Delete the sixth paragraph and insert the fo]lowing: EMBANKMENTS. in cut a:eas, full or partial width cuts, the soil shall be excavated to the bottom of the proposed upper 6" stabilized subgrade layer, proof:oiled, scarified to a minimum depth of' 6" then cement treated and recompacted in accordance with Item 270, "Port]and Cement Treatment for Materials in After the proof:oiling phase above, any unstable or objectionable materials encountered shall be undercut and replaced in accordance with Special Item 133, "Remove and Replace Unstable Materials," prior to scarifying and cement treating the subgrade. Within the maximum cure time of 24 hours on the above referenced subgrade layer, the suitable materials excavated from the roadway shall then be uniformly distributed over the previous subgrode layer to form o second 6" stabilized subgrode layer. The second Itopl layer sho]) also be constructed in accordance to Item 270 referenced above. The total treated subgrode thickness shall be 12" Excavated materials used to construct the second (topi layer con be wind:owed back in place, cement treated, hauled off and stockpiled. The excavated materials ore then treated and redist:ibuted~ or at no additional compensation, cant:acta: con use excavated materials for fi]l areas and hou] ir, pre-mixed cement treated base iCT8I which meets o: exceeds the strength specifications for cement treatment of materials in place. A mix design shall be submitted to the Engineer for review and sub)ect approval if the cant:acta: wishes to use CIB. Delete paragraphs seven and eight and replace with the following: The method of compaction shall be by Density Control. Add the following to Ur, de: no circumstances, g" I]oose meosure). paragraph nine after the however, shol) the depth second sentence: of ]aye: exceed Sec. 07500 8 Delete the tenth paragraph and replace w~th the following: Each layer of earth embankment shall be compacted to 95% of the maximum d~y density as determined by AST~ D-69B IStandard Proctor). The moisture content of the fill at the time of compaction shall be from plus one {1) to plus four (4) percentage points above the proctor optimum value. Delete paragraph twelve and rep)ace with the following: The Engineer may order proofro]ling to test the uniformity of compoctior, of the embankment ]oyers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor at no additional compensation. Article 132.2 CONSTRUCTION METHODS, the following to the first paragraph: ROCK EMBANKMENT. Add The rock fi]] sho]l be hard, durob]e, able to withstand disintegration due to weathering and also to ~esist excessive breakdown due to quarrying, ]ooding~ hauling and placing. The rock shall also be free from unstable materials that con weather mechonico]ly or chemically, causing the rock to disintegrate. The rock fill shol] meet the following strength requirement: B 99 REM I Specific Gravity Soundness (Magnesium Sulfate Methodl ASTM C-BB Greater than 2.6 Less than 20% loss of weight after 5 cycles. Abrasion lusing Los Ange]es machine grading All ASTM C-535 Less than 50% loss of weight after 500 revo- lutions. The rock fill shol] be o quarry pit run rock having o median size of about 12" and shall also meet the above specified strength requirements. The top 12" of the rock fi]l to be immediote]y be)ow the geotextile membrane shou]d consist of o bedding that meets the fo]lowing gradation requirements~ PASSING BY WEIGHT 6" 100 3" 65- 100 1 - 112" 40 - 60 314" 25 - 45 No. 4 0- 15 No. 40 0 - 5 De]ere the sixth paragraph entire]y and odd the method of compaction shall be "Density Control." following: The Sec. 07500 133.1 DESCRIPTION. "Remove and Replace Unstable Materials" shall consist of undercutting to firm soil, removing, hauling and disposing of all unsuitable and ob)ectionoble materials, utilizing suitable onsite o~ offsite materials fo~ backfill and recompacting the backfill, ~s hereinafter specified, to the original lines and grades. Only existing onsite materia]s that a~e unstable in their original position shall be applicable to this item. Remove and replace unstab]e materials will when directed by the Engineer. only be resorted to 133.2 MATERIALS. Suitab]e onsite o= offsite materials sha]] be defined as inorganic mate:lois meeting the following requirements: The liquid limit shall not exceed The p]asticity index shall not be less than nor more than 133.3 CONSTRUCTION METHODS. Areas of weakness shall be undercut ~o fi~m soil then backfil]ed with suitable materials in 9" lifts (loose measure) and recompacted to a minimum ~5% (Standard P~octo=) of the maximum dry density as determined by ASTM The moisture content at the time of compaction shall be from plus one ll) to p]us four (~} percentage points above the proctor optimum value. It sba1] be the respons~bi)ity of the controcto~ to notify the Engineer of possib)e areas of unstable soils prior to the contractor p]ocing fill, laying storm sewe~, or setting form work fo= structures. Fai)ure to notify the Engineer sho]l not relieve the contractor of his responsibilities and no additional compensation sho]l be warranted for any ~emovol of fi]l moterJo]s, pipeo~ forms to be ob]e to rework and/or remove and replace the soil to achieve o stob)e foundation. 133.4 MEASUREMENT. only be measured Engineer. Remove and replace unstable materials will for payment if such work is authorized by the The method of measurement sba1) be by the cubic yard of materials in their original position. Sec. 07500 10 It shall be the contractor's option to either: I1) furnish "before and after" cross sections 'of the applicable areas with calculations for volume computed in cubic yards by the method of overage end areas or (~l the applicable areas shall be measured by the contractor while witnessed by the Engineer and o volume agreed upon in the field after undercutting the soil but prior to backfilling the excavation. 133.5 PAYMENT. Ail work performed os required herein arid measured os provided under "Measurement" will be paid for at the unit price bid for "Remove and Replace Unstable Moterio]." The price bid shall be full compensation for furnishing ali lobar, too]s, equipment, incidentals, any excavation to acquire suitable materials, compaction and sprinkling in order to complete the work os required herein. Payment for unauthorized work will not be mode. Hauling and disposing of o]] unsuitable and ob)ectionab]e materials will not be paid for dimectly but shall be considered subsidiary to the various contract items, and such costs shall be included in the unit prices bid. ~)AL PROVISION TO ITEM 1~0 - OVERHAUL Article 140.2 MEASUREMENT and 140.3 PAYMENT. items in their entirety and substitute the fo]lowing: Delete the There wi]l be no separate payment for work under this item. Work under this item shall be considered subsidiary to other work items. SPECIAL PROVISION TO ITEM 160 - FURNISHING AND PLACING TOPSOIL _~[Rj~[:R~]i-__-[',I_~Q_G__S_P_E_CI'_F_I_C_A_TI~. ITEM 3._8~__TOPSOILI Article 160.1 DESCRIPTION. with the following: Delete in its entirety and replace This item shall consist of stripping and removing the top 4" to 6" of topsoil from within the right-of-way limits, temporarily stockpiling the material, then placing it in the medians to a minimum 6" uniform thickness. Article 160.2 MATERIAL. the following: Delete in its entirety and rep]ace with The topsoil shall be free of' objectionable materials and be able to support the growth of seeding Ihydro-mulching). Sec. 07500 11 Article 160.4 CONSTRUCTION METHODS, Add the following: RIGHT-OF-WAY SOURCES. Adequate drainage of surface runoff must be throughout the duration of the pro)ect regardless material is stockpi]ed. maintained of how the Article 160.5 MEASUREMENT. with the following: Delete in its Furnishing and placing topsoil square yard complete in place. shall entirety and replace be measured by the PROV! I_ON TO EROSION CONTROL £UY BO-MU U!_N9._] I.B B i__ I 9 _SPECIFICATION _IIEN 3.10! Articles 164.1 th~u 16q.11. Delete these articles entirely and substitute with the NCTCOG Specifications Item 3.10, Articles 3.10.1 thru 3.10.8. The type seed to be used on this pro)ect will be Common Bermuda Grass. Note: If any reference to "Sprinkling for Dust Control" in NCTCOG Specifications, Item 3.10 conflicts with the TSHPT Specifications, for clarification the TSHPT Specifications shall govern and take precedence. Article 3.10.0 DESCRIPTION. Add the following: This item shall also consist of providing oil fertilizer needed for a complete in place installation consistent with no~mol industry practices. Article 3.10.8 MEASUREMENT AND PAYMENT. Delete the lost sentence in the first paragraph and insert the following: All fertilizer shall be incidental to this item and shall not be measured separately for payment. 166 - FERTILIZER I~EFER~_ NCTCOG SPECIFICATION~_ITEN 3.111 Article 166.1 DESCRIPTION. with the following: Delete in its entirety and replace "Fertilizer" shall consist of providing and distributing fertilizer in accordance with these specifications. Sec. 07500 12 Article 166.4 and 166.5 MEASUREMENT and PAYMENT. paragraphs and substitute with the following: Delete both All fertilizer shall not be measured for separate payment but shall be considered subsidiary to Item 16~ "Seeding." SPECIAL PROVISION TO ITEM 169 - SOIL RETENTION BLANKET !BBEBBB~gB~__~g!gg~_~BgIFICATIONS~ ITEM 2.231 Delete this item in its entirety and replace with the following: Article 169.1 DESCRIPTION. "Soil Retention Blanket" shall consist of providing and placing either woven or non-woven geotextile fabric for so~] retention or erosion protection, os hereinafter specified, over areas designated on the plans or such areas specified by the Engineer. Article 169.2 MATERIALS. A]I materials shall indicated below: meet the applicable requirements os (ll Geotexti]e fabric for soil retention use sba1] be a non-woven fabric, needle-punched and ultraviolet resistant. Fabric shall resist mildew and rot, degradation from chemicals IpH3 to 12! and hydrocarbons {natural and synthetic}. Fabric shall be T~evira Spunbound 1135 or approved equal. (21 Oeotextile fabric for e~osion control use under rock rip-rap shall be either o woven or non-woven fabric ultraviolet resistant. Fabric shall resist mi]dew and rot, degradation from chamicols IpH 3 to 12} and hydrocarbons (natural and synthetic). Fabric shall be either Mirafi 700X, Nicolon ?0/0d, Trev~ra Spunbound 1~5, or on approved equal. Regardless of the type of fabric chosen, the minimum w~dth installed shall be 15 feet. The above brands and types of fabric materials ore only referenced for a bas~s of establishing some minimum physical properties that any brand or type must meet or exceed in order to be considered. Consideration of other fabric materials shall be based on how the material compares regarding grab strength, grab e]ongotion, trapezoid tear strength, water flow rate, equivalent opening size and the coefficient of permeability. It shall be the sole opinion of' the Engineer to determine whether or not a particular m~terio] meets or exceeds the requirements stated herein. Sec, 07500 13 Oontroctor shall be required to submit product data and samples in accordance with "Division ]" of these contract documents D~jg~__to installation of the "Soil Retention Blanket." Failure to do so will be cause for re)ection of o1] fabric material installed, and there shall be no measurement for payment for the fabric in place. Securing pins shall be used to secure the fabric material placed on the 3(tt):llVl slope. The pin shall be a minimum 18" in length, 3/16" in diameter with a head that can hold a I 1/2" diameter washer and a point on the other end. The pins shall be on 5' centers and drive full length into the embankment. All pins and washers shall be iron or steel and non-corrosive. The pins shall be located where shown on the plans or as directed by the Engineer to prevent the material from sliding. Article 169.3 CONSTRUCTION METHODS. The soil retention blanket shal] be installed in accordance with these plans and specifications or os otherwise directed by the Engineer. l'he various types of fabric shall be installed os hereinafter specified: The fabrics which ore to be p]oced on top of either the rock or earth embankments sba1] not be installed prior to the Engineer's inspection of the embankment over which the fabric is to be placed. The oreo shol] be uniform in e]evot~on or slope consistent with the plans and free of all ruts, shop protusions, depressions and all foreign material. Any ruts, protusions or depressions existing shall be filled and compacted or sledged smooth in accordance with Item 132 "Embankment." A]I foreign material shaI] be removed. Afte~ the Engineer inspects and approves the conditions of the embankment, the Contractor shall install the fabric. The fabric shall be laid out flat against the embankment, even and smooth without stretching or crimping the material. The length of the fabric shall be installed longitudinally along the lake. No fabric shall be laid that cannot be covered with embankment material within 72 hours, unless approved otherwise in writing by the Engineer. The earth fill used to cover the fabric that is placed on the rock embankment shall be constructed in accordance with Item 13~ "Embankment," except that the method of compaction fort the first layer of f'ill over the fabric shall be by pneumatic rubber tire roller, unless approved otherwise by the Engineer. No construction equipment shall be allowed on the Fabric ~tse]f until the material has ~ece~ved its first layer of earth embankment. ' Any installed fabric shall be protected from excessive rain- water runoff prior to backfill being placed. Any fabric that has silt build up on it shall be re)ected, removed and rep]aced at no additional cost to the Owner. Sec. 07500 Toe walls plans. shall be required and constructed as shown or, the The fill or rip-rap shall be placed on top of the fabric in a method as to not cause tears, punctures, or other detrimental resu]ts to the fabric. If the method selected by the Contractor creates such undesireab]e results, the Contractor shall discontinue the method used to place the fill or rip-rap and shall select another method to complete the work. In addition, the Contractor shall place additional same fabric over damaged area using securing pins on al1 sides and with minimum 5' overlaps required in all directions from the foi]u~e area, all at no additional cost to the Owner. The maximum vertical drop height allowed fo~ placing rip-rap shall be three (~1 feet. The fabric shall be re}ected and removed from the ~ob site if the material is torn, frayed, damaged from overexposure to sunlight or any other type of degradation resulting during manufacturing, shipping or storing of the product. If the material packaged and kept sun]ight, and not degrees Fahrenheit. is stored on the site, it shall remain in a dry location, removed from the exposed to temperotures exceeding 1~0 A:ticle 169.~ MEASUREMENT. Work and acceptable mate~Ja! for "Soil Retention Blanket" will be measured by the square yard of surface area covered. Article 169.5 PAYMENT. The work performed and materials furnished and measured as provided under "Measurement" will be paid for at the unit prices bid for the various types of "Soil Retentlon Blanket" specified~ which price shall be full compensaion for furnishing approved fabric materials, securing pins, lobar, tools, equipment, and incidentals necessary to complete the work. No direct payment will be made for toe wall construction for anchoring the fabric material in place, or ~e-bockfi]ling az compacting as a ~esu]t of the toe wa1! construction, these being considered subsidiary work pertaining to the construction of the various bid ~tems. Sec. 07500 15 SPECIAL PROVISION TO ITEM 210 - ROLLINL3__!~LAT WHEEL) Article 210.~ MEASUREMENT and insert the following: and 210.5 PAYMENT. Delete entirely "Rolling (Flat Whee])" shall not be measured separately for payment but shall be considered subsidiary to the various items of work to which it applies. SPECIAL PROVISION TO ITEM 216 - ROLLING IPROOF) Artic]e 216.1 DESCRIPTION. with the following: Delete in its entirety and replace "Rolling IProof]" sho]l consist of furnishing and operating heavy pneumatic tired compaction equipment to locate unstable areas in existing soils prior to preparing subgrode in cut areas, placing embankment in fill areas, or installation of storm sewer. This item sho]l only be resulted to when directed by the Engineer and then only in the presence of the Engineer. Any other use of such equipment, such os to test the compaction or stability of embankment layers or treated subgrode, shall not be paid for separately but shall be considered subsidiary to a]l other items of work. Article 2].6.5 PAYMENT. Delete the third paragraph (bi fourth, paragraph enti=e)y. Insert the fo))owing: and the Payment for reworking existing onsite materials in their original position that ore unstable, removing and replacing the moterio]s, and ol] compaction and incidento)s necessary to correct all irregularities will be paid for in accordance with Item 133, "Remove and Rep]ace Unstable No separate payment sho]] be mode for reworking unstable material that has been placed by the contractor, but rather sho]l be subsidiary to all the other various items of the work. ~]~_~BgV.[~!_OIZ4__!g_)TEM ~_- FLEXIBL~..~ IDELIVEREDI !~~___N~_~Q~_~~ATIONS~ ITEM ~.5) Article 24~.1 DESCRIPTION. Add the following: Flexible bose de]ivered shall conform to the requirements for "Density Contra]." Sec. 07500 Article 249.3 TYPES and 24D.4 GRADES. Type A~ Grade 2 is specified. Insert the following: Artic]e 249.7 MEASUREMENT. the following: Delete the first paragraph Work and material os prescribed measured by the Class i method. and odd for this item will be SPECIAL PROVISION TO ITEM 252 - SALVAGING AND REPLACING BASE Article 252.1 DESCRIPTION. following: Delete the paragraph and insert the "Salvaging and Replacing Bose" shall consist of removing and salvaging the flexible bose and surface treatment materials from constructed temporary detours, temporary storage or stockpiling os is necessary, hauling of salvaged material to other locations within the limits of this pro)ect, thoroughly mixing and blending the flexible bose and surface treated materials together, and replacing such salvaged materials in locations indicated on the plans or os directed by the Engineer for construction of other temporary detours or to place os permanent base course for the asphalt pavement transitions and to construct the shoulders shown on the plans, if materials ore approved by the Engineer. Replacing of salvaged materials shall be to the typical sections, lines and grades shown on the plans o~ os established by the Engineer. Article 252.2 CONSTRUCTION METHODS. Add the following: Control" shall be the method of compaction. "Density Article 252.3 DENSITY. Delete paragraph and replace with the following: Minimum required density shall be g5% at optimum moisture IStondord Proctor). Article 252.4 MEASUREMENT. the following: Delete the paragraph and replace with Meosu:emer, t for wo~k p~esc~ibed fo~ this item shall be by the cubic y~rd of flexible bose and surface treatment materials os de]ivered on the ~ood. Article 252.5 PAYMENT. Delete the second and third entirely from the lost paragraph. sentences Sec. 07500 17 SPECIAL PROVISION TO ITEM 260 - LIME TREATMENT FOR MATERIALS IN PLACE !~BENCE~__~Q~ SPE~]~]~Q~ ITEM ~.6) Article 2~0.~ MATERIALS. Type A hydrated lime shall be used at a maximum rate of 2?fi/square yard, (6% by weightl. Article 2dO.~l~l COMPACTION shall be ~S% AASHTO T99 for the top six inches. Density Control sh&ll be required for the method of compaction. Article 280.6 MEASUREMENT. Type A hydrated lime will be measured by the ton of 2,000 pounds dry weight. Subb~se p~eporat~on IDens~ty Controlled} wi]) be measured by the square yard. (The subbose is six inches thickl. SPECIAL PROVISION TO ITEM 26~ - HYDRATED LIME AND LIME SLU~ Article 26~.2 TYPE. Type A, hydrated applied in the form of a Lime Slurry. lime shall be used and ~PECI6~__~BgY~ION TO _~TEM__~70 -_PORTLAND CEMENT TREATMENT FOR MATERIALS IN PLACE Article 270.2 MATERIALS, 12) PORTLAND CEMENT. sentence and insert the fo]]ow~ng: Delete the fi=st Cement shall be Type I Portland Cement conforming to Item S2A, "Hydraulic Cement," and applied at a rate of 16% by weight per each 5" lift) or 27 lbs/SY. Two 6" lifts ore required for a total combined application rote of 5~ lbs/SY. Delete the f~st sentence in the second paragraph and replace with the following: The Contractor shall use bulk cement. All apparatus for handling, weighing and spreading the cement shall be approved in writing by the Engineer. Delete the fourth ~tem entirely. Article 270.3 EQUIPMENT. Add the following: Cement Handling. Cement shall be stored and handled ~n closed weatherproof containers until immediately before distribution on the subg~ode. If storage bins are used, they shall be completely enclosed. Sec. 07500 18 Cement furni shed in truc ks sho] 1_ cement certified on public scales. have the weight of the Spreader bars for distributing the cement shall be as close to the ground as practical, but in no case shall they be greater than 18" above the ground. Spreade: bars shall be clear~ and in good working order so os to produce a consistent and even distribution of cement on the subgrade. Delete the third paragraph in its entirety. Article 270.4 CONSTRUCTION METHODS. Genera]: Add the following to Section lhe ~oadbed shall be constructed and shaped to conform to the typica] sections, lines and grades as shown on the plans or as established by the Engineer. A machine will be provided which will insure that the material is cut uniformly to the proper depth and which has cutters that wi]] plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such a design that o visible indication is given at all times that the machine is cutting to the proper depth. Delete sections 12) Preparation of Roadbed and (3) in their entirety and rep]ace with the following: Pulverization The proposed cut and fill sections of the roadway sha]l be constructed in accordance with Item 132 "Embankment" and os hereinafter specified. Delete section (4l Application of Cement entirely and replace with the following: The subgrode shal] be required to be prepared in two successive but independent 6" compacted lifts with cement being app]ied to each 6" lift at a rote of 2?#/SY (6% by weight). Cement shall be app]ied only to such on oreo that all operations can be continuous and completed within 4 hours of such application unless directed otherwise by the Engineer in writing. Each lift shall be treated as hereinafter specified. The first (lowell 6" subgrade layer sba1] be cement treated, mixed, rolled and compacted os required herein. After final compaction is achieved, a final pass of the roadway section prepared sba1] be required using o sheepsfoot ~oller. No bladir, g shall be required on the first subgrade layer. After preparation of the lower subgrade layer, the second (top) subgrade layer shall be prepared. Sec. 07500 19 Preparation of the top subgrade layer shall be required to begin within 24 hours of completion on the bottom subgrode 1oyez for any section of roadway. Failure to follow this procedure shall result in immediate re)ection of the subgrode for the section of roadway applicable. Re-treatment of the rejected section of roadway shall be at the sole expense of the contractor, including removing and replacing any non-reworkoble sections of subgrode material. The application and mixing of cement with the material shall be oc(.omp]ished by the method of "Slurry Placing." Where slurry placement is to be used, the cement shall be mixed with water to form o slurry of the solids content designated by the Engineer. lhe distributor truck sba1] be equipped with on agitator to keep the cement and water in o uniform mixture. Delete section 15} Mixing and Processing entirely and replace with the following: The material and cement shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing shall continue until, in the opinion of the Engineer, o homogeneous, friable mixture of material and cement ~s obtained. Materials containing plastic clays or other material which will not readily mix with cement shall be mixed os thorough]y os possible at the time of the cement application and brought to the proper moisture content. The material shal] be kept moist as directed by the Engineer. If the soil binder-cement mixture contains clods, they shall be reduced' in size by raking, b]ading, discing, harrowing, scarifying or the use of other approved pulverization methods so that when all nonsloking aggregates retained on the No. q sieve are removed, the remainder of the clay material without cement mixed throughout shall meet the following requirements when tested dry by laboratory sieves: Minimum Passing 1-3/4" Sieve ....... 100% Minimum Passing 3/4" Sieve ....... 75% Delete section [6} Compaction and Finishing in its rep]ace with the f0]10wing: entirety and Compactior, of the mixture shall begin immediately after m~x~ng. The mater~0] shall be aerated 0~ watered as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted. Compaction shall be in 6" to 8" loose lifts. The course shall be sprinkled os required and compacted to o minimum density of 95% at zero to plus four percentage points of optimum moisture as determined by the Standard Proctor IASTM D 6P8, Method A) Moisture/Density Relationship test. Sec. 07500 2O ]n addition to the requirements specified fo= density, the full depth of the mate=ia] shown on the plans shall be com- pacted to the extent necessary to remain firm and stable under construction equipment. Afte: each section ~s com- pleted, tests os necessary will be made by the Engineer. If the material fails to meet the densJty requirements, it shall be reworked as necessary to meet these requirements. Through- out thJs enti:e operation the shape of the top layer only shall be maintained by blodJng, and the surface upon com- pletion shall be smooth and in conformity with the typical section shown on the plans and to the established lir, es and grades. The completed sect~o~ shall then be finished by rolling os directed with o pneumatic tire o: other suitable roller sufficiently ]ight to prevent ho]r cracking. Should the moteriQ1 due to any reason or cause, lose the required stability, density and finish before the next course Js placed or the work is accepted, it shall be recompacted and ref]n]shed at the sole expense of the Controcto:. Any mixture of soil and cement that has not been compacted and finished shall not remain undistirubed for more thom 30 minutes and must be completed within ~ hours maximum. Art]c]e 270.5 CURING. Delete sub-paragraphs lb) section I1) Protection and Cover in their entirety. and Icl of' Delete section 12l Surfacing entirely and replace with the fo]lowing: The concrete pavement may be applied on the finished sub9rade os soon after completion as operations will permit. Article 270.6 CONSTRUCTION JOINTS. Delete the second paragraph entirely and replace with the following: Each subgrade layer for a sectJon of roadway shall be con- structed by staggering the transverse construction )oint loca- tions approximately 10' to produce an over]ap effect with the )oints. Prio~ to abutting the vertical t~ansverse joint the following day, the face of the )o]nt sha]] be made :ough and lagged to ensure on inter]ock]ng effect between the two subgrode sections. A=ticle ~70.8 MAINTENANCE. the following: Delete the fifth sentence and insert The Contractor shall construct the plan depth of cement treat- ment ir, two 6" compacted lifts to produce one homogeneous moss. Article 270.9 MEASUREMENT. Delete the lost sentence entire]y and replace with the following: The quantity of cement shall be measured by the ton of 2,000 pounds, dry weight. Sec. 07500 21 Article 270.10 PAYMENT. with the following: Delete the first paragraph and replace The work performed and material furnished as prescribed by this item and measured ~n accordance with the method indi- cated on the p]ons and proposa] and in accordance with the applicable provisions of "Measurement" above will be paid for at the unit price bid for "Portland Cement Treatment for Materials ~n Place" and "Hydraulic Cement." Article 310.2 MATERIALS. Add the fo]lowing: Prime coat shall be MC-30 applied at a uniform rate of 0.10 gallons per square yard. ,dY Article 310.4 MEASUREMENT and 310.5 PAYMENT. articles entirely and insert the following: Delete these "Prime Coat (Asphaltic Materia] Only)" sha]] not be paid for separately but shall be inc]uded in pay item 322.1 "Asphalt (Detoursl." See ]tem 322, "Two Course Surface Treatment." ~]~LPROVISION TO ITEM 322 - TWO COURSE SURFACE TREATMENT Article 322.1 DESCRIPTION. Add the following: Th~s item shall also include here~n. primer coat as specified This item shall be used in constructing temporary detours os shown in the plans or os directed by the Engineer. When weather conditions do not meet those stated here~n (approximately October to April) or when directed by the Engineer, th~s item shall not be used for detour construction. In lieu of the two course treatment, Item 3~0, "Hot Mix Asphaltic Concrete," shall be used with o 2" compacted depth of Type D being required. Article 322.2 MATERIALS. Add the following: (1l Asphaltic Moter~o]: Primer course shall be MC-30 applied at o uniform rate of' 0.10 gallons per square yard. First course and second course shall be AC-lC applied at un~form rates of 0.35 gallons per square yard and 0.25 gallons per square yard, respectively. Sec. 07500 22 121 Aggregate: The first and second course shall both be Type D Icrushed s]og or crushed stone on]y), Grade 2 and Grade 4, respective]y, in accordance with Item 302, "Aggregate for Surface Treatments," and sho]] be applied at o uniform rote of 27 pounds per square yard each. Article 322.3 CONSTRUCTION METHODS. Delete the second sentence ir, the first paragraph and insert the following: The base surface shall then be sprayed with o primer coat in accordance with this item and ]tem 310, "Prime Coat." Delete the fifth paragraph and rep]ace with the following: The entire surface shall then be broomed, bladed or raked os required by the Engineer and shall be thoroughly rolled using flat wheel roller in accordance with Item 210 "Rolling (Flat Wheel)," except that rolling shall not be paid for separately but sho]] be considered incidental to the various items of' work to which it applies. Article 322.4 MEASUREMENT. Delete or,d reploce with the following: the last paragraph entirely The aggregate shall be measured using o unit weight of 2qO0 pounds per cubic yard. Rolling shall not be measured separately for payment but shall be subsidiary to oil other items of work to which it applies. Article 322.5 PAYMENT. Omit the paragraph, "except rolling," and rolling and p:imer coat." last two words in the first odd the following, "including Delete the second paragraph in its entirety. ~P~g!~..BBgYl~lg~I. Ig_ll?~_~Sg_: HOT MIX ASPHALTIC CONCRETE ~VEM~ (REFERENCE: NCTCOO SPECIFICATIONS~ ITEM 5.?_~_2.~) A~ticle 340.2 MATERIALS. (1) Mineral aggregate - g~g_gBgyel will not be allowed. aggregate shall be crushed stone. (21 Asphaltic moterio]: Tack coat shall be RC-2SO. All Sec. 07500 23 A=ticle 340.3 PAVING MIXTURE. Add the following po=ag=apb: Type B [fine g=aded base cou=sel and Type D [fine g=aded su=face cou=sel shal] be used on this p=oject whe=e indicated on the plans. A maximum of two inch compacted lifts wi]] be pe=mitted to obtain the total thickness indicated. Article 340.7 MEASUREMENT. Delete and =eplace with the following: Type B and Type D asphaltic conc=ete wil1 be measu=ed by the Ton of 2,000 pounds, calculated in place. The weight will be figu=ed based upon the calculated volume called fo= on plans and using unit weight of IZlOfl/squa=e ya=d pe= inch of depthl. Tack coat will not be a separate pay item, but sba1] be conside=ed subsidia=y to the item to which the wo=k applies. ITE~_~ - ~ONCRETE PAVEMENT Cement Rg~g] !~EFERENCEi__~~_~~[~ATIO~_[~_~.,~] A=ticle 360.2 MATERIALS, Suba=ticle (1) Cement, is supplemented by the following: When the cement is to be used in conc=ete with ogg=egates that may be de]ete=iously =eoctive, the alkali content INoO+O.658K~O) of the cement shall not exceed 0.60%. A=tic]e 360.2 MATERIALS, supplemented by the following: Suba=tic]e 12) Admtxtu=es, is Mix designs with fly ash admixtu=es will not be accepted. A=ticle 3dO.~ PROPORTIONING CONCRETE, Subo=ticle Ill P=opo=ttons is supplemented by the following: Whe=e cu=bs a=e to be placed sepo=ate]y they shall conform to the applicable =equi=ements of the Items fo= "Conc=ete Cu=b" o= "Machine Laid Cu=b" and in addition 1/~" diamete= by 8" dowels on ~" cente=s and a 1/~" diomete= ho=izontol bo= tied to the dowels sha]l be p=ovided. An opp=oved epoxy =esin shall be applied to the pavement to ~ece~ve cu=b afte= the pavement su=foce has been tho=ough]y cleaned with high-p~essu=e ware= o= othe= app=oved method. Cu=bs shall be g=ooved at t~ansve=se joints by use of bond tools. Methods fo: placing of curb, concrete mix design and equipment to be used shall be app=oved by the Enginee= p=Jo~ to commencing curb wo~k. Sec. 07S00 Article 360.4 PROPORTIONING CONCRETE, Suborticle 12) Concrete is hereby deleted in its entirety and replaced by the following: QQ~gS~_~8~!~- The 'concrete mix will be designed with the intention of producing a concrete having a specified minimum overage compressive strength in pounds per square inch at the age of 28 days and having the corresponding minimum overage flexuro] strength (modulus of rupturel ir, pounds per square inch at 7 days indicated below. The flexurol test beams will be tested with o standard testir~g machine in which the load is applied at the cente~ of the beam span in accordance with ASTN Designated C 293. For the specified strength the concrete mix shall comply with the following maximum allowable water content and minimum cement content requirements. Compressive Flexuro] Water-Cement Sacks of Strength__. StreDg!b ..... Ro&]~ ........... Cement (psi) (psi} (max.gal./sock) Jmin./c.y.) 3000 500 6.5 5.0 The coarse aggregate focto~ [dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. ~!~_~Q~_O~E]g]~]_g_O~4_gRETE STRENGTH. It is the intent of this specification that all concrete construction covered by this specification be constructed in strict conformity with the plans and these specification. Where any work is found to be constructed of concrete with strength values of less than the specified minimum strength, the following rules relative to od)ustment of payment for acceptable work and to replacement of faulty work shall govern. Iai If the results of the compressive cylinder tests indicate o deficient strength and the Contractor does not elect to dri]l cores for o fina] compressive strength test, od)ustments will be mode on the basis of the compressive strength value for the particular area concerned as determined from the cylinders cost for compressive tests os hereir~ofter specified. Ibl ]f the Contractor elects to toke cores for o final compressive strength test, the compressive strength value os determined by the core tests shall be conclusive. If the results of the core tests indicate o deficient strength, od)ustment will be mode on the basis of the compressive strength value os determined by the core tests. Sec. 07500 25 Icl ]f the concrete compressive strength is ]ess than the minimum required strength, the amount of penalty per square yard of concrete having a deficient strength shall be ~n accordance with the fo]lowing tab]e: AMOUNT OF PENALTY 0% TO 5% Greater than 5--not more than Greater than lO-not more than $2.00/S.Y. $5.00/S.Y. NO Payment~ The amount of Penalty sha]l be deducted from payment due or to become due to the Contractor; such penalty deducted is to defray the cost of extra maintenance. ~If, in the )udgment of the Engineer, the area of deficiency should not be removed and rep]aced, there wi]] be no payment for the area retained. (dj All concrete having a strength more than 15 percent deficJer, t sh~]] be removed and rep]aced w~th concrete meeting the requirements of these specifications at the entire cost and expense of the Contractor. le} ]he area of concrete concerned in the adjustment or removal shall be the designated area represented by the compressive strength values determined as hereinabove specified. ~easurement for adjustment or removal shall be made to points equidistant between acceptable and unacceptable test points (points at which a compressive strength va]ue was determined). Article 360.4 PROPORTIONING CONCRETE, Subarttc]e (5) Mtx Destgn, is hereby deleted in its entirety and rep]aced by the following: ~__Q~]~ It is the intent of this specification to develop and use the most economical mix design possible which will fulfill all requirements of this specification when using acceptable materials as furnished by the Contractor. Prior to the beginning of concrete placements, and thereafte~ before any change in source or characteristics of any of the ingredients except mineral filler, mix design tests shall be performed using the cement and aggregates proposed for use. The Contractor wi]l be required to furnish the Engineer with a]] concrete batch de~Jgn~ necessary to p~oduce the ~equ~red strength as specified in the contract and specifications. All designs must be submitted by the Contractor and approved by the Engineer before the placing of concrete will be permitted. At any time when any change in source or characteristics of any of the ingredients except mineral f~ller is expected, results of the mix design tests required above sh~]] be submitted to the Engineer in orde~ that he may determine whethe~ a change in the approved mix design is required. Sec. 07500 26 Concrete mixes will be designed and made in sufficient number to ~epresent o w~de ~onge of water-cement ~otios; these mixes shall comply with the requirements therein p~escribed f'o~ workability. The water-cement ratio ~s defined os the total U.S. gallons of water Iweight 8.33 pounds) inc)udir, g the moisture content of o1) aggregates pe~ sock of cement ~weight 9~ pounds netl. F~om the concrete of each mix design test beams will be mode, cu~ed and tested to determine the flexurol strength of the concrete at 7 days. From these p~elimir~o~y tests, the water-cement ~otio required to produce concrete of the specified strength wi]) be se)ected. P~ior to placing of any concrete, the Contractor, wi]] be requi~ed to furnish and operate the specified mixe~ oppz:oved for use on the p~o~ect and sba]] produce botches of the size to be used in the concreting operations. From these botches, p~]ot beams wi)) be mode and tested in o~der to determine if the designs submitted comp]y with the strength requi:emer, ts. No additional compensation wi)l be po~d fo~ equipment, materials, and lobo~ for making these preliminary test specimens. Such tests may be waived upon submission of approved ~ndependent )obo~oto~y design or previous satisfactory tests obtained f~om materials of the some sOUrCeS. After the mix p~oportions and water-cement ~otio ~eqvired to p~oduce concrete of the specified strength hove been determined and ofte~ the Engineer has approved the mix design, placing of concrete may be started. Concurrence on the po:t of the Engineer in any proposed mixing o~ p]ocing methods o~ approval of any p~oposed mix design shall not ~e)ieve the Contractor of the responsibi]ity of furnishing concrete in place conforming to the ~equi~ements of these specifications. Changes in the water-cement ratio and the mix design shall be mode when the strength of the concrete depo~ts from the specified minimum strength os indicated by the strength vo]ues obtained from tests of specimens mode f~om concrete being placed. ~B~__O~]GN FOR INTERSECTIONS. When the poving and finishing of street intersections ond left-turn ]ones ore occompiished by bond method~ the concrete used sho)] c0nfo~m to the roi]owing specia] requirements: [No fly ash odm~xture wi]] be o]]owed in the mix design.) LOCATION MINIMUM CEMENT CONTENT MAX. SLUMP Mo~o~ Thoroughfares Secondo~y ]'horoughfores Residential Streets socks pe~ cubic yo~d S.?S sacks pe~ cubic yord socks per cubic yard inches inches inches Sec. 07500 27 These special conditions will not be required when the intersection or ]eft-turn lone wi]] be placed and finished by mechanical methods. ]f the plans or special provisions indicate that traffic will be routed over the new concrete surface prior to the normal 7-day waiting period, the use of' high-early strength portland cement will be required. When high-early strength port]arid cement is used, traffic will not be allowed on the surface for a minimum period of 72 hours after placing of the concrete. Article 360.4 PROPORTIONING CONCRETE, Subortic]e 16) Test Specimens, ~s hereby deleted in its entirety and replaced by the following: ~_~ECIMENS AND QUALITY CONTROL. During the progress of the work the Engineer will cost test cylinders and beams for testing to maintain o check on the compressive and fiexurol strengths of the concrete actually being placed. Concrete foil~ng to meet the specifications for materials, proportions, construction methods, strength or dimensions may be required to be removed and replaced with concrete meeting the specif3ed requirements. Not ]ess than 3 test cylinders for o compressive strength value and ~ test beams for a flexurol strength value wi]] be token from the concrete for each ~50 square yards or less of concrete pavement placed each day. A compressive or flexuro] strength value shall be the overage of the strengths of the three cy]inders or two beams os the case may be. Additional cylinders or beams may be mode by the Engineer os required by concrete placing conditions, or for adequately determining the strength of the concrete where the early use of the bose o~ pavement is dependent upon the concrete strength tests. No extra compensation will be paid the Contractor for materials and labor involved in fulfilling these requirements. Beam boxes shall be furnished by the Contractor. Beam boxes shall be os specified or as directed by the Engineer. Furnishing of beam boxes will not be paid for as a separate contract pay item, and the costs thereof shall be included im such pay items as are provided in the proposal and contract. Beam boxes shall be maintained by the Contractor without cost to the Owner. The test beams shall be tested at the age of ? days in order to determine the flexurol strength. Shou]d the overage 7 day flexurol strength, os determined by the average of the lost 10 flexuro] strength vo]ues obtained from test of beams mode from concrete of the same water-cement ratio, fail to meet the strer)gth requirement, the Contractor shall modify the mix design to obtain additional strength in order to fu]fill the requirements for compressive strength at 28 days. The test Sec. 07500 28 cylinders from those specific areas where individual test beams were below required strength shall be tested at the age of 28 days in order to determine the compressive strength of these areas. Should any set of test cylinders representimg a giver~ area where an individual test beam has foiled to meet strength requirements, that oreo shall be considered to be composed of concrete having deficient strength. The Engineer, at his option, may reject as non-representative any indiv~duo] f]exuro] strength value in each g~oup of ten where strengths more than 10 percent above or below the overage for the group ore indicated, and compute the average f]exuro] strength on the basis of the remaining values. Artic]e 360.5 SUBGRADE AND FORMS, Subarticle (~l Placing and Removing Fo~ms. Delete the third paragraph in its entirety and rep]ace with the following: Forms shall be leveled using material approved by the Engineer. A=tic]e 360.6 CONCRETE MIXINO AND PLACINO, Subarticle I1) Mixing Methods is voided and rep]aced by the following: The concrete shall be mixed in a mixer conforming to the requirements of Subarticle 360.3 ('~) of this item. Ready-mix concrete, conforming to the requirements of the Item, "Ready Mix Plants", may be used for mixing concrete fo~ pavement only when specifically permitted by o note on the plans, except that ready-mix concrete may be used for curbs, irregular sections and/or small placements such as turnouts and leoveouts. 16_~j~_l~J_~ack mix ~!]_be req~!~ed at these Article 360.12 MEASUREMENT. entirety. Delete the second paragraph in ~ts Article 360.13 PAYMENT. Delete the second and and replace with the following: third paragraphs Payment will be made on concrete which has been completed and accepted as described in Article 360.12, os hemein amended. Payment will be mode only on that concrete which :eoches the compressive strength specified within the 28 days or if any concrete is found to hove strength values of less thom the specified minimum strength at 28 days then the adjustment os determined in Section 07500 of these specifications shall apply. Under no circumstances will any payment be made on co~crete that is less than seven (7} days aid. Sec. 07500 - STRUCTURAL EXCAVATIOI ] Article ~00.1 DESCRIPTION. the following: Delete second paragraph and insert Excavation for structures shall be incidento] construction to the item to which it opp]ies and wi]l not be measured separately for payment. Article 400.2 CONSTRUCTION METHODS. Delete the second paragraph. De]ete the last sentence in the sixth paragraph. Delete the seventh paragraph and ~eploce with the fo]lowing: Unstable n,oteriols encountered during the excavation shall be handled in accordance with Special Item 133, "Remove and Replace Unstable Material." Add the following: All structures shall be constructed on a minimum 6" soil cement bedding 18% to 12% cement by weight} compacted to 95% Standard Proctor IASTM-S581 at plus two to minus two percentage points of optimum moisture. Compaction of the bedding and placement of the footings shall be within four hours of the initial mixing of soi] cement. A~ticle 400.3 COFFERDAMS. Omit the last paragraph and insert the following: sentence in the first The cost of cofferdams shall be incidental to the itemls) to which the work opp]ies and therefore sba]] not be measured sepo~ote]y fo~ payment. De]ete the second paragraph entirely and replace with the f'ollowing: The design and construction of any and all cofferdams shall be the sole responsibility of the Contractor. Any tests or investigations needed to complete such a design of any type of cofferdam shall be paid for by the Contractor. Article 400.5 BACKFILLING I1) Gene~al. Delete paragraphs two through five entirely and replace with the following: Backfilling shall conform to the for culverts and storm sewers. details. same requirements as that See plan sheet SD-8 for Delete the ninth and tenth paragraphs in their entirety. Sec. 07500 30 13l Cement Stabilized Backfi]]. rep]ace with the following: Delete the first paragraph and Cement stabilized backfil] shall conform to the ~equirements os the bedding requirements stated herein. item shall only be used when directed by the Engineer. Same This Article ~00.7 PAYMENT. Delete rep]ace wit[, the following: the article in its entirety and The various types of construction and items described herein sha]] not be measured for separate payment but shall be subsidiary to the items to which the work applies, except "Cement Stabi]ized 8ockfi]l," which shall be measured and paid for in accordance to Item 401 "Excavation and 8ackfi]l for Sewers." SPECIAL PROVISION TO ITg~_501 - Exc~y~!]pN AND ~ACKFILL FOR SEWERS J.B~BENCE~__~G SPECIFICATIONS~_~EM Article 401.2 CONSTRUCTION METHODS, Suba=ttcle Add the followir, g to the first paragraph: Excavation. Contractor shall comply with all local, state and federal safety standards, particularly the U.S. Department of Lobar Occupational Safety and Health Administration Standards, OSHA ~07, .Subpart P, "Excavations, Trenching, and Shoring," 1~85 or latest revision. Contractor shall be solely responsible for determining what type of soil materials and conditions exist ~n the excavations. Subarticle 18) Backfill. Add to the first paragraph the following: Backfi]l shall be ir, accordance with the standard construction details included in the plans. Omit the second paragraph entirely. Omit paragraph nine and replace with the following: Stabilized backfill (soil cement) shall be used when indicated on the plans and shall consist of sand mixed with 8% to ]2% cement by weight. Sec. 07500 31 Azticle 401.3 MEASUREMENT and Article 401.4 PAYMENT. these attic]es completely and replace with the following: Delete Measurement and payment for excavation and bockf~)l wi]l not be paid for separately, except os herein specified, but shall be considered incidento] to the item to which the work applies. Such payment wi]l include full compensation for excavation, backfilling, and oll incidentals to complete the work os required herein. Soil cement backfill when called for on the plans or wher, directed by the Engineer shall be used and shall be measured and paid for at the unit price bid per cubic yard for "Cement Stabi]ized Backfill." This price sh~]] reflect full comper, sot~on fc,~ al] materials, tools, equipment, lobo~, compacting, hauling, mixing and water to furnish and p]oce soil cement in accordance with the plans and these specifications. ~~~__NCTCOG SPECIFICATIONS~_~EM Articles 420.2 thru 420.24. These sections shal] not be opplicob]e to the work, unless otherwise noted on the p)ans, and shall be omitted when they ore in direct conflict with, the "Structural Notes" on sheets 73 and 7q of the plans. The st~ucturo] notes on the p]ans Isheets 73 and 7~1 ore intended to apply or,]y to the designs which ore D93 standard S.D.H.P.T. designs. For any structures designed according to S.D.H.P.T. typical detoi]s and plans, oll construction notes and items included here~n that are referenced shall be comp]ied to. ]t shall be the Contractor's responsibility to request clarification on any structures that he does not clearly understand which specif'~cotions and notes o:e app]icoble. All requests sho]l be ir, writing to the Engineer. SPEC]&LpBgY]SION TO ]}g~_5~J_:_gg~gB~]~ FOR STRUCTURES ~B~B~__~CTCOG SPECIFICATIONS~_]TEM 7.~1 Article ~21.2 Materials, (1] Cement. The first paragraph of this sub-article is hereby supplemented by the fol]owJng: When the cement is to be used in concrete with aggregate that may be de]ete~iously ~eoctive, the alkali content (NoO+ 0.658K20) of the cement sho]] not exceed 0.60 per cent. Sec. 07500 32 Delete the second paragraph entirely and replace with the following: The type cement sba1] be as shown on plans. ~Q~ Any attic]es or items herein that conflict with the plans' shall be deleted and the notes and instructions on the plans shall govern. Articles 421.J. 3 MEASUREMENT and 421.14 deleted ar',d replaced with the following: PAYMENT ore hereby "Concrete for Structures" shall be subsidiary to the item to which the work opp]ies and wi]] not be measured separately for payment. SPECIAL PROVISION TO ITEM 423 - RETAINING WALL A~ticles 423.1 thru with the following: 423.S. Delete in their entirety and replace This item shall be constructed ~n accordance with the plans or,d specifications stated therein. Measurement for "Retaining Wall" shall be by the unit price bid per lump sum, which price shall be ful] compensation for furnishing all moter~o]s, labor, tools, equipment, for o11 excavation, backfill, hauling, soil cement bedding, compaction, dewotering, and all incidentals required to complete the work in accordance with the plans and specifications. Payment shall be by the lump sum price bid for o complete-in-place installation os required herein. ~P[~]~b PROy]~]_ON TO_ITEM 42Z_zz_SURF~[_FINI~ED FOR CONCRETE Article 427.5 APPROVAL OF SURFACE FINISHING MATERIALS. Delete the article in its entirety and rep]ace with the following: The moterio] to be furnished shall meet the requirements of the Texas State Deportment of Highways and Public Transportation Specification D-9-8110, Structural Coatings, ]otest revision. ~9]~J All surface finishes fo~ concrete shall comply w~th ~1] the requirements os stated herein, except for in-p]oce structures applicab]e to the requirements shown on the plans (sheets 73 and 7q). In those cases, if o conflict between the two specifications occurs, the plans shall govern. Sec. 07500 33 SPECIAL PROVISION T_O_I_'r_E_M 432 -- ROCK RIPRAP ~ ~_~-_R~.~I~- '- ] ~_~_T_C_O_G_ .S._P_E_C_I F I CAT I ON_S~ _ ITEM 8.15 ) Article 432.2 MATERIALS. the following: Delete in its entirety and replace with The rock tiptop shall be hard, durable, able to withstor,d disir~tegrotion due to weathering and also to resist excessive breakdown due to quarrying, loading, hauling and placing. The rock shall also be free from unstable materials that can weather mechanically or chemically~ causing the rock to disintegrate. The rock riprap shall be free from cracks, seams and other defects that would tend to increase unduly their disintegration by water and frost action. The rock riprap shall met the following strength requirement. TEST REQUIREMENT Specific Gravity Greater than 2.6 Soundness IMagnesivm Sulfate Method} ASTM C-88 Less than 20~ loss of weight after 5 cycles Abrasion lusing Los Angeles machine gradine AIl ASTM C-535 Less than SO~ loss of weight after SO0 revo- lutions The rock may vary in size from 2" shall have a uniform thickness of 18" meet the following size requirements: to 18" in diameter and The rock riprap shall ROCK FRAGMENTS OF VARIOUS IPounds) Maximum Size 560 Medium Size l~O Minimum Size Article 432.3 CONSTRUCTION METHODS. Add the following to the second paragraph: Rock tiptop sba]] not be placed unti] the retention blanket has been installed and approved by the Engineer. A ticle A32.8 COMMON DRY RIPRAP AND COMMON MORTAR RIPRAP. Omit the fi~st~ second~ and third paragraphs entirely and insert the following: Common dry tiptop shall be used only. The rock may vary in size from 2" to 18" in diameter ond should have a uniform thickness of 18". Sec. 07500 34 The rip,ap shall be placed in such o n,anne= as to not tear or pur~ctu~e o~ injure the soil ~etention blanket. The Controcto~ shall limit the vesticol dsop height of the ~ock to o maximum of 3' Any damaged fabric mote~o] shall be xepaired in accordance with the applicable specifications herein. Spolls and small stones shall be used to fill open joints and voids and shall be driven to o tight fit. The finished surface shall present on even tight susfoce t~ue to line and grades of typical sections. Article 432.12 MEASUREMENT. Add the following: Rocl~ tslope p~otection) shall be measured by the cubic yard complete in p]oce. A~t~cle 432.13 PAYMENT. ~nse~t the following: Delete the third paragraph entirely and Payment fo~ all necessary excavation for ~prop below natural g~ound o~ 'bottom of excavated channe]~ and fo~ shaping of slopes fox rip,ap will be included in the unit p~ice bid per cubic yard fo~ ~ip~op. ~PECIAL PBOVI~[_O~__~O IT~_ShO -_BEINFORCING STEEL A:ticle ~0.8 MEASUREMENT and ~O.P and insert the following: PAYMENT. Delete entirely Reinforcing steel shall not be measured separately fox payment but shall be considered subsidiary to the item to which the wo~k applies. A~t~c]e ~50.6 MEASUREMENT. Delete the second sentence. fo]]ow~ng: Total length to be pa~d sho]] be the total constructed when measured between centers of pedestals. Add the ]ength Article 450.7 PAYMENT. Delete all but the last paragraph and insert the fol]owing: The quantity to be paid fo~ shall be the length actually constructed complete-in-place. Pxice bid shol] also include or)y necessary excavation o~ bockfi]], including soil cement bedding, plus any othex incidentals ~equi~ed to complete the work. Sec. 07500 35 A~ticle 460.1 DESCRIPTION. Add the roi]owing: This item shall be used for providing temporary drainage under detours where shown on the plans. Article 450.2 N[ATERIALS. Add the following: Galvanized steel pipe conforming to AASHTO M-218 and M-38 shall be specified. Pipe shall hove o minimum thickness of 0.054" and the corrugations shall be 2 2/3" x 1/2". Article 460.10 PAYMENT. Revise the lost paragraph with the following: Excavation, backfill, temporary installation, removal of p~pe, and disposal when directed by Engineer shall be included in the unit price bid for this item. Pipe shall become the property of the Contractor if the Owner elects not to keep it and the Contractor shall dispose of the pipe. Otherwise, pipe shall be removed os directed by the Engineer and Owner shall then remove it from the )ob site. SPEC]~_~BgV~Jg~_TO I!EM 5~2 -- CONCRETE BOX CULVERTS Article ~52.1 DESCRIPTION. Add the following paragraph: to the second The precost boxes shall be designed according to the latest revised ASTM C789 or ASTM C850 (for less thom 2' cover} specifications depending on the cover conditions. When actual cover conditions vary for a particular section of box of the same size to where both cover conditions exist, box sections conforming to ASTM C850 shall be required. Add the following to the lost paragraph: Concrete box culverts specified to be cast-in-place structures on the plans shall comform to the structural designs and specifications included in the plans. Article 452.8 CONSTRUCTION METHODS. and insert the following: Excavation accordance with the requirements of Backfill for Sewers." Delete the first paragraph and backfill shall be ir, the Item "Excavation and Sec. 07500 Article 462.9 MEASUREMENT. Delete paragraphs three and four. Article 462.10 PAYMENT. Add the fo]lowSr, g: The approximate quantities shown on the structural p]or, s for concrete and steel reinforcement for o]] cost-in-place box cu]verts is provided on)y os general information. Regardless of e~ors in calculation, there shall be no od)ustment allowed in the ur, it price bid per linear foot. Delete paragraphs one with the f'ollow~r~g: through five ir, their entirety and replace lhe unit p=ice bid per l]neor foot for the various sizes or, d types of "Concrete Box Culvert," shall be full compensation in place for constructing, or furnishing and transporting sections; the p~eporotion and shaping of bed, inc)uding soil cement bedding; ~ointing of sections~ oil excavation and bockfil), except cement stabilized backfill where requi~ed; for connections to existing structures~ concrete, reinforcing steel, o]1 sprinkling and compaction of mote~io]~ constructing ali cofferdams; al] dewotering; all sound~ngs~ sheothing, bracing, pumps, drills; all other items of moteri~]s, lobar, and equipment, too]s, ond incidentals necessary to complete the work in accordance w~th the plar~s ~nd these specifications. When sections ore laid on o skew, full compensation for cutting the ends when required by the plans shall be included in the unit price bid pe~ linear foot, measured in accordance with Article 46~.9. "Cement Stob~]ized Backfill" .sba1] be paid for separote]y in accordance with Item 401, "Excavation and Backfill for Sewers." ~G]~..FB@y!SION_Ig_!TEM ~_: REINFORCED ~_O_N~B~TE PIPE CULVERTS ~REFERENCE: NCTCOG SPECIFICATIQ~ ITE~_~J A~ticle 464.3 15! Backfilling. following: CONSTRUCTION METHODS, (11 Excavation and Delete in their entirety and replace with the Excavation and backfilling shall be done ~n accordance with the requirements of the Item "Excavation and Backfill for Sewers." Sec. 07500 37 Art. icle ~4.~ PAYMENT. Revise the lost paragraph with the following: cqtruc:tura] excavation and backfill, except as herein specified, will not be measured for separate poymer, t, but will be considered included in the unit price bid for each respective size pipe. There will be no extra compensotior, for excavating rock or other incompressible materials. "Cement Stabilized Backfill", when called for on the plans or when directed by the Engineer, shall be used and shall be measured and paid for in accordance with Item 401, "Excavatior, and Backfill for Sewers." Article 471.1 DESCRIPTION. Add the following: Rep]ace existing cover on the plans shall mean to ]nclude the ring and any incidentals required for o complete-in-place installation. This item sho]] also include the addition of 2" diameter PVC (Schedule 60) air vents to the manhole and constructed in accordance with the plans Idetoil sheet SD-lP). These vents ore required on any manhole specified on the p]ons to receive o wotertight monhole cover. Article q71.2 MATERIALS. Add the following: Watertight monho]e covers shall have l/g" neoprene O-ring gasket, 1" letters raised 1/~" for "Sanitary Sewer," o minimum k ]id bolts and 6 anchor bolts all stainless steel, and shall be either o R-19IS-C IType El os manufactured by Neenoh Foundry Company, o ~380-2~P os manufactured by Boss & Hays Foundry, ]nc., or approved equal. A~ticle 471.4 MEASUREMENT. insert the fo]]owing: Delete the paragraph entirely and Frames, grates, rings and covers shall be o part of the complete manhole and will not be measured fo: separate payment when manholes are constructed in accordance with Item ~75, "Heodwolls, Wingwo]ls, Inlets and Manholes." When not o port of o new complete manhole, frames, g~ates, rings amd covers shall be measured by the unit of each watertight manhole cover, complete-in-place. Sec. 07500 38 Article 471.5 PAYMENT. Delete paragraph and ~nsert the following: Payment for watertight manhole covers shall be at the unit price bid for each watertight cover as measured in accordance with "measurement" above, which price shall be full compensation for furnishing all materials, tools, labor, equipment, air vents and appurtenances, rings, any excavation and backfill, and o]1 incidentals necessary to complete the work in accordance with the plans and specifications. ~FG~&~_~BQY~QN TO ITEM 475 - HEADWALL~_W~NGWAL~_INLETS & MANHOLES Article ~75.1 arid ir, serf the manho]es shall concrete un,ts. DESCRIPTION. Delete the third sentence entirely following: All headwal]s, wingwalls, inlets and be cast-in-place and hereinafter described os Article ~75.10 CONSTRUCTION METHODS. Add the following: All headwa]ls, wingwa]ls, in]ets and manholes shall be placed on a minimum 6" soil cement bedding meeting the same preparation and compaction requirements as for storm sewers and culverts. Article ~75.11 MEASUREMENT. Delete the first entirely and replace w~th the fo]lowing: three paragraphs Headwolls/wingwolls, inlets and manholes of the type and size shown on the plans wi]] be measured by each headwo]]/w~ngwal], inlet, or manhole. Excavation and backfill w~ll not be measured for separate payment but will be considered subsidiary to the unit price bid fo= each headwall/wingwa]l, inlet, or manhole. Measurement will only be considered when the headwall/w~ngwal], in]et, or manhole is comp]ete-in-p]ace per the plans and specifications. Article ~75.12 PAYMENT. Delete in its entirety and replace with the Payment for complete headwalls/wingwal]s, inlets, or manholes of the types shown on the plans, complete-in-place and in accordance with these specifications and measured as prescribed above, will be made at the unit price b~d for each headwa]]/wir.gwo]l, ~nlet, or manhole of the type specified. Payment as provided above shall be full compensation for furnishing, transporting and placing ail concrete, reinforci~g steel, brick, mortar and castings for shOping of bed, ~ointing to the new or existing structures; soil cement bedding, cofferdams, dewatering, pumps, sheathing, bracing, Sec. 07500 excavation, backfill, sprinkling, compaction, ali other materials, tools, equipment, labor and incidentals necessary to perform the applicable work prescribed above, except, unless otherwise noted on the plans, frames, grates, rings and covers will be paid for under the item, "Frames, Grates, Rings and Covers." Article 502.3 MEASUREMENT and 502.4 articles amd replace with the following: PAYMENT. Delete both The work and materials os prescribed by this item will not be paid for os o separate item, but will be considered incidental to the pro)eot, except Portable Concrete Traffic Barriers, which shall be paid for in accordance with Item 51~, "Portable Concrete Traffic Barriers." p J6b_pBQY]SZ0N TO ITEN - STRUCTURE FOR FIELD OFFICE ~_ND__LABORATORY Article 504.2 GENERAL REQUIREMENTS. and replace with the following: Delete the first paragraph One I1) structure wil] be required acceptable to the Engineer. and located oreo Delete the fifth po=ogroph in its entirety. Article 504.3 TYPE OF STRUCTURE. This article is voided in its entirety and rep]aced by the fo]lowing: The structure shall have or be built to at least the fol]owin~ minimum standards or os approved by the Engineer. The field office sho]l not be ]ess thor, lO'x16'xS' high with four completely weather stripped gloss windows (one in each wall! and one completely weather stripped exterior door. The walls shall be insulated. The field office shall be furnished with o heat pump for heating and cooling of sufficient capacity for maintaining suitable office temperatures. It shall hove sufficient fluorescent ceiling lights, suitable number of ~0 vac duplex wall receptacles, and o telephone )ack. Sec. 07500 40 The office sho]l be provided with o desk, two choirs, one trash container, and one chilled water drinking container. ]t shall also have o 72"x32" plan table. The building shall be serviced with sewer or septic tank with connections and shall contain o restroom properly partitioned and furnished with, os o minimum, o flush toilet and lavatory. The building shall be installed level and stable, located at and focir~g the direction agreed upon by the Engineer. utilities, including o telephone, shall be connected and paid for by the Contractor until final acceptance of the contract work or~ the pro~ect. The area outside the building will be kept cleon or, d mair, toir~ed by the Contractor os required by the Engineer. Suitable outside steps, shoe sole cleaning scraper, concrete or gravel walk (depending upon the site conditionsl, on accurate outside hi-low thermometer, adequate outside garbage containers with covers shall be provided. An outside light shall be provided to ]ight the field office area at night. ~hould vandalism become o prob]em, the Contractor shall provide suitable security surveillance and oreo fencing or both to insure the safety of the field office and its contents. Article 504.4 MEASUREMENT AND PAYMENT. and replaced by the fol]owing: This article is voided Work performed and materials furnished os prescribed by this item wi]] be measured and paid for at the lump sum unit price bid for "Field Office", complete in place, which p~ice shall be full compensation for all- lobar, tools, materials, furnishing equipment, electricity, water and fuel, amd imcidentals necessary to complete the work. The total lump sum price will be divided equally among the total number of months allowed for construction of the pro~ect. The resulting amount wi]l be the maximum amount allowable to be submitted on monthly pay applications. Sec. 07500 Article 508.2 MATERIALS. Revise the second paragraph by adding the following to the fizst sentence: except, the ~8" corrugated metal pipe used may, at the option of the Owner, be salvaged and become the property of the Owner ~f he so chooses. A~ticle 508.~ MEASUREMENT. and 508.5 PAYMENT. their entirety or, d rep]ace w~th the following: Delete in No separate measurement and payment shall be made for "Constructing Detours." Execution of the work described herein sba1] be considered subsidiary to the other items of' work and shall be measured and paid for in accordance with the pertinent bid items. SPECIAL PROVISION TO ITEM 51~ - PORTABLE Article 51~.1 DESCR/PTION. Delete the last paragraph. sentence in the Article 513.3 CONSTRUCTION METHODS. amd ~nsert the fo]]owJng: Delete the last paragraph When portab]e barrier Js no longer required on the pro~ect, it sh~l] be removed by the Contractor from the site. Article 51~.6 PAYMENT. Delete the last paragraph in its entirety and insert the following: The work performed in removing the barrier from an existing location and removing it from the )ob site and measured as provided above will be paid for at the unit price bid for "Concrete Traffic Barrier (Remove)," which p~ice shall be full compensation for removing the barrier from roadway or structure, and then removing them f~om the )ob s~te, repairing the roadway, and for all manipulations, labor, too]s, equipmer)t Grid incidentals necessary to complete the work. Sec. 07500 SPECIAL PROVISION !9_]IgM_~gS_:_UYDBAULIg_ggMg~! A~ticle 52~.4 MEASUREMENT AND PAYMENT. De]ere entirely and rep]ace with the following: No direct payment wi]] be under this item~ except as considered subsidiary to contract. made for the materials furnished specified hereafter~ but will be the various bid items in the Hydraulic cement used in "Cement Treatment for Materials in Place" shall be measured by the ton of 2000 pounds dry weight~ Poymer~t fo~ "Hydraulic Cement" os measured above shall be full compensation for ol] furnishing and hauling of cemer, t. Article 530.1 DESCRIPTION. Add the following in its entirety: Furnish and install solid concrete paving stones as shown on the drawings and as recommended by the manufacturer. Furnish and instal] sand laying course and all' accessory items as required. Article 530.2 MATERIALS. 1. Pavers Materials furnished under this item shall be as manufactured by the Pavestone Company, Box 413, Grapevine, Texas, 76051, phone (817) 581-5802, or approved equal: a. Pavers ~Crosswalks): Shal] be Uni-Decor, 3 1/8" cm. J thickness, by Pavestone Co. b. Pavers JEdgesl: Shall be Holland I, 3 1/8" 18 cm. I thickness, by Pavestone Co. c. Pavers (Intersection): Shall be Uni-$tone, 3 1/8" (8 cmJ thickness, by Pavestone Co. d. Accessories as required fo~ edge treatment shall be as recommended by the manufacturer. Co]ors d. fo~ the obove shall Physical requirements: ASTM C 93~-82. be as approved by the Owne~. All pavers shall conform to Cementitious Materials and Aggregates: Shall conform ASTM C-150 and ASTM C-33, respective]y. to Sec. 07500 ,~3 Sand: Masonry sand will not be allowed, lhe sand laying course shall be o well graded clean washed sharp sand with 100% passing o 3/8" s~eve size and o maximum of 3% passing a No. 200 sieve size. This is commonly knowr, as manufactured concrete sand, ]imestone screening, os similar. The sand laying course should be the responsibility of the paving stone installe~. Article 530.3 INSTALLATION. ]nstallation .shall be performed by on installe: approved by the Engineer. Installation shall conform to manufacturer's recommendations and the fo]lowing: A. Const:uctior', of Sand Laying Course The finished base course sha]] be approved before the placement of the sand laying course. The construction of the sand laying course shall be in accordance with manufacturers ~ecommendation and approved by Enginee~ p:io~ to beginning installation. B. Placing Pavers The paving stones shall be laid in such o monne~ that the desired pattern is maintained and the ~oints between the stones ore os t~ght os possible. For maximum inte~]ock it ~s ~ecommended that ~oints between stones do not exceed 1/8" (3mm. I. St~ing lines should be used to hold oll pattern lines true. The gaps at the edge of the pave~ surface shall be filled with standard edge stone o~ with stones cut to fit. Cutting shall be accomplished to leave a clean edge to the t:offJc surface using a double-headed breake: o~ a masonry saw. Howeve:, when cutting p~ecision designed a~eas, a masonry saw is ~ecommended. Wheneve~ possible, no cuts should ~esu]t with o pave~ less than 1/3 of o~iginol dimension. Paving stones shall be vibrated into the sand laying course using pounds compaction fo~ce with the surface c]ean and ~oir, ts open. After vibration, clean masonry type sand contain]r,g at least 30% of ~/8" (3mm) particles shall be spread ove~ the paving stone surface, allowed to d~y, and vibrated into )oints with additiona] vibrator passes and brushing so as to comp]ete]y fill )oints. Sec. 07500 Surplus material shall then be swept from the surface or ]eft on surface during construction time to insure complete fil]in9 of )oints during initial use. This sor, d also may provide surface protection f~om construction debris. Article 530.4 MEASUREMENT. Pavers,. Item 530.3, will complete and in place, approved by the Engineer. be measured by the square yard, for the complete installation as A~tic. le 530.5 PAYMENT. Pavers, Item 530.3, will be paid for by the on installation complete and in place. square yard for G k. Bgy!sIoN_Ig_3I _D50 - CHAIN LINK BARRIER FENCE Article 550.1 DESCRIPTION. Add the following: This item shall include the relocation of existing chain ]ink fence, fence posts, and gates os shown on the plans. A~ticle 550.6 MEASUREMENT. Delete entirely and rep]ace with the fo]lowing: Chain link borg,er fence shall be measured by each relocation os shown on the plans. A~ticle 550.7 PAYMENT. Delete following: enti~.ely and replace with the The work performed and material furnished os presczibed by this item, measured os provided under "Measurement" will be paid for at the unit price bid for "Chain Link Barrier Fence" which price shall each be full compensation for fu=nishir, g and installing all fencing materials lincluding gotesl including all miscel]oneous fittings, pull cables, post cops, line wires, connection clips or wizes; digging postholes or, d g~out~nG ]n ~ock where ~equi~ed~ furnishing and placing concrete for setting posts) furnishing and installing e]ect~]co] g~ound~ o]1 hou]in~ and hond]in~ cho~Ge~ and f0~ all manipulations, excovotion~ backfilling and disposal of surplus n,ote~Jo]~ and completing the work ]n accordance with the plans and these specifications. Sec. 07500 ~g]~_~gy]~]g~_TO ITEN 582 - WATER NAINS AND DRAINS ~~g~__~g}gg~_~g]~]CATIONS~_]~EM gg~gg]T ANQ__B~ATED_NATERIAL DELETE THE ENTIRE ARTICLE AND REPLACE WITH THE FOLLOWING: Article 582.1 DESCRIPTION. This item shall govern for materials and work necessary for furnishing and installing o]1 water mains of' the type specified, all sanitary sewer mains, and any and all distribution lines as shown on the plans, includ~r.g all c]ear~ng~ grubbing, excavation, sheeting, shoring~ dewatering, pipe laying, )ointing, testing, backfilling, and any other wort; that ~s required or necessary to complete the instollot~or, shown on the plans and os specified herein. The contractor shall be responsible for all materials furnished to him by his material suppliers and shall ~ep]oce at his exper, se such materials that ore found to be defective in manufacture or that are damaged in handling. The ¢.ontroctor shall install piping to meet standards. The contractor shall provide certificate that materials meet or exceed minimum hereinafter specified. all applicable manufacturer's requiremer, ts os Article 582.2 MATERIALS. Each water main or distribution line shall be installed using the materials designated on the plans and os specified herein. All materials shall be new and meet the followir~g minimum specifications: 582.2 A. PIPE. 1. POLYVINYL CHLORIDE WATER PIPE AND FITTINGS IPVCI. a. Unless otherwise specified on the plans, 1/~ inch PVC pipe shall be Class 3~5, 3/~ inch or larger PVC shall be Class 200. All thermoplastic PVC p~pe shall fulfill the requirements of ASTM D2241, Class 200, DR 14. Pipe shall be "Blue" in color. b. Where shall be 1785. specified on the plans, Schedule 40 PVC pipe PVC 1120 and shall meet requirements of ASTH D c. PVC, DR 14, shall meet or exceed requirements of' AWWA C-900, ]otest revision, with cost i~on outside dimensions and with rubber ring bell )ofr~t which shall be on integra] and homogeneous port of the pipe barrel conforming to AST~ O 3139, latest revision. Rubber gaskets shall conform to AST~ D 1869, or AS]N F~77. Sec. 07500 d. PVC water pipe shall be listed by Underwriter Laboratories and approved for use ir, cities and towns of Texas by the State Board of Insurance. e. The rigid PVC pipe shall bear the seal of approval Jar "NSF" markJ of the Notional Sanitation Foundotior, Testing Laboratory for potable water pipe. f. Pipe shall be made from NSF approved Class 12454-A or B PVC compound conforming to ASTM D 1784 resin specification. CAST IRON PIPE AND DUCTILE IRON PIPE WATER MAIN AND FITTINGS [C.I.P. IID.I.P.I a. Un]ess otherwise specifically shown on the plans, or approved in writing, shall conform to ANSI A 21.6 iAWWA C106, latest revision), 200 psi working pressure, and shall be centrifugo] cost pipe of rubber gasket type )oint, furnished in 16' or 18' nominal laying lengths. Ali such pipe shall bear o mark denoting approval by the Underwriters Laboratories. b. Cost iron pipe under these specifications shol] hove a tensile strength of 21,000 lbs. pe~ square inch and 45,000 lbs. per square inch modulus of rupture. All such pipe shall be manufactured in accordance with ANSI "Manual for Thickness Design of Cast Iron Pipe", and shall be designed for 200 lbs. water working pressure, 8 feet of cover, and field condition B. c. Ductile iron pipe shall be manufactured from metal having o minimum tensile strength of 60,000 lbs. per square ~nch, o minimum yield strength of 42,000 lbs. per square inch and o minimum elongation of 18 percent (60-40-18), and shall meet all requirements of AWWA Specification C150 and C151, latest revision, Class d. Joints for cost iron or ductile iron pipe shall be: Ill Push-on )oint with rubber gasket conforming to ANSI A21.111AWWA Cllll of latest revision, or i2J Mechanical )oint conforming to ANSI A21.11 [AWWA Cll]) of latest revision, or 13] Bell and spigot joints conforming to ANSI (AWWA C106}, of latest revision, or A21.6 Flanged )oint conforming A21.10, 250 ps~ working pressure. to AWWA Cll0/ANSI Sec. 07500 Fittings for cost iron or ductile iron pipe shall be: (1) Mechanical )oint fittings conforming to ANSI A21.]1 (AWWA Cl11}, of latest revision, 250 psi working pressure, or (2) Bell and spigot fittings, conforming to ANSI A21.10 (AWWA C110), 250 psi working pressure, of latest revision. 13) Flanged fittings, 250 psi conforming to ANSI A21.10 rubber ring gaskets. working pressure, (AWWA-CllO) with (~) Screwed fittings, 125 lb. NPT thread conforming to ANSI B2.1. f. All ductile iron pipe shall have o star, dasd thickness of cement mortar lining os specified in ANSI A21.4, latest revision (AWWA C104), except for flanged and screwed pipe, which wi]l receive an inside tar coating ir~ place of the cement mortar lining. g. All ductile iron pipe, valves~ and fittings shall be cooted on the outside with hot dipped cool tot vorr, ish conforming to Federol Specificotion WW-P-421 or, in lieu of cool tar coating, polyethylene encosement may be used for ductile iron pipe in accordance with ANSI/AWWA C 105/A 21.5 latest revision. The film shall have o minimum nominal thickness of O.OOB inches lB mils.}. h. Bolts and nuts for mechanical )oints or flanged er,ds sba]] be of o high-strength Iow-al]ay corrosion-resistor, t steel and sho]] conform to ASTM Designotion A 325(Type 3. REINFORCED CONCRETE CYLINDER PIPE WATER MAIN (RCCPI a. The reinforced concrete cylinder pipe to be furnished and installed this section shall be composed of o steel cylinder with wire reinforcement and o concrete core or lining inside and o concrete coating outside. b. The pipe shall conform to AWWA C301--Reinforced Concrete Water Pipe--Steel Cylinder Type, Prestressed; C303--Reinforced Concrete Water Pipe--Steel Cylinder, Pretensioned, latest revisions. The pipe shall be designed and manufactured to withstand ~00 psi work~r,g pressure and be approved by the Underwriters Laboratories and the Texas Fire Insurance Commission. c. Special pipe sections, short length, outlets and special fittings such os reducers, wyes, tees and bends shall be furnished and installed where required to complete the pipe]ir, e os shown on the p]ons. Fittings Sec. 07500 shall be constructed of steel concrete lined and coated, and withstand a working pressure equal pipe sections. cylinders, shall be shall be designed to to that of abutting d. All out]ets or other exposed metal shall be coated with mortar Jr, such a manner that all exposed portions of metal are completely covered. e. The contractor shall furnish layout drawings which show each run of pipe and indicate the location of all bends, outlets, special fittings and connections which are to be included as o part of' the pipe to be installed on this pro,eat. 4. POLYVINYL CHLORIDE IPVC) SEWER PIPE AND FITTINGS a. All pipe and fittings shall be suitable for use os a gravity sewer conduit and shall conform to ASTM D3034 ISDR 35l, latest revision, minimum pipe stiffness, 46 psi. Pipe shall be similar to Certain-Teed Fluid-Tire PVC pipe, Johns-Manville Ring-Tite PVC Gravity Sewer Pipe, or approved equal. Pipe shall be "Green" in co]or. b. Joints for PVC sewer pipe shall be integral bell gasketed )oint designed so that when assembled, the e]astomeric gasket inside the bell is compressed radially on the pipe spigot to form a positive seal. The )oint shall be so designed to ovoid displacement of the gasket when installed in accordance with the manufacturer's recommendation. Joints shall conform to ASTM D3212, latest revision, gaskets shall conform to latest revision. 5. DUCTILE IRON SEWER PIPE AND FITTINGS a. Ductile iron gravity sewer pipe shall conform to ASTM A746, latest revision. ANSI A21.51 or AWWA C1S1, latest revisions, Class 52. b. Joints for ductile iron pipe shall be: I1) Mechanical )oJnt, conforming to ANSI IAWWA Cl111 of latest revision, or J2) Push-on )oint, with rubber gasket os described in ANSI A2~.~11AWWA C~13) latest revision. C. Cement-mortar lining shall conform to ANSI A~l.4. Sec. 07500 49 CAST IRON SOIL PIPE AND FITTINGS o. Cost iron soil pipe and fittings for hubless cost iron sanitary system shall conform to ASTM A74, latest revision, CISPI designation 301-78 or latest revision. b. Rubber gaskets for )oints shall conform to ASTM C564, latest revision, CISP] designation 320-78 or latest revision. 582.2 B. VALVES 1. GENERAL: This labor, materials and item shall include furnishing of al] equipment for distribution systems in accordance with contract drawings and these specifications. SUBMITTALS o. Catalog Data: Submit manufacturer's literature and il]ustrotior, s. b. Weights: Statement of net assembled weight of each size of valve furnished. c. Shop Drawings of Valve and Operators. Dimensions 12)Construction details 13)Moterio]s d. Installation Instructions: Complete manufacturer's installation instructions. e. Maintenance Data: (1) Maintenance instructions (2) Ports lists f. Certificates: Submit manufacturer's certification that va]yes and accessories meet or exceed specification requirements. PRODUCT DELIVERY, STORAGE, AND HANDLING o. Prepare valves and accessories for shipment according to AWWA 0500 and: I1) Seal valve ends to prevent entry of fore~gr, matter into valve body. 12) Box, crate, comp]etely enclose, and protect vQlves and accessories from accumulations of foreign motte~. b. Store valves and accessories in oreo protected weather, moisture, or possible damage. Sec. 07500 50 c. Do not store materials directly on ground. d. Handle items to prevent damage to interior exterior surfaces. GATE VALVES (Mains 12" Diameter or less) a. Gate valves shall be Waterous, or approved equal, resilient wedge valves with red epoxy coated body, non-rising stem, O.S.Y., AWWA C500, latest revision. Valves shall be of equal, or greater, pressume class than the piping in which they are to be installed. Equipped w~th "0" ring seals at top of stem, and 2" square operating nut. Valves shall open by turning counter-clockwise, b. Valve boxes shall be cast iron and shall be of sufficient length and diameter to operate all valves buried in the ground. Covers sha]l be marked "Water" The boxes shall rest on the valve and be adjusted so that the cover may be set flush with finished grade. 5. BUTTERFLY VALVES IMains 16" Diamete~ o= lorge=l a. Shall meet or exceed the design strength, testing and performance requirements of AWWA Standard C50~, latest revision. The manufacturer shall provide certification and test reports upon' engineer's requires. b. Bodies - Shall be suitable for installation between ANSI A21.]O IAWWA CllOI cast iron flanges or ANSI 816.5 Class steel flanges. End preparation shall be flanged, or full lug body wafer. Lug wafer bodies shall have the lugs drilled and tapped. Wof'er bodied valves ore not acceptable. c. Discs - Shall be one-piece cast design with no external ribs transverse to the flow. Disc hub and edge shall be ground and polished to a rounded contou~ to give full concentric seating with the lowest practica] seating torque and maximum seat life. d. Valve Seats - Shall meet or exceed the thickness requirements of AWWA C50~ and be of a design that totally encapsulates the inside ferrous surfaces of the valve body for maximum valve body protection against corrosion and tuberculation. Valve seats shall be designed with integral seals at the disc and shaft hub areas to completely isolate the stem, stem bearings, and body areas from the corrosive effects of the flowing media. Valve seats shall be completely field replaceable at the ~ob site without the use of special tools. Sec. 07500 51 e. Shafts - Shall be one piece extending completely through the disc. Stub shaft design may be used if in total accoEdance with AWWA C504-70, Section 7. Valve shafts shall be securely fastened to the valve disc by corrosion resistant shokeproof cop screws or tope~ pins. Valve shafts shall be of materials amd diameters os required by AWWA C504 or of corrosion resistant materials and diameters which give equivalent strength. Disc to stem connections, or turned down portions of shafts shall be designed to transmit shaft torques equivalent to 75% of the required shaft diameter. f. Shaft Beorir, g Surfaces - Shall be adequately designed to absorb the loads imposed by the service conditions and any side thrusts developed by the operator. Inboard bushings shall be nylon reinforced teflon in sizes 2" to 20" and luberized bronze Jn sizes 24" to 48". g. Shaft Seals - Shall be of bi-directional type suitable for vacuum. The packing gland, studs corrosion resistant materials. the double-Chevron both pressure and and o nut shol] be h. Manual Operators -Shal] be the wo~m gear type having permanently grease lubricated totally enclosed gearing with operating nut and geo~ ratio design to require not more than 40 lbs. pull. Operator shall be p~ovided with od)ustoble limit stops on the input shaft to the operator. Limit stops on output shaft of operator not be permitted. Operator shall be designed for direct burio] service and valve box shall be provided over operating nut. Keystone Fig. 417 Unid~ive Manual Actuators. Materials of Construction: Valve Bodies shall be cast i=on, ASTM A126, Class B, or ducti]e iron ASTM A536, G~ode 65-45-12. Valve Discs, 2" through 20" shall be aluminum-bronze ASTM B148, Class gA (CA-95~). 24" shall be nodular iron with welded mane] overlay edge or aluminum b~onze, heat treated. Valve Shafts shall be 17-4 PH stainless steel, 18-8 type 304 o~ 316 stainless steel, or mane]. V~lve Seats shall be EPDM (ethylene propylene diene monomerl. Where t~oce of hydrocarbon ore present~ valve seats shall be Buno N. Valve shaft bearings shall be ny]on re~nforced teflon or ]uberized bronze. Butterfly V~lves shall be Keystone, Fig. 105 Sec. 07500 52 6. VALVE BOXES 582.2 C. a. Volve boxes shol] be three piece, screw type, 5-1/4" shoft. Controctor sholl supply boxes with the co=~ect bose f'o= all volves ond ir, cor=ect lengths fom field conditic, r,s. Spec~ol volve boxes sholl be cor, structed os shown on the p]ons. PVC pipe will not be permitted for volve box e×tensior, s. BLOW-OFF VALVES Blow--off volYes shall be ploced on all deod end lines os directed by the ihs. pe~ squore inch stondord AWWA C500. 8. AIR VALVES Air valves shall be instol]ed at the high points of the lines os di=ected by the Engineer ond shol] be two inch, Crispir, Universo] os monufoctu~ed by Multiplex Manufoc- turing Compony, Berw~ck, Pennsy]vonio~ o= opp=oved equol. MISCELLANEOUS ITEMS FIRE HYDRANTS Fire hydronts sho11 be of' the center stem compresslor, type construction with breok owoy f'longes os monufoctured by Woterous Co., South St. Poul, Minnesoto ond hove o minimum volve opening of 5-1/4" The hyd~onts shol] meet o]1 the ~equi~emer, ts of' AWWA Specificotion C50~ ond shol] be equipped os fo]lows: Two hose nozzles ~2-1/2"1; one pumper nozzle (4 1/2" steome~); pock~ng t"O" fir, g); inlet connection 16" mech. ~t. I} groundline to center]ine hose nozzles (18"). The cont=octor sho]l furnish foe opp=ovo] of the Engineer, spec~ficotions ond shop drowings of the hyd=onts p=oposed foe instollotion in the system, t4ydronts must meet the 150 lbs. psi working pressure ond 300 psi hydrostot~c p~essure. VALVE OPERATING WRENCH Controctor shall supply two operating wrenches sufficient length to properly opezote the volves- of CONCRETE Sho]! develop o compressive strength of squore inch ot twenty-eight I28) doys. 3,000 pounds per COPPER WIRE Copper wi~e for use with plostic (PVC) p~pe shol] be No. 1~ sir,g]e strond plostic cooted. Sec. 07500 53 COPPER SERVICE PIPE Copper service pipe shall Government Specifications Spec. if~cot~ons B88-6~. POLYETHYLENE SERVICE PIPE be Type WWT Polyethy]er, e service pipe shall be Class conform to Commercio] Standards PE3306 material :,ode to SDR-9 dimensions. 7. POLY WRAPPED PIPE Polyethy]ene encosement is required for and cost iron pipe, valves and fittings. Polyethyler, e encosement latest revision. K and shall meet 799A and ASTM 8. CASING PIPE 160 and shol] for Type 2 582.3 A. o11 ductile iror, shall conform to AWWA C105, Casing shall be os specified on the drawings. Steel casing or concrete pipe casing or corrugated metal casing may be used if oll applicable requirements ore met or exceeded. GROUT Mix design shall be submitted to Engineer for approval prior to installation. Grout shall be used to fill voids between the casing pipe and the surrounding soil on al] bores and wherever else indicated on the plans. CONSTRUCTION METHODS The work to be pemformed under this section shol] include all labor, materials, equipment, transportation, all excavation, installation, and all backfill, testing and facilities necessary for proper installation of all water lines, sewer lines and distribution lines as shown on the plans, and/or os herein specified. The work under this section shall also consist of r~ecessa~y relocations of utilities and restoration of street surfaces, parkways, all utilities, driveways, sidewalks, etc., to conditions existing priam to the start of construction. All ]ir, es shall be constructed from the utility mains, shown on the drawings or designated by the utility company and connecting to utility service lines. The contractor shall be responsible to check all elevations of inverts of existing pipes before construction of lines or mains. Sec. 07500 Utility extension, rerouting and connection costs shall be paid and arranged for by contractor. All costs invo]ved in extending, rerouting and connecting the utilities whether or not port of the work must necessori]y be performed by the various utility company crews shall be paid by this contractor. Any cho~ges for connections to mains, volving, extending to curb, property lithe or bui]ding, furnishing equipment, etc., shall be paid fox as a part of the work of this sectioF,. Regardless of whether the Owner may have to sign with the utility company for any or o]1 of these services, the contractor sha]] include in his bid oll fees, city inspection charges, permit charges, work charges, etc., and sho]l be ready to deposit with the utility con, pony said fees when required at time of OwF~er's SigniF)g for same. E. Existing Site Conditions: Ex~sting Utilities: Locations and sizes of existing utilities as shown on the drawings ore based on the best available ~nformation and may not be entirely correct. Exact location, depth and size must be verified by the contractor ~n'the field. Additional comper, satior) wi]] not be allowed if damage to the utilities results because of minor discrepancies between locations shown on the drawings and actual field locations. Relocation of utilities in place shall be done whether or not such work is specifically shown on the drawings. Any existing utilities that may be shown on the drawings or the location of which is mode known to the controcto~ prior to excavation shall be protected from damage during the excavation and backfilling of trenches and, ~f damaged, shall be repaired by the contractor at his expense. Any existing utility that is not shown on the drawings or the location of which are not kr, own to the contractor in sufficient time to avoid damage, if inadvertently damaged during excavation, shall be immediately repaired by the contractor due to the ex,stet, ce of utilities that a~e not shown on the drawings or the location of which is not known to the contractor at the time of bidding. Any existing utility lines and services shall be maintained at ail times, except for such short periods of time os may be r~ecessory to actually make connections to new work to the existing system. When ~t is necessary to temporarily interrupt service for the above purpose, such shall be done only at such date and time os may be established in advance by the Engineem. Those lines shown on the d=awings to be Sec. 07500 55 abandoned or removed shall not be abandoned or removed until after it ho~ been determined that they ore no ]anger required for service and until such action has been approved by the Owner and the Engineer. F. LINES, GRADES, STAKES AND TEMPLATES The Contractor shol), at his own expense, furnish al] stokes, temp]otes, patterns, p]otforms and ]obor, including o person qualified to lay out o11 of the worki The Engineer will furnish, upon request from the Contractor, limit marks and bench marks reosor,obly necessary for the execution of the work. It shall be the Contractor's responsibility to protect these limit marks and bench marks set by the Engineer. Should the marks become destroyed or damaged, the cost of their replacement will be at the Contractor' s expense. The Engineer may furnish o representative to check alignment and grade, after it has been laid out ready fo~ construction; however, this will in no way lessen the responsibility of the Contractor to see that grade and alignment ore correct at o11 times. The lines and grade of the sewer, os well locotior, of manholes, wyes, and oll appurtenances, will be os shown on the plans directed by the Engineer. os the other The Engineer reserves the right to indicate which sewer lines will receive priority in constructior,. The work w~ll, ir, general, be from the lower end of' the system toward the upper end of the system. The Contractor shall give the Engineer o minimum of forty-eight [48} hours notice for any engineering or inspection necessary to continue or complete the work. No deviation shall be made from the required line or grade without written approval from the Engineer. O. EXCAVATION The Car, tractor shall perform o]] excavation that may be required for the installation of any and all ports of this section. Sec. 07500 56 The excovotior, of the trench shall not advance more than 200 feet ahead of the completed pipe work except where, in the opinion of the Engineer, it ~s necessary to drain wet ground, or for other reasons os approved by the Engineer. Ali excavations shall be made by open cut except os shown on the plans, lhe sides of the trench shall be kept os nearly vertical os possible, especially from the trench f]oor to o level on one Ill foot above the top of the pipe. Trenches bottoms shol! not be ]ess than 12 inches wider nor more than 16 inches wider thor, the outside d]ometer of the pipe laid therein, or~d shall be excavated true to line, so that clear space of not less than 6 inches nor more than 8 ~nches in w~dth is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of p~pe o~ undisturbed so~] at every point along its entire length, except for positions of the pipe sections where it is necessary to excavate for bell ho]es. Bell ho]es shall be excavated only to on extent sufficient to permit accurate work in the making of the ~o~r, ts and to insure that the pipe, for o maximum of its length, will =est upon the prepared bottom of the trench. The bottom of oll trenches shall be rounded so that at least one-fourth [1/4} of the circumferer,ce of the pipe rests firm]y on undisturbed soil. If the Cant=acta= should, by error, excavate below the proper elevation fo~ the bed of the pipe ox should he desire to substitute on approved granular backfill, properly tamped, foe supporting the pipe to the same extent as the shape trench bottom, then the Contractor must bring the trench bottom to the proper grade by refilling, at the Contractor's expense, with on approved granular backfill. This backfill material shall be sand or fine g~ovel that does not contain lo~ge =acks o: other deleterious materials and should be placed so that it is at least 2 inches deep below the bottom and so that the lower one-third I1/~! of the pipe is uniformly supported on undisturbed ~oil. A]I excavation sho]l be placed on one side of the trench, unless pe=mission is given by the Engineer to p]oce Jt on both sides. Excavated mote~iol~ shall be placed so os not to endanger the wa=k, and so that free access may be hod at all times to oll ports of the trench. All shade trees, shrubs, etc., along the lithe of construction shall reasonably protected, and tunneled if r, ecessory ur, less specific directions ore giver, to remove them. Sec. 07500 n. The Contractor shall provide, without odditiono! compensation, suitable temporary chor, nels for the water that may flow along or across the site of' the work. Any wate~ pumped from the trenches, or other excavations, must be disposed of' in o manner satisfactory to the Engineer. BRACING AND SHORING The Contractor shall, when necessary or when directed by the Engineer, furnish, put in place, and moir, to]r, o11 without additional compensation, such sheeting, bracing, etc., os may be required to support the sides of the excavation and to prevent any movemer, t which con in any way damage od)ocent pavement or othe~ structures, damage or delay the work or cor,- struction~ or endanger life and health. Core shall be taken to prevent voids outside the sheetimg~ but, if voids ore fo~med, they shall be immediately f~]]ed and rammed to the satisfaction of the Engineer. For the purpose of preventing in)ury to persor, s, corporotions or property, whether public or psjvote~ (where the liability for damage on account of which is to be assumed entirely and solely by the Controcto~ under this contract) he may also leave place, to be embedded in the bockfil] of the trench any and o11 sheeting, bracing, etc., in addition to that ordered in writing by the Engineer to be left in place, except that no sheeting and b~ocing which is within 4 feet of the surface of the street may be left in place in the trench without written permission of the 5ngineer. All sheeting and bracing which may not be ]eft ir, place under the foregoing sewer or other structures, utilities os p~operty, whethe~ public or private. Ail voids ]eft by the w~thdrawol of sheeting shall be immediately refilled and compacted by ramming or water, or otherwise, os may be directed. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating on obligation on his port to issue such orders; and his failure to exercise his right to do so shall not relieve the'Contractor from liability or d~mages to persons or property, occurring from o~ upon the work of constructing the sewer occasioned by negligence or otherwise, growing out of the failure of the Contractor to leave in place in the trench sufficient sheeting and bracing to prevent any caving or moving of the ground adjacent to the banks of the trench. Sec. 07500 58 I. DEWATERING The Contractor shall at all times during cor, struct]or,, provide or, d moir, toin ample means and devices with which to promptly remove and properly dispose of ol] water ente~r,g the sewer t~enches o~ excavations, and keep said excovotior, s dry until the structures ore poured and the concrete has set. No pipes shall be ]aid, nor pipe )oints mode, ~n water; nor shall water be allowed to rise over mosor, ry or mortar until the concrete or mortar has set at least twer, ty-four l~4] hours. BEDDING MATERIAL Six 16l inches of sand cushion shol] be used to receive the pipe barrel and each pipe section, when ir, place, shall hove o un~form bearing on the sand cushion for the full length of the pipe barrel. P~pe shall not be laid unless the sand cushion is free of water and ~n o conditior, satisfactory to the Engineer. Ad)ustments of the p~pe to line and grade shall be mode by scraping away or fi]]~r,g in with grovel, or approved selected material, and not by wedging or blocking up the be]]. Afte~ pipe is in place, 1~" of sand shall be placed above the pipe prior to backfilling with select material. Bedding material will not be measured or paid for os o separate item. The cost thereof w~ll be included in the unit price bid per length of pipe. In no case will extra compensation be allowed for furnishing any bedding moterio] required to comp]ere the installation of pipe. PROTECTION AND INSTALLATION Core and precautions shol] be token to prevent the introduction of foreign material into the ex~sting system. Wel] fitted stoppers or bulkheads shall be secure]y placed in o11 openings and in the end of the line when construction is stopped temporarily and at the end of each day's work. It shall be the respon- sibility of the Contractor to deliver to the Owne~ o pipeline which is c]eon throughout its entire length. Bell holes of ample size shal] be cut under and orour, d all joints to provide.adequate room for making ~oints and to assure that the barrel of the pipe rests uniformly and in continuous contact with the supporting ground for its entire length. Water will not be permitted in the trenches while the pipe is being ]aid. The Contractor shall not open up more t~enches thor, the available pumping facilities a~e able to dewoter to the satisfaction of the Engineer. Sec. 07500 59 A tolerance of six i61 inches from the established grade may be permitted, if approved by the Engineer, in order to prevent excessive breaks in alignment at the )oints to such an extent that the ~oints car, not be properly made. Should conf]ict in grade occur with other utilities, the water line grade shall be changed to ovoid the cor,flict. The interio~ of the pipe shall be clean and )oint sur- faces shall be clear, and dry when the pipe is lowered into the trench. Each pipe, fitting, and valve shall be lowered into the trench carefully and laid true to line and grade. All )oints shall be made ir, strict ac. cordor,ce with the manufacturer's specifications. L. THRUST BLOCKS 1. 2500 psi concrete shall be placed for blocking at each change in direction of ol1 pressure pipelines in such manner os will substantially brace the pipe against undisturbed trench walls. Concrete blocking, mode from Type 1 cement, shall hove been in plate four days prior to testing the pipeline as herein- after specified. Test may be mode in two days after completion of blocking if Type III cement is used. 2. At all points where wet connections are made to existing lines, the tapping connection fittings shall be supported by blocking up to the spring line with 2500 psi concrete. 3. Ail valves shall be supported by a 3000 psi concrete pod, 6 inches thick and of sufficient size to rest against undisturbed earth. %. Concrete blocking will not be measured or paid for os o separate item, but the cost thereof shall be included in the various items listed in the Proposal and Bid Schedule. Trenches underneath slabs and footing of structures shall be bockfilled with Class "C" concrete, unless otherwise shown on the plans. Sec. 07500 60 CONNECTIONS AND APPURTENANCES The Contracto~ sha]] make the alterations and the necessary connections to existing city water moires as shown on the plans. Such connections shall be mode at SUCh times and in a manner that will be agreeable to the city wate~ department; in each case, when the work is started, it shall be prosecuted expeditiously and contir, uousl¥ until completed. Where it is necessary or indicated in the plans, connections to existing mains under pressure shall be mode by topping connection fittings. Where it is possible to valve off the section of existing main where the connection ~s to be mode, the Controcto~ may hove the option of either connecting by means of topping connection fittings o: by cutting the muir, and using standard f~ttings. Tapping sleeves, crosses and valves sho]l be of stan- dard manufacture and mechanical )oint type to fit AWWA p~pe specifications in C]osses A, B, C and D. lopping sleeves and crosses shall be designed fom minimum working pressure of 200 pounds per square inch. Connecting flanges on topping sleeves, crosses and valves shall be ASA Class 125. Topping valves shall be designed for m~nimum working pressure of 200 pounds pem square inch. N. CLEAN UP Ir, areas where the water mains have been backfil]ed, the Contractor shall clear the right-of-way and surrounding ground, and shall dispose of all waste materials and debris resulting fmom h]s operations. He shall fill and smooth over holes and ruts and shall repair all m]sce]]o- r,eous arid unclassified ground damage done by him, and and shall restore the ground to such stable and usable conditions os may reasonably be required, consistent with the condition of the ground prior to the laying of the pipeline. O. RELOCATE EXISTING WATER SERVICE All existing watem services conflicting with pavement preparation, utility construction, or other items ~equ~ed in the ~c0pe of th~s pr0)ect, shall be re]0coted so as to alleviate the conflict. When relocating on existing water service, r,o splices will be permitted under areas to be paved. Sec. O?SO0 61 582. ~ A. TESTING After the pipe ~s laid and the line is flushed of dirt and foreign material, the p~pe shall be filled w~th water, care being exercised to expel all air from the p~pe. During the test period, pipe, valves, meter, fittings, and }oints shall be carefully examined for defects. Any observed leaks or defective pipe shall be satisfactorily repaired or rep]aced at the expense of the Contractor and the test repeated until the section under test is within the l~mits prescribed. The er, t~re distribution system or parts thereof shall be tested ur, der hydrostatic pressure of 150 pounds per square inch, for a period of two hours ~f )o~nts are exposed, or for a twenty-four (241 hour period if ~oints ore covered, or os d~rected by the EngJr,eer. Care shall be taken to ~nsure that water ma~r,s existJr, g prior to th~s contract ore not pressure tested. Ar,y aid mains damaged by pressure testing shall be ~epaired at the expense of the Contractor. Leakage shall be measured by an approved calibrated meter through which all of the water required to maintain test pressure is pumped. All testing shall Er, gir,eer. be performed in the presence of the The Contractor shall furnish the pump, p~pe, connect]ons, closure fittings, gauges, meters, water and o]] oth, wz necessary apparatus and shall furnish all lobar and do all work required to make the tests. A]I costs of test~r~g shall be borne by the Contractor. Testing operations shall remoir, in operation until approved by the Engineer. Allowable leakage shall not exceed 11.65 gallons of water per day per mile of pipe per inch of nominal diameter, for pipe in 18 foot lengths evaluated at o pressure of 150 ps~ or AWWA 0600, Section 13, whichever ~s greater. Joints for fire hydrants and valves shall be considered. All known leaks shol] be requirements. stopped regardless of the test 582.5 DISINFECTION After completion of the distribution system instollotJor, and testing, the water lines shall be thoroughly flushed out to remove dirt and foreign matter, tested, and then be sterilized in accordance w~th the requirements of the Texas Depo~tment of Health. Sec. 07500 62 582. When the piping Js sterilized, at least two (2) samples of water shall be extracted from the system for e×omino- tion by the Texas Department of Health to determine whether the system is free of organisms of the Coi]- Aerogenes group. If the samples submitted do not show r~egotive for such orgonisnlS, the p~pir, g shall be disin- fected and redJsinfected by the Contractor in accordance with the requirements of the Texas Deportment of Health until the systenl iS free of' contamination. All materials or, d labor required for complete sterilization of the p~pir~g shall be furnished by the Contractor at no t~ono] expense to the Owner. MEASUREMENT WATER PIPE/SEWER PIPE The lengths of pipe of types and sizes specified, installed and accepted, will be determined by measure- merits along the center]ire of the pipe. No deductJor, s wi]] be made for space occupied by valves or fittings. B. VALVES AND FIRE HYDRANT ASSEMBLIES Gate valves, butterf]y valves, air release valves, blow-off valves and fire hydrant assemblies will be measured os un,ts per each. Valve boxes and grovel bedding for valves will not be measured for payment; the cost of these items shall be included in the Contract Unit Price for Valves. Fire Hydrant assemblies shall include fire hydrant, valve, rods, spool connections, mechanical )Dirt anchor fittings, gravel and concrete~ none of the above named items wi]] be measured for sepoz:ote payment. C. CASING PIPE Casing of the type and size specified will be measured by the linear foot, complete and in place. D. CONNECTIONS Connections to existing water mains will be measured os un~ts per each under connections when specified on the plans to be o separate pay item. Reducers, tees, valves, incidentals, and piping shall be included in the Contract Unit Price for Connections, or, d shall not be measured separately. No separate measurement will be made of any subsidiary items, such as thrust b]ock, copper coated wire, bedding, fittings, accessories, excavation, trer,chlng, backfilling, or any other items required for the completed installation of the water lines. Sec. 07500 63 E o CONCRETE ENCASEMENT Concrete encosemer, t will not be measured as a separate pay item but shall be considered subsidiary to othe~ items as shown on the plans. 582.7 A. PAYMENT WATER PIPE Payment wi]l be mode for Water Distribution System Piping at the Contract Ur, it Price per linear foot, which price shall constitute full compensation foe furnishing o]] pipe, pipe )air, ts, fittings, specials and 011 othe~ materials not particularly specified for separate payment; for furnishing o1! lobar, tools, equipment and incidentals and pe=formir, go]l work including excovotior,, ir, sto]lotion of pipe, backfill, testing, sterilization, cleanup and any othe= operations essential to completing the water system os specified within and os shown on the CaF)tract ~rowings. B. VALVES AND FIRE HYDRANTS Payment fo= gate valves, butterfly va]yes, air release valves, blow-off valves and fire hydrants will be mode at the Contract Unit Price per each, which price shall constitute full compensation for furnishing all valves, valve boxes, valve box concrete, valve wrenches, fiz:e hydrant assemblies, grove] and miscellaneous mote~iols~ for furnishJr, g all labor, tools, equipment, or'.d incidentals and the performing of oll operations essential to completing the installations ~n accordance with these Specifications and the Contract Drawings. CASING PIPE C~sing will not be paid for separately but shall be included in the unit price bid pe~ the item "Boring." D. CONNECTIONS When specified on the plans, payment for connections to ex~sting water lines w~l] be mode at the Contract Unit Price per eoch~ which price sho]] constitute fu]l compensation fo= furnishing all tees, =educers, valves, p~ping, incidentals, se=vice clamps, connections, g=ove], concrete, and miscellaneous materials and fo~ furnishing all ]oboE, tools, equipment, and incidentals performing all operations essential to completing the installations in accordance with these Specifications the Contract Drawings. Sec. 07500 <54 NO SEPARATE PAYMENT wil] be mode for any subsidiary items such os thrust blocks, p]ostic coated wire, bedding, fittings, or any accessories, extra excavation, trenching, backfill and disposal of surplus excovatior, and other ~nc~der, to]s ir, the related pay items or called for in the Contract. F. CONCRETE ENCASEMENT Concrete encasing will not be paid for os o sepozote pay ~tem but shall be cons~Zdered incidental to other items showr, on the p]or, s. BORINGS Borings will be measured and paid for at the Cor, t~oct Unit Price per l~neor foot of encosen,ent p~pe ir, stalled, complete and in place, including furnishing and placing oll materials ~ncludir, g encosement pipe, grout backfill, sheeting, shor~ng, bracing, d:o~noge, excavation and bockfi]l, lobar, tools, equipment, and any incidento]s necessary to complete the work according to the drawings and these specifications. ~ECIAL PROVISION TO ITEM 618 -- CONDUIT AND PULL BOXES THIS SECTION IS HEREBY VOIDED AND REPLACED BY 1HE FOLLOWING: Artic]e 618.1 DESCRIPTION. All cor~duit and fittings shall be of the sizes and types shwon or, the plans. Each sectior, of' conduit shall bear evidence of approval by UnderwrJter~s Laboratories. Polyvinylch]oride conduit sba1] be Schedule 40. 618.1.2 The Contractor may, at his own expense, use conduit of larger s~ze than specified on the plans providing that the larger size is used for the entire length of the conduit run. 618.1.3 Conduit termir, atJn9 ~r, posts or pedestal bases shall extend vertically, approximately 2 ~nches above the concrete foundation. Field bends ~n r~g~d metal conduit sho]] hove o m~nimum ~od~us of 12 diameters of the nominal s~ze of the condu~t. 6]8.].4 Each length of galvanized rigid metal conduit, where used, sho]] be reamed and threaded on each end and coup]ings sho]] be mode up t~ght. White-lead point or equal shall be used on threads of o1] ~oir, ts. PVC Conduit shall be ~olned by so]verst--weld method in accordance w~th the conduit manufacturers recommendation. No reducer couplings shall be used un]ess specifically indicated on the plans. Sec:. 07500 65 610.].5 Al1 conduit and fittings shall have the burrs and rough ploce~ smoothed and shall be clear, and f~ee of obstzuctions befoze the cable is ir, stalled. Ends of conduits shall be capped or plugged ur, t]] starting of wiring. Llpor, request by the Er, g]r, ee~, the Contractor shall draw o full-size metal brush, attached by swivel )o]r,t to o pull tope through metal conduit and o spherical template having o diomete~ not ]ess thor, 7~ percent of the ir, side diameter through PVC conduits to insure that the conduit is clear, and f~ee from obstructions. A ny]on or non-meto! pull tope sho]l be used in pu]lir, g cob]es and conductors through PVC Cor, du]t. ~eto] topes wi]] not be permitted in PVC Conduit. The conduits shall be placed os shown on the p]or, s or os di:ected by the Engineer. Un]ess otherwise shown on the plans or os directed by the Engineer, conduit placed in on open trench shall be placed at ]east ]8 inches deep. ~]B.J.~ DVC Conduit which is to be placed under existing pavement, sidewo)ks and driveways shol) be p)oced by first p~ovidir,g o void through which the PVC Conduit shol) be inserted. The void may be accomplished by either boring o: locking o mandrel. Netol conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by }ocking or boring. If it is determined by the Engineer that it is impractical to p]ace the conduit as out]ined above due to unforeseen obstructions, written permission will be g~anted by the Engineer for the Contractor to cut the existing pavement. Pits fox )acking or boring shall not be closer than 2 feet to the bock of the curb o~ the outside edge of the shoulder unless otherwise directed by the Engineer. The )ocking and boring method used shall not interfere with the operation of street, highway, or other facility and shall not weaken or damage any embankment, strut%ute, or pavement. Heavy )acks ore to be used for lacking. Boring is to be done by mefhanicol means providing o maximum one-ir, ch overcut for the conduit to be placed, and use of water o: othez: fluids in connection w~th the boring operotior, wi]l be permitted only to the extent to lubricate cuttings. Water ~etting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the }acking method is to be used un]ess written approval is given by the Engineer for placement of the condL, it by boring. Article 618.2 PULL (JUNCTION) BOXES 618.2.1 GENERAL. lhe purpose of this specification is to describe a ~einforced concrete mortar, pull [)unct]on) box with cove[ and extension I]f requized) for use in underground traffic signal systems. The box shall be used for terminating and beginnir, g conduit runs ()unctions) of various sJzes and also for accessibility when pu]]ir, g signal cable. Sec. 07500 ~18.2.2 DESCRIPTION. The assembly shall consist of box, cover and extensior, (if required} and all components shall be of reinforced plastic mo=tar. The cove= shall be fabricated so os to fit properly in o recessed lip for full and stable contact on the box, be secured thereon with ut least, two stain]ess steel bolts. The legend "T=offic Control" shall be integrally cast into the top sumfoce of the cove=, and the covet shall be provided with o sturdy, stain]ess steel drop handle to foci]itote removal. lb) The box and extension (if required! shol] be rectangular shope~ with inside minimum dimensions of 24-inch length, 14-inch width and 12-inch depth. The bottom portion of each wi]] be open, with o sturdy f]onge around the perimeter so that the box seats firmly on the top of the extension. minimum of two knockouts, 3" x 4"~ one on each end, sho]l be provided ~n each box and extension section. All components except for handle and fastening bolts shall be grey in co]or. 6~8.2.3 MATERIAL AND STRENGTH REQUIREMENTS. The pull box, cover and extension shall be of reinforced plastic mo=tom, and be designed and tested to temperatures of -50 degrees Fahrenheit, meeting ASTM D-635 flammability test. The box and cover shal] be capable of withstanding o minimum 5,000 pound s~ngle axle ]ood over any 10" x 10" oreo of exposure. Article 618.3 MEASUREMENT AND PAYMENT. Work performed and material furnished os prescribed by thls item will be measured and paid for by linear foot along the main line of the conduit installed between pull boxes. Pul1 boxes will be measured os each ir, stalled complete-in-place. The price shall be fo~ fu]l compensation for material, equipment and labor, and oil incidentals required to complete the work. SPECIAL PROVISION TO ITEM 662 - CONSTRU~I!g~_~V~M~I_M~RKINGS Article ~62.2 MATERIALS. Delete the third po:ogroph entirely. Add the follow~r,g to the second p~=og=oph. All markings shall be white or yellow, unless directed otherwise by the Engineer. AIl temporary detours sho]] be n,o~ked with o yellow centerline stripe in accordance with the Texas ~onuo] on Uniform Traffic Control Devices. Ali other requirement. Sec. 07500 67 Article 062.4 MEASUREMENT and Article 662.5 er,tire]y or,d replace with the followir, 9: PAYMENT. Delete Construction Pavement Mo~-kings separately for payment but sba1] be the items to which the work applies. sho] 1 not be meosu=ed conside=ed subsidio~-y to DBg~g_PBgy)D)D~_TO I!g~_~_zz_!UgB~@PLASTIC MARKINGS A~ticle d66.~ GENERAL. Add the following: All mo~kir~gs shol] comply with these specifications herein and wit~, the lexos Manual on Uniform T:offlc Control Devlces for streets or, d highways. Article 666.~ MEASUREMENT and Article 666.10 enti~e]y and replace with the follow]ng: PAYMENT. Delete Ma~kings wi]l be measured by the lineo: feet of material, complete-in-place on the pavement at the widths specified. The work performed and the materials furnished shall be paid for at the unit price bid fo~ "Thermop]ostic Pavement Mo~kings," per ]]neo~ foot of the various widths and shapes specified in the plans or spec~ficotior, s. This p~ice shall be full compensation for cleaning the pavement, furnishing and p]ocing the moteria] s, and fox 011 labor, tools., equipmer, t and incider, to)s necessary to complete the work ir, o¢cordor, ce with the opp]icoble specifications he~eir, inc]uded. SPECIAL PROVISION TO ITEM 6?2 - JIGGLE BAR TILE A~ticle 672.2 MATERIALS. Revise paragraph by the following: The ceramic body. the first )iggIe bar sentence in second tile shall be of o Azticle 672.3 TYPE. Add the following: Type I-C is specified. Sec. 07500 68 SPECIAL PROVISION TO ITEMS <5?4AND <5?<5RAISED PAVEMENT MARKER ................................. ......................... Fox th~s p~o)ec t , Items ~eploced with the followlng: ond 676 o~e hereby deleted ond 1.]. The purpose of' these specificotions is to describe minimum ~equi~emer~ts fo~ the instol]otJo~ of ~aised ceramic ]one markets or, streets fo~ the purpose of desJgnoting t~avel 1ones. 1.2 The Cont~octo~ shall be ~esponsib]e fo~ layout of the m~kir,g5, povemer~t p~epa~ot]on ond instolIotion of the mockings to ]r,clude hondlir~g of t~off]c, as described mo~e fu]ly herein. The CorJt~octo~ sho]l furnish oll lobo~, mote~ials ond equipmer, t fo: such ~r, sto]]ot~or,. 2.1 The Cont~acto: sholl install the ~equi:ed types of ma~ke~s os described herein ond shown on the ottoched typ~co] loyout sketch. 2.1.1 ~j~Dgd White Lone ~g~ designating separation of 1ones of the same direction of t:offic sholl be on a toro1 cycle ler~gth of 40 feet with a 15 foot mocking ond 25 foot spoce. The 15 foot mocking shall consist of 4 mozke~s ploced 5 feet opo~t. The ]eod mo~ke~ of the potte~n sholl be o mono-~ef]ective type os described he~eir, with the ~eflective portion facing oncoming t~offic. The ~emoir, ing 3 mo=ke~s sho]l be non-~eflective os described he~e~r~. ]nte~upti¢,n of the mocking potte=n shoII occu~ at c~oss-st~eet ir~te~sect~ons os show~ in the ottoched typico]. 2.1.2 ~b~39__~_~D--~gD~ Line designoting sepo~ot~on of left-turn ]one f~om through lones. The mocking sholl be continuous with single ~eflective ceramic mo:ke: on lO-foot spocing. The continuous line sho]l be twenty feet sho:te~ thon the left-turn lane length. 2.1.3 ~oubl~_~9~g~_~nte~line des~gnotes the sepo:otion of 1ones with t~offic in opposing directions on on undivided multiple-lone street. The mo:king sho11 be continuous except fo~ ir, te~upt~on ot c~oss-st~eets. The mocking sholl consist of' two cor, tinuous po~ollel l~nes with 4-inch I .33 feet} lote~ol sepo~ot~on, l'he bi-di~ectionol ~eflective yellow mo~ke~s fo~ eoch 11r,e sha]l be p]oced 5 feet opo~t. 2.1.4 ~]~ed Ye]low Cent~D~ designotes the sepo:otior, of 1ones wit~, t~off~c in opposing directions on o 2-lone undivided st:eet. The mocking sho11 be on o toto] cycle length of 40 feet with o 15 foot mo~kir, g and 25 foot spoce. The 15 foot mo~k~r,g shol] consist of 4 ma~ke~s ploced 5 feet opo~t. The mocking sho]] be bi-di~ectior, al ~ef]ective yellow mo~ke~s. Sec. 0?500 3.1 The pc~vement shall be prepared ir, such a manner as to insure the best poss~ble bond~ng of the marker to the povemer~t. 4.0 MATERIALS 4.1.0 Markers -- All marl<ers shall be a glazed ceramic type and must be approved by the F--r~g]neer. All markers as described here]r, st,~l :I be similar ~r~ design ar, d func t. Jor, to Permork Brand mar,uracil,red by the An,ez:J(.or~ Cloy Furmir,9 Plant of the Ferz. o Corp. approximately q" ir, diamete~ by .75" high with a domed surface glazed white. The bottom surface shall not be glazed and may have o designed irregular finish to aid bonding to the pavement. [Amexican Cloy Designation P-7, or equal) 4.1.2! Mono-Directional Reflective White Mor~9~ shall be e~ther circular or oval approximately 4" in diameter by .75" htgh with o glozed white surface f~nish. A single white "high intensity" reflective rod shal] be permanently imbedded in the surface facing esser, tiol]y horizontal. (American Clay Designation P-~5 ox F'-lSA, or equal) 4.1.3 ~£,gzQ~jgDgl_B~$]~£~jye Wh~9_9~_~91low_~9~ier__Morker shall be circular, approximately 8" in diameter by ~.8~" h~gh w~th a glazed white or yellow surface f~nish. A single white "high inte~,sity" reflective rod shall be permanently imbedded ~n the surface facing essentio]]y horizontal. (American Clay Designation P-18-1 or equal) q.1.4 ~rQirect~onol ~f]9~ Yellow Marker shall be of ¢~rcular or ova] design approximately q" ir, diameter by .75" high w~tf, a glazed yellow surface finish. Two yellow "high intensity" reflective rods shall be placed in opposing directions, permamer~t]y imbedded in the surface facing essentially horizontal. lAmer]cron Cloy Designation P-117 or equal) 4.1.5 ~gDz~f]~]y~__~b]~9__]~gffic Buttons shall be circular, approximately 8" in d]smeter by ~.86" high with a domed surface glazed white os specified per the plans. The bottom surface shall r)ot be glozed and may have o designed i~regu]or bond~r,g to the pavement. (American Cloy Designation P-18-W or equol.) 4.~.J ~Rg~y___Adhesive - Ceramic traffic markers shall be permanently affixed to the pavement surface by ,,eons of epoxy resin adhesive. The epoxy shall be o two component compound of resin and hardener to be mixed immediately prior to installation. The o]lowab]e type of epoxy odhesJve aha1] conform to that specified by the ~tate Depo~tment of Highways and Public ]'ror~sportation fox hand mix or machine m~x epoxy adhesive. (Type Il o~ Ill or ]I-.M or ]l]-M respective]y} Sec.. 07500 70 5.1 ir, most cases, the roadway to be marked will be oper, to traffic and the Contractor shall provide all necessary warning or, d borzicodir,g to insure safety of the workmen and traffic and proper set of the markers to the pavement. 5.2 A minimum of one lane in each direction shall :emoin open to through traffic. The Contractor shall conduct the installation m]n]rn~ze the duration of restricted traffic movements. so os to 5.4 The Cor, t~octor should plan or, wo~king on during the off'peak hours of O:DO AM to 4:00 DM. the street only 5.5 The Contractor shall insure proper mointenor, ce of all warning or',d traffic chonne]~zir, g devices throughout the )ob. 5.6 Construction signing and chonnelizing devices and operations shall conform to the Texas Manual on Uniform Trof'fic Cor, t~o] Devices I lc)731. ~D__MEASUB~!_~D_PAYMENT Measurement of quantities shall be made on total number installed for each type of traffic button. The pay quantity measurement shol! be mode on o per ur,~t bo~]s) the units being "markers in place." Sec. 07500 71 DIVISION ! DIVISION 1 :_~ENERAL REQUIREME~ Mention herein or indicotion on the D~owings of items, moteriolSl, ope~otions o: methods, ~equires thot the Cont:octo~ p~ovide install 'eoch item mentioned o~ indicated of quolity oz sub)ect to quolificotion noted~ perform oecD:ding to conditions stored eoch ope=otion p~escribed~ and p=ovide oll necessory lobo~, equipment.. supplies ond incidentols. Requirements of the Generol Conditions, Supplementory Conditions, ond Addendo, if issued, sholl opply under this Division of Wo:k os if hereir, wzitten. Sepozotior~ of these specificotion~ into Divisions ond Sections is convenience only ond is not intended to estoblish limits of wozk. 01010 - SUMMARY OF WORK 0~050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYMENT 01310 - CONSTRUCTION SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUMENTS 01750 - WARRANTIES DIVISION I Gene:ol Requi:ements 1 ~9~N 0~010 - SUMMARY OF WOaK 1.1 DESCRIPTION AND LOCAT1ON OF WORK Wo:k covezed by the Contract Documents includes the fu:nishing of all labo~, materials, tools, equipment, taxes, services.. t~onspo~totion and othe~ items necessary to perform and complete o11 of the wozk fo~ the constzuction os indicated on the drowir, gs and os herein w~itten. 1.2 WORK SPECIFIED ELSEWHERE: A. General conditions of agreement, special conditions, specifications and special p~ovisions. stor,dord 1.3 START OF WORK Aa Wo=k shall be sro=ted immediately upon issuance of o notice to p~oceed o=de~. P~io= to this, all contracts and beginning documents will hove been executed and insurance in fo~ce. COMPLETENESS OF WORK: The d~owings and specifications desc=ibe the vo=ious items of wo~k, cho~octe~ of materials and quality of workmanship finish. Any appurtenances, pa~ts, finish of wozk essential to the enti=e completion of the wo~k, though not specifically shown az specified, shall be p~ovided by the Cont~octo~ and included in the Contract Sum. i.5 Bo before the Ag=een, ent. EXISIING UTILITIES, STRUCTURES, AND OTHER PROPERTY: Time of Completion: The completion of this wo=k is to be on c,= time indicated in the Owne~ and C:c, ntracto= P~io~ to any excavation, it shall be the Cont:octo:'s ~esponsibtltty to dete=mine the locations of oll existing wote=, gos, sewe~, elect=ic, telephone, telegraph, television and othe~ unde=g~ound utilities and st=uctu=es. Obtain location d:owings and othe~ assistance f=om the various local Utility Departments and 0the~ applicable agencies, and make othe~ ~nvestigotions as =equi=ed to accomplish this. Afte= commencing wa=k, use eve=y p=ecaution inte=fe=ence with existing unde=g=ound and surface and st=uctu~es, and p=otect them f=om damage. to ovoid utilities Whe=e the locations of existing unde:g:ound and su:foce utilities and st=uctuzes o~e indicated on the d=awings, these locations a=e gene=ally approximate, and all items which may be encountered du=ing the wo=k o~e not necessarily indicated. shall .be the Cant=actor's ~esponsibility to determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 01010 1.6 1.7 1.8 CONTRACTOR'S DUT1ES: A. Except as specifically noted, p~ovide and pay fo=: Labo:, mate:ials, equipment. Too]s, construction equipment, and machine:y. Ware=, heat, and utilities =equi:ed fo: const=uction. Othe: facilities and se:vices necessa:y fo: p:ope: execution and completion of wozk. Be Pay legally :equi:ed sales, and othe= taxes. consume=, use, pay:all, p=ivilege Co Secu:e and pay fo=, completion of wa:k, bids: as necessa=y fo: p=ope= execution and and as applicable at time of =eceipt of Pa:mits Fees Licenses D. Give :equi=ed notices. Comp]y with codes, o=dinances, =ules, othe: ]egal :equi=ements of public pe:fo:mance of wo=k. :egulations, o:de=s and which bea= on F. P=omptly submit w=itten notice to Enginee= of obse:ved va:iance of cant:act documents f:om legal :equi:ements. It is not the cont:acto:'s :esponsibility to make ce:rain that d=awings and specifications comply with codes and :egulations. App:op:iate modifications to cant:oct documents will adjust necessa=y changes. Assume :esponsib~lity fo: wo:k known to be cont:a:V to such :equi:ements without notice. G. Enfo:ce st=ict discipline and good o:de= among employees. D° not employ on wa:k, unfit pa:sons o: pa:sons not skilled in assigned task. SUB-CONTRACTOR'S LIST: The p:fme gene:a] cont~octo: wil] submit a ]ist of oll sub-contractors to be used on the P~o}ect within seven ~71 days ofte= Enginee='s w=itten notice of cant:oct awa:d. Any subcont~octo= ]tsted must be acceptable to the Owne=. COORDINATION: Aa The p:ime gene:al cant=acta: is :esponsib]e fo: the coo:dinotion of the total p:o~ect. All othe: p=ime cont:octo=s and oll sub-cont~octo=s will coope=ate with the p:ime gene:al cant:acta: so as to facilitate the gene:al p:og:ess of the wo:k. Each t:ode shal] affo:d 011 othe: t=odes eve:y :easonable oppo:tunity fo: the installation of thei= wo:k. 01010 2 1.9 CONTRACTS: A. Const=uct wo=k unde= a single p=ime gene=al cant=act. WORK SEQUENCE: A. Construct wo=k so as to p=ovide the ]east inte==uption of se=vice to t~affic and businesses situated along the const=uction o=ea. At ali times th=oughout const=uction, existing ware=, sewe= and gas facilities shall =emoin in use. No discontinuation of se=vice fo= any extended pa=lad of time will be allowed. 1.11 CONTRACTOR'S USE OF PREMISES: A. Cant=acta= shall limit his use of the p=emises fo= wo=k and fo= sro=age to the =ights-of-woy limits o= othe= a=eas allowed by p=ope~ty owne=s. B. Confine ope=arians at site to a=eas pe=mitted by: 1. Low 2. O=dinances 3. Pe=mit Cant=oct Documents S. Owne= C. Do not un=easonably encumbe= site with mote=iols o= equipment. Coo=dinote use of p=emises with Owne=/Enginee= and p=ope:ty owne=s. D. Assume fuji =esponsibiiity fo= p=otection and safekeeping of Eo p=oducts sro=ed on p=emises. Move any sro=ed p=oducts Owne= o= othe= cont=octo=s. Obtain and pay fo=, use of needed foe ope=orions. which inte=fe=e with ope=ations of additional sto=oge of wo=k o=eos 1.12 MATERIAL AND WORKMANSHIP: A. All mote=to! unde= this cant=oct shall be new and as specified, suitable fo= the pu=pose and sub)act to opp=ovol by the Enginee=. The wo=kmonship shall be fi=st-class and sub)ect to the opp=oval of the Enginee= as equal to best stondo:d p=octice. B. Cant=acta= shall fu=nish labo= which in no way will conflict with other labo= wa=king on the site. The Cant=acta= shall at ali times enfo=ce st=ict discipline and good o=de= among his men and shall not employ any unfit pe=sons o= anyone not skilled in the wo=k assigned to him. The wo=k shall be 010i0 3 1.13 protected from action of the weather and damage from workmen. Surfaces shall be clean and free from defects. The Cant:actor shall remove at his own expense any work mote:ia1 condemned by the Engineer as defective and not in acco:dance with the additional compensation. Failure to do so shall be deemed os violation of contract and shall be sub)ect to the procedure established fo: such case. Any omission or failure on the part of the Engineer to disapprove or :elect any work or moter~o] shall not be construed to be an acceptance of any such defective work or material. INSPECTION OF WORK: All the work of the cant:act shall be sub)ect to the inspection of the Engineer and his authorized representatives, and the Contractor shall afford every facility fo: the inspection of materials and workmanship. Such access shall include such portions of the place of manufacture or fabrication as may be necessary to complete inspection. The Cant:actor shall notify the Engineer in writing, in ample time, to permit inspection at the place of manufacture should the Engineer so desire. Materials sho]l be delivered on the )ob p:oper]y marked for identification and whether previously inspected or not shall be sub)ect to reinspection and final acceptance o: re)ection at the site of the work. If the specifications, Engineer's Instructions, lows, ordinances, or any public authority require any work to be specially tested or approved, the Cant:actor shall give the Engineer timely notice of its readiness for inspection, and if inspection is by another authority than the Engineer, of the date fixed fo: such inspection. Re-examination of the questioned work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in acco:dance with the Contract Documents, the Owner shall pay the cost of the :e-examination and replacement. If such work is found not in accordance with the Cant:oct Documents, the Cant:actor shall pay such cost unless he shall show the defect in the work was caused by onothe: Contractor and, in that event, the party =esponsible shall pay such costs. SUSPENSION OF WORK - DELAY: On order of the Engineer, the work may be suspended for any substontio] cause, such os, but not limited to, unfavorable weather conditions, failure, refusal or neglect on the port of the contractor and his emp]oyees to comply with the terms and conditions of the Contract documents. The use of, or attempted use of materials or methods not in acco:dance therewith, interference of the work with other work of a pub]tc or private nature necessary to be done prior to the work herein contemplated or for any cause of like nature, and the work so suspended shall not be resumed except with the consent of the Engineer. 01010 B. Du=ing the time of such suspension of the wa=k, if it is to be o conside=ob]e time, the Cant=acta= shall hove all mote=ia1 neatly piled o= =emoved from the line of wa=k, and oll equipment shall be located so os to least inte=fe=e with public convenience and traffic. Should the Cant=acta= =efuse os neglect to take p=oper ca=e of such materials and equipment, the Enginee= shall cause the same to be prope=ly co=ed for and an amount equal to the cost of so doing shall be deducted from any monies which may be o= may become due to the Cant=acta=. C. The Cant=acta= may file p=ope= claims fo= loss o= damage on account of delays incur=ed by the Owner. If any delay is caused by any oct of the Owne=, o= =esults f=om causes hereinbefore mentioned, the Cant=acta= will be g=onted on extension of time fo= the completion of the work, sufficient to offset such delay if o claim is made by the Cant=actor in w=iting to the Enginee= within seven days from the dote upon which such delay is sro=ted. No extension of time shall be g=anted fo= time lost during suspension of the work due to the Cont=octo='s foiIu=e to comply with the conditions o= te=ms of the cant=act. CHANGES IN THE WORK: No ext=a work or change shall be made without o w=itten o:de= f:om the Owne=, in which event the Cant=actor shall p=oceed with such ext=o wo=k o= change, and no claim fo= on addition to the Cant=act Sum sha]l be valid unless so o=de:ed. Howeve=, the Enginee= shall hove the autho=ity, by inst=uctions, to make mina= changes in the wa=k, not involving ext=a cost and not inconsistent with the pu=poses of the pro)eot. If the Cant=acta= claims that any such inst=wctions to make mina= change do involve ext=o cost under the cant=oct, he shall notify the Enginee= in w=iting, within a =easonoble time alta= =eceiving the said instruction and, in any event, befo=e p=oceeding with the wo=k as changed the=eby o= be bar=ed f=om making any claim against the Owner for such extra costs. Compensation fo= the wo=k cove=ed by the opp=oved change o=der shall be dete=mined by on og=eed lump sum. 3.1~ LAIENT CONDIIIONS: If, in the pe=fo=monce of the Cant=oct, latent conditions at the site o=e found to be materially diffe=ent f=om those indicated by the specifications o= unknown conditions not usually inhe=ent in work of the cho=octe= specified, the attention of the Owne= and Enginee= shall be called immediately to such conditions befo=e they a=e distu=bed. Upon such notice, o= upon his own obse=vations of such conditions, the Enginee= and Owne= shall p=omptly make such changes in the Specifications as he finds necessa=y to confo=m to the diffe=ent conditions, and any ]nc=ease o= dec=ease in the cost of the wo=k =esulting f=om such changes shall be ad)usted os p=ovided unde= A=ticle 6, Gene=al Conditions, EXTRA WORK AND CLAIMS, os amended in the Special Conditions. 01010 5 SECT]ON 03050 - FIELD ENGINEERING 1.3 GENERAL: Cont:ecto: shell p:ovide end pay fo: field enginee:ing se:vices :equi:ed fo: the p:o~ect end include in his bid the necesse:y allowance to cove: same, including: Su=vey wo~k :equi:ed in execution of the p:o~ect. Civil, st:uctu:e], o~ othe: p:ofessionol engineering services specified, o= =equi:ed to execute Cont=octo:'s const:uction methods. The Enginee: will identify existing cant=al points indicated on the d:ew~ngs, as ~equi=ed. 1.8 QUALIFICATIONS OF SURVEYOR OR ENGINEER: 1.3 Qualified enginee: o: :egiste:ed land Cant:acta: end Enginee:. su:veyo: acceptable to BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: Aa The Cant:acta: will ca:efully maintain ell bench ma:ks, monuments, end othe: :efe:ence points. If dest:oyed distu:bed, the :efe:ence points wiii be :eplaced, by the Cant:acta:, to thei: o:iginal positions. In any case in which a :efe:ence point is disturbed, the Cant:acta: shall notify the Enginee:. 3.~ PROJECT SURVEY REQUIREMENTS: A o The Cant:acta: shall accu:ate]y stake out all components of the p:o)ect end will be held enti:ely :esponsible fo: any e::o:s in these lines and levels. The Cant:acta: shell ve:ify oll g:ades, shall :epo:t any inconsistencies to. commencing wo:k. lines and levels and the Enginee: befo=e 1.S RECORDS: Cant:acta: shall maintain e complete accu:ate log of oil and su:vey wo:k as it p:og:esses, copies which shell be available to the Enginee: if :equested. SUBMITTALS: Aa If :equested by Enginee:, Cant:acta: shall submit: Name and add:ess of su:veyo= and/o: p:ofessiona] enginee:. 2. Documentation to ve:ify accu:acy of field engtnee:ing wo:k. 3. Ce:tificete signed by :egiste:ed enginee: o: su:veyo: ce:tifyJng that elevations and locations of tmp:ovement e:e in conformance, o: non-confo:mance with Cant:act Documents. 01050 1 PAYMENT 1.1 GENERAL: A. Cant=acta= to submit Applications fo= Payment to Enginee= in acco=dance with the schedule established by Special Conditions, pa=ag=apb 1.~, F, Pa=rial Payments. 1.2 1.3 FORMAT AND DATA REQUIRED; A. Submit itemized applications typed on Application Certificate fo~ Payment, as app=oved by Enginee=. PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT: and A. Application Fo~m: 1. FiI] in ~equi=ed info=motion, including that fo= Change O=de=s executed p=to= to the date of submitta~ of applications. 2. Fill in summary of dolla~ values to ag=ee with the =espective totals indic~ted on the continuation sheets. 3. Execute ce=tJfication with the signatu=e of a =esponsible office= of the Contract fi=m. Continuation Sheets: 1. Fill in total list of all scheduled component items of wa=k, with item numbe= and the scheduled dolla= value each item. 2. Fill in the dolla~ value in each column fo= each scheduled line item when wo=k has been pe=fo~med o~ p~oducts sto~ed. 3. List each Change O~de~ Numbe~, and desc=iption, as fo= an o=tgtnal component item of wo~k. SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: A. When the Owne= o~ the Engtnee~ ~equi=es substantiating data, Cant=acta= shall submit suitable info=motion, with o cove= lette~ identifying: Bo Submit one application. P~o)ect Application numbe~ and dote Detailed list of enclosu=es Fo= stozed p=oducts: a. Item nvmbe= and identification as shown on application b. Desc=iption of specific mate=iai copy of data cove= lette= fo= each' copy of 01152 1 SECT]ON 01310 - CONSTRUCT]ON SCHEDULES 1.1 GENERAL: Aa Within 15 days after award of the Contract, the Contractor shal] prepare and submit to the Engineer an estimated construction progress schedule for the Work, with dates on which he will start the salient features of the work and the contemplated dates for completing the same. Submit revised progress schedules with eQch application for payment. Submit two 12) copies. 1.8 FORM OF SCHEDULES: A. Prepare schedules in the form of a horizontal bar chart. Provide separate horizontal bar for each separate item or operation. Horizontal time scale: Identify by week, month, year, etc. Minimum sheet size: 8 1/2" x 11" Format of listings: each item of work. The chronological order of the start of 1.3 CONTENTS OF SCHEDULE: A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. Show the dotes for the beginning, and completion of, each ma)or element of construction. 3. Show pro)ected percentage of completion for each item, os of the first day of each month. 1.4 PROGRESS REVISIONS: A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 01310 1 SECTION QJ~ - ~OP DRAWIN~ PRODUCT DA!~_~ND SAMPLES 1.1 GENERAL: Cont=acto~ to submit Shop D=awings, P=oduct Data and Samples os =equi=ed by the Contract Documents and as specified in othe: sections of the specifications. 1.8 SHOP DRAWINGS: A o As soon as p=acticable afte= cant=act awa=d, submit to the Enginee=, fo= aDp=oval, the =equ~=ed numbe~ of bound cop~es of shop d:awings of ~11 items as specified in the vo:ious sections of these specifications, accompanied by lette=s of t=onsmittal. Shop d=owings shall include: Manufactu=e='s catalog sheets and/o= desc=iptive data fo= mate=ials and equipment; showing dimensions, pezfo=mance cha=~cte=isttcs, and capacities and othe= pe=t~nent info=matron ~s =equi=ed to obtain app=oval of the items involved. No wo~k =equi=ing shop d=awings will be executed until app=oval of such d=owings has been obtained. PRODUCT DATA: A. P=epo=ation: 1. Cleo=]y mo=k each copy to identify pe=t[nent p=oducts o= models. ~. Show pe=fo=monce cho=octe=istics o~d capacities. 3. Show dimensions and clearances ~equired. B. Monufoctu~e='s stondo=d schematic d=awings and diag=oms: 1. Modify d=awings and diog=oms to delete info=motion which is ROt applicable to the wo=k. Supp)ement standard info=motion to p=ovide info=motion specifically applicable to the wo=k. 1.5 SAMPLES: A. P=ovide samples os specifications. CONTRACTOR RESPONSIB]L]TIES: A. indicated in othe= po=ts of these Review Shop D=owings and P=oduct Data p=io: to submission. B. Detezmine and Ve:ify: 1. Field meosu=ements 2. Field const=uction c=ite=io 3. Catalog numbe=s and simi)o= data Confo=monce with specifications. 013~+0 1 1.6 Coo:dinate each submittal with'~equi=ements of the wo:k and of the Cant=act Documents. Begin no wo:k which :equi:es submittals until =etu:n of submittals with Enginee:'s approval. Keep one (1) opp=oved copy of shop d=owings o= p=odvct data at iob site at o11 times. SUBMISSION REQUIREMENTS: Make submittals p=omptly and in such sequence as to cause no delay in the wo:k o: in the wo:k of any othe= cant:acta:. B. Numbe: of submittals =equi:ed: Fo: shop d:awings and p=oduct data: Submit the numbe: of copies which the cant=acta: :equi:es, plus fou= which will be =etained by the Enginee:. Ce Submittals shall contain: of any p~evious 1. The dote of submission and the dates submissions. 2. The p=o)ect title. 3. The names of: a. Cant:acta: b. Supplie: c. Manufoctu:e: ~. Identification of the p=oduct. S. Field dimensions, clea:iy identified as such. 6. Relation to adjacent o= c:itical featu:es of the wo:k o: mate=lois. ?. Applicable standa=ds, such as ASTM o= Fede:al Specification numbe=s. 8. Identification of deviations f=om Cant=act Documents. 9. Identification of :evisions on :esubmittals. lO. Cont=acto='s stomp, initialed o: signed, ce=tifying to =eview of submittal, ve=ification of p:oducts, field measu:ements and field const=uction c:ite:ia, and coo:dination of the info:motion within the submittal with :equi:ements of the wo:k and of Cant=act Documents. APPROVAL: 1. Shop d:awing and p=oduct data info=motion app=ovol will be general. Such app=oval will not :elieve the Cant:acta: of any =esponsibility and wo=k :equt:ed by the Cant:act. 2. Satisfacto=y shop d=awings will be so designated and oil sets, except fou= I~l, =etu=ned to the Cont:octo:. Dtsapp:oved shop d=awings will be so designated and ail sets except two {21 will be :etu=ned to the Cant:acta:, with indications of the :equi:ed co::ections and changes. 3. Disapp=oved shop d:awings will be co=:ected and =esubmitted to the Enginee: fo= app=oval. 013~0 1.7 1.8 RESUBMISSION REQUIRENENTS: A. B. Nake any co~=ections o= changes in the submittals ~equi=ed by the Enginee~ and ~esubmit until approved. Shop D=awings and P=oduct Data: 1. Revise initial d=awings o~ data, and =esubmit as specified fo= the initial submittal. 2. Indicate any changes which have been made othe= than those =equested by the Enginee=. ENGINEER'S RESPONSIBILITIES: A. Review submittals with =easonable p=omptness. B. Affix stomp and initials o= signatv=e, and ~equi=ements fo= =esubmittal, o= app=oval of submittal. C. Retu=n submittals to Cant=acta= fo= dist=iburiah, =esubmission. indicate for 013~0 3 1.1 GENERAL: Aa Cant=acta= shall comply with requirements stated in Conditions of the Cant=act and specifications fo= administrative procedures for closing out the B. Related requirements specified in other sections: Record Documents: Section 01720 Warranties: Section 01750 1.2 SUBSTANTIAL COMPLETION: Aa When Contractor considers the work i substantially complete, he shall submit to the Engineer: 1. A written notice that the work, o= designated portion the=eof, is substantially complete. 2. A list of items to be completed or corrected. Do Within a =eosonab]e time after receipt of such notice, Engineer will make an inspection to determine the status of completion and shall furnish the Cant=acta= a complete list of ite~,s of work to be completed o= corrected. The list so developed shall, in no way, release the Cant=acta=, o= subcontractors from furnishing and installing or required by the Contract Documents. Should Enginee~ determine complete: that the correcting items or work work is not substantially 1. Engineer will promptly notify the Contractor in writing, giving the reasons the=efo~. 2. Cant=actor shall remedy the deficiencies in the wo~k, and send a second written notice of substantial completion to the Engineer. 3. Engineer will reinspect the work. When Engineer concurs he will: that the wo~k is substantially complete, 1. P=epa=e a Ce=tificate of Substantial Completion accompanied by Contractor's list of items to be completed o= co:=ected, as verified and amended by the Engineer. 2. Submit the Certificate to Owner and Cant=actor for theSr written acceptance of the responsibilities assigned to then, in the Certificate. 1.3 FINAL INSPECTION: A. When Cant=acta= considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 01700 Work has been inspected fo= compliance with Cant=act Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the p=esence of the Owne='s =ep=esentatives and are operational. 5. Wo=k is completed and ready for final inspection. Bo Engineer will make an inspection to completion with =easonable p=omptness certification. ve=if¥ the status of after receipt of such Co Should Enginee~ defective: consider that the work is incomplete ox 1. Eng~nee= w~ll promptly not~fy the Cant=acta= in w=iting, listing the incomplete or defective 2. Cant=actor shall take immediate steps to =emedy the stated deficiencies, and send a second w=ttten certification to Eng~nee= that the wo=k is comp]ere. 3. When the EngJnee= finds that the work is acceptable unde: the Cant=act Documents, he shall =equest the Cant=acta: to make closeout submittals. CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: Upon final acceptance by the Owner, and completion of-al! wa:k, the Cant=actor shall submit to the Owne=, th=ough the Enginee:, the fo]low~ng data: 1. Certificate stating that o11 accounts for labo:, equipment and material are paid in full; or in the case of outstanding accounts because of this wa=k, the Controcto: shall fv=nish a =e]eose of claims by the individual or conce=ned po=ry. Thfs certificate shall be noto=ized and signed by the Cant=actor. 2. The Cant=actor's Bonding Company shall fu=nish a release to the Owner, that it is with their consent that final payment be made to the Controcto=. 3. The Cant=actor shall furnish a letter guarantee of workmanship to be f=ee of defects fo= a pe=tod of one yea:, unless =equtred longe= by any division of the specifications, and should any defects a=tse, then such defects shall be :esto=ed to the o:igina] condition at no expense to the Owne=. This shall include ail necessa=y cutting and patching as may be :equi=ed to correct the defective wo=k. 4. The Cant=actor shall submit accu:ate and detailed "As-Built D=awings" covering a]] changes to the work. Submit two 12) copies. 5. The Cant=acta= shall submit ail gua=antees, wa:ronties, brochu=es, and ope=ating instructions as =equi=ed by the different divisions of the specificatfons. 0~700 2 1.5 The Cant=acta= shol! submit a =equest fo: fino! payment, which shall tnc)ude on audit of the account of the and said audit shal! fully cove: amounts paid by the Owne: to the Cant:acta=, and amounts due Cant:acta: because of this wa=k, ail of which shall be fully cove=ed by the cant=act documents and app:oved change FINAL PAYMENT: Fino) poyment shol] be mode upon submission of the documents col)ed for obove~ ond os covered under the gene=o] conditions ond any modificotion the:eto. 0~700 3 SECT]ON 01720 - PROJECT RECORD DOCUMENTS GENERAL: 1.2 Aa Cant:acta: shall maintain at of: 1.3 the p:o~ect site one :ecord copy D:owings Specifications 3. Addenda Change o:de:s and othe: modifications to the Cant:oct 5. App:oved shop d:owings, p:oduct data and samples 6. Test :eco:ds MAINTENANCE OF DOCUMENTS: Maintain documents in neat, cleon legible condition o~d in good o:de:. B. Make documents available at oll times fo: inspection by Enginee:. RECORDING: Aa Reco:d info:motion concu::ently with const:uction p:og:ess. D:ow~ngs; legibly mo:k to :eco:d actual const:uction: 1. Finished e]evotions Ho:izonto] and ve:ticol locations of unde:g:ound utilities and oppu:tenonces. 3. Fie]d changes of dimension and detail. Changes mode by field o:de~ o: by change o:de:. 5. Details not on o~iginol contract d~owings. Specifications and Addenda) legibly mo:k each section to Monvfoctu:e:, t:ode nome, catalog nvmbe: and supplie: of each p=oduct and item of equipment octuo)ly tnsto]led. Changes mode by field o:de: o: by change Ce SUBM)TTAL: At Cant:oct close-out, delive: one set of :ep:oductb)es and two sets (blue )ir, e p:ir, ts) of :eco:d documents los-built) to Eng~nee: fo: the Owne:. Cost of :ep:oduc~bles and blue lines wi]] be bo:ne by the Cant:acta:. 01750 1 01750 - WARRANTIES 1.1 GENERAL: Aa Cant=acta= sho]l gua=ontee mote=iols and workmanship fo: o pe:iod of one yea: f=om dote of completion except whe=e additional gvo=ontees o= wo=:onties a=e =eqv~=ed unde: the technical sections of the specifications. Befo=e fino] payment is mode the Gene=al Cont=octo~ shall de]ire= to the Englnee: all mote=Jol and equipment guarantees o= wo==onties ~n w=iting f=om sub-cont=octo=s and suppliers. The Gene=al Cant=acta= shall also delive= to the Enginee= befo=e final payment th=ee complete bound sets of monufoctu=e='s inst=uctions, se=vice and po=ts manua]s on each piece of equipment fu=nished unde= this cant=oct. 01750 1 ~=i APPENDIX A ! LOG OF BORING NO. B-! BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER LOCATION: SEE PLATE I SOIL DESCRIPTION SURF. ELEV.: EXISTING -~Grave] and Sand Hard Gray & Brown Clay w/Trace of Small Gravel (CH) Hard Olive Gray Clay ~AR COMPLETION DEPTH: 8 Ft. DATE: 6-29-85 DEPTH TO WATER: Drr DATE: 6-~9-85 LOG OF BORING NO. B-2 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER LOCATION: SEE PLATE I SOIL DESCRIPTION SURF, ELEV.: EXISTING '~Gravel and Sand Hard Gray & Brown Clay w/Trace of Small Gravel Very Stiff Olive Gray Clay w/Trace of Gypsum Crystal Hard w/Calcareous Nodules Below 6' (CH) COMPLETION DEPTH: 8 Ft. DATE: 6-29-85 DEPTH TO WATER: Dry DATE: 6-~9-85 ~-I¥1~ PLATE 2 LOG OF BORING NO. B-3 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER LOCATION: SEE PLATE I SHEAR STRENGTH !u3 3: m ~ SOIL DESCRIPTION SURF, ELEV.: ~ISTING 0.5 1.0 1.5 ~ ~Grave' and Sand Hard Gray & Brown Clay w/Small Grave]~ ~.[{ ~J  - Very Stiff Below 4' I COMPLETION DEPTH: 8 Ft. DEPTH TO WATER: Dry DATE: 6-29-85 DATE: 6-29-85 ,, COPPELL, TEXAS TYPE BORING: 4 AUGER LOCATION: SEE PLATE I SOIL DESCRIPTION SURF. ELEV.: EXISTING Gravel and Sand 4" Hard Gray & Brown Clay w/Trace of Small Gravel Very Stiff Olive Gray & Brown Clay w/Cal- careous Nodules Tan Below 6' (CH) COMPLETION DEPTH: 8 Ft. DATE: 6-29-8~ DEPTH TO WATER: Dry DATE: ~-29-85 PLATE LOG OF BORING NO. B-5 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: LOCATION: SEE PLATE I ii SHEAR STRENGTH . 03 ~ ~ IN TONS/SQ. FT. ~ ~ ~ SOIL DESCRIPTION ~ -; ~ tx ' · UnconhneoComp'ess'on >- n ~ ~ ~ ~z~ ~ ~) Pocket Penetromete, < ~ ~ ~ ~ · Tr,ax,a, i~ --I nlm o SURF. ELEV.: EXISTING . 0.5 1.0 1.5 ,J 6s ~ ~ 2~ { ":':' Hard Gray& Brown Clay w/Gravel & Limestone I { i '1 5 <CH) i i ! ' -20~ ' ' ' COMPLETION DEPTH: 8 Ft, DEPTH TO WATER. Dry · _gQ- DATE: _?Q_ DATE: ~ LOG OF BORING NO. B-6 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER LOCATION: SEE PLATE I I SHEAR STRENGTH ~ ' .~ ,- ~ .,, IN TONS/SQ. FT. i ~ 03 ~ ~, ~ [¢ · Unco,'nfmed Compress,on I~: ~D ~ SOIL DESCRIPTION " :~z ~) Pocket Penetrometer ~ < = = · Triax~ai Z --I \ / SURF- ELEV.: EXISTING 0.5 1.0 1.5 I I III Ill IIII I1~ ~ '/.;'*'e" "'~Gravel and Sand 4"I 'zTiiii ii* i i iii, ii ¢ ~Z5/'L~Ha~d Gray & ~o~ C~ay ~/CaZ~a=eo~s Nod. l lllllli~lll ~IIi" --~ (c~) 70 23 47 2]ii111111itllI~',~ - 5- Hard Olive Clay fl llllllllll '11~1 - CaZcareous NoduZes ~eZo~ 6' ~I I I I I l ii '10- mlil~ltli!imm~i~t' - 20- COMPLETION DEPTH: 8 Ft. DEPTH TO WATER: Dry DATE: 6-29-85 DATE: ~-29-85 PLATE LOG OF BORING NO. B-7 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER LOCATION: SOIL DESCRIPTION SURF. ELEV.: EXISTING Gravel and Sand Hard Olive Gray Clay, Slightly Sandr w/Small Grave~ (CH) Stiff Gray & Brown Clay w/Trace of Gravel Olive Gray w/CalcareousNodulesBelow 6' (CH) SEE PLATE I COMPLETION DEPTH: 8 Ft. DEPTH TO WATER: Dry DATE_..._: ~ -- DATE: 6-29-85 I ' TYPE BORING: 4" AUGER COPPELLLocATiON:' SEE PLATE I SOIL DESCRIPTION SURF. ELEV.: EXISTING -~Gravel and Sand Hard Gray C~ my w/Trace of Gravel & Cal Nodules (CH Stiff Olive Gray & Brown Clay w/Calcareous Nodules Gray Below 6' (CH) COMPLETION DEPTH: 8 Ft. DATE: 6-29-85 DEPTH TO WATER: DATE: Dry 6-~9-85 PLATE 5 LOG OF BORING NO.B-9 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TE×AS TYPE BORING: 4" AUGER SOIL DESCRIPTION SURF. ELEV.: EXISTING -~Grave] and Sand Hard Gray Clavw/Trace of Grave] & Ferrous Nod. StSff Olive Gray & Brown Clay w/Gypsum Crystal LOCATION: SEE PLATE I SHEAR · Torvane · Tnaxia~ 0.5 (CH) (CH) COMPLETION DEPTH: 8 Ft. DATE: 6-29-85 DEPTH TO WATER: Dry DATE: 6-29-85 LOG OF BORING NO. B-10 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER SOIL DESCRIPTION SURF. ELEV.: EXISTING '-~Gravel and Sand Hard Gray & Brown Clay w/Calcareous Nodules' VervStiff Olive Gray Clay w/Trace of Gypsum Crystal Stiff w/Calcareous Nodules Below 6' COMPLETION DEPTH: 8 Ft. DATE: 6-27-85 LOCATION: SEE PLATE I (CH) DEPTH TO WATER. Dry DATE: 6-~7-85 PLATE 6 TYPE BORING: 4" AUGER LOG OF BORING NO. B-l! BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS SOIL DESCRIPTION SURF. ELEV.: EXISTING 3" Asphalt & 10" to Gravel and Sand Very Stiff Grax' & Brown Clay w,ffrace of Gravel Stiff Brown Sand)' Clay w/Trace of Gravel (CL) Stiff Brown Clay w/Trace of Gravel (CH) LOCATION: SEE PLATE I COMPLETION DEPTH: 8 Ft. DATE: 6-27-85 DEPTH TO WATER: Dry DATE: ~-27-8~ LOG OF BOEING NO. B-12 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER SOIL DESCRIPTION SURF. ELEV.: EXISTING Gravel and Sand LOCATION: SEE PLATE I SHEAR ~r A Torvane · Triaxial 0,5 Stiff Gray & Brown Clay w/Coarse Sand & Gravel Gray w/Calcareous Nodules Below 3' Gray & Brown Below 6' (CH) COMPLETION DEPTH: 8 Ft. DATE: 6-27-85 DEPTH TO WATER: Dry DATE: 6-27-85 PLATE 7 LOG OF BORING NO. B-13 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS TYPE BORING: 4" AUGER SOIL DESCRIPTION SURF. ELEV.: EXISTING Stiff Gray Clay w/Trace of Grave] LOCATION: SEE PLATE I SHEAR · Torvane · Triax al 0.5 Calcareous Nodules Below 3' Gray & Brown Clay (CH) (CH COMPLETION DEPTH: 8 Ft. DATE: 6-27-85 DEPTH TO WATER: Dry DATE: 6-27-85 TYPE BORING: 4" AUGER LOG OF BORING NO. B-J4 LOCATION: SOIL DESCRIPTION SURF. ELEV.: EXISTING -~Gravel and Sand w/Clay Pockets Stiff Gray Clay 10" SEE PLATE I IN TONS/SQ. FT. · Unconhned Compression {~ Pocket Penetrometer · Torvane · Triaxial 0.5 1.0 1.5 Gray & Brown w/Calcareous Nodules Below 6' (CH) COMPLETION DEPTH: DATE: 6-27-85 8 Ft. DEPTH TO WATER: DrY DATE: 6-~7-85 PLATE 8 TYPE BORING: LOG OF BORING NO. B-J5 BELT LINE ROAD - NORTH OF INTERSTATE 635 COPPELL, TEXAS 4" AUGER LOCATION: SEE PLATE I SOIL DESCRIPTION SURF. ELEV.: EXISTING SHEAR STRENGTH IN TONS/SQ. FT. · UnconhneO Compression {~) Pocket Penetrometer · . Torvane · Triaxial 0.5 1.0 1.5 Hard Gray Clar w/Roots Very Stiff 3' to 5' Tan & Brown Clay (CH) (c~) COMPLETION DEPTH: DATE: 6-27-8.5 8 Ft. DEPTH TO WATER: Dry DATE: 6-27-85 PLATE 9 SYMBOLS AND TERMS USED ON BORING LOGS SOIL AND ROCK TYPES (SHOWN IN SYMBOL COLUMN) S~ltstone Clay Shale ].d.m~ Conglom. Caliche ']"hln--wxllad PoCk Stone Tube Core type shown heavy jSand P-redomfnant SAMPLER IN SAMPLES Spilt No Barrel Fl~co~ry (SHOWN TYPES COLUMN) Washed TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS (major portion retained on No. 200 sieve): Includes (1) clean gravels and sands, and (2) silly or clayey gravels and sands. Condition in the following table is based on our interpretalion of blow counts using a hammer as holed on Ihe boring log. Blowl per 2 It Blows per fl DESCRIPTIVE TERM {Submerged 175-10 Very loose 0 to 2 0 to 4 l.~ose 2 to 10 4 1o 10 Medium dense 10 to 20 10 lo 30 Dense 20 to 30 30 to 50 Very Dense ~ 3D/24' FINE GRAINED SOIL~- (major portion passing No. 200 sieve): Includes (1) organic and inorganic silts and clays, (2) gravelly, sandy, or silly clays, and (3) clayey silts. Consistency is rated according to shearing strength, as indicated b'y penetrometer readings or by unconfined compression lasts. UNDRAINED DESCRIPTIVE TERM SHEAR STRENGTH KIPS/SO FI' Very soft less than 0.25 Soll 0.25 Io 0.50 Firm 0.50 to 1.00 Still 1.00 to 2.00 Very stiff 2.00 Io 4.00 Hard 4.00 and higher Note: Fissured clays may have lower unconfined compressive strengths than shown above, because of planes of weakness or cracks in Ihe soil. The consislenCy ratings ol such soils are based on penetromeler readings. L DESCRIPTION OF ROCK WEATHERING PROPERTIES Fresh--Rock fresh, crystals bright, law joints may Show slight staining. E very Slightly--Rock generally Iresh, joinls stained, some joints may show clay if open, crystals in broken lace show bright. ~llghtly--Rock generally fresh, joints stained and discoloration extends into rock up to I in. Open joints contain clay. Modarately--S~gnilicant portions of rock show discoloration and weathering effects. Shows significant loss ol strength as L compared wilh hesh rock. Moderately Severe--All rock except quartz discolored or stained. Rock shows severe loss of strength and can be excavated wtth geologisl's pick. L ~everely--AII rock except quartz discolored or stained. Rock 'labric' clear and evident but reduced in strength to strong soil. ,~ome Iragments of strong rock usually lelL Very Severely--All rOCk except qusrLZ discolored or slained. Rock 'labric' d,scernible but mast elleclively reduced to 'soil' wllh only fragments ol strong rock remaining. '"- Complelely--Rock reduced Io 'soil.' ROCk. 'labric' not dlscernil~le o~ d,scernil~le only in small SCaltered Iocslions. T~RE^-HkR, 1:NC. PLATE 7 APPENDIX B T LOG OF BORING NO. ( .ngt.eer's A-l) Belt Line Road PROJECT NO.: 85-520-1E PROJECT: North of 1-635 to Denton Tap Road Sta. ~3+30 Coppell ~ Texas LOCATION: 43 It. ~.~st SOIL SHEAR ,,, SURFACE ELEVATION: 513 ~ - BORING METHOD: DRY AUGER ~0.0 TO ~10.0 FT. ~ ~ ~ ~ - ~ ~ m~ FREE WATER ENCOUNTERED AT 4 0 FT. '~-- "O ~ ~O z ~ WATER AT 0.75 FT. AFTER ]20 HRS. 20 Stiff Grayish Tan Clay, Slightly Silty with 0.93 3.0 . Iron Nodules and Occasional Fine Gravel Inclusions. .~ - Firm 28 96 ~.~ 0.~ - With Numerous Sand Gravel. (Film) (CH) Stiff Tan and Light Gray Clay 2.5 ].7~ 3.5 Ve~ S~f (~) 1.~ ~: ~ at 2,0' at ~leti~ COMPLETION DEPTH, IO.O FT. SAMPLE ~c~ 'TEIt'ItA-~ PLATE 1 LOG OF BORING NO. B-2 (Engiaeer's A-2) Belt line Road PROJECT NO.: 85-520-1F~ PROJECT: North of 1-635 to Denton Tap Road LO~~' 47 Ft.Em-~t. Coppell, Texas SOIL SHEAR SURFACE ELEVATION: 5]2.5 +- ~ - BORING METHOD: DRY AUGER 0.0 TO 10.0~_ FT. "'z o ~u~ WATER LEVEL OBSERVATIONS: z~m--Z¢ g FREE WATER ENCOUNTERED AT FT. ,Oz ~ HOLE CAVED (WET DRY) AT.__ FY. AFTER HRS. E / STRATUM DESCRIPTION LC, PL PI 2.5: Stiff Grayish Tan Silty Clay with Iron Nodules and 0.78, Occasional Fine Gravel 10.56 ~1.75 2.5 ).78 2.75 ).85 4.O Very Stiff L.24 Very Stiff Tan a~J Light Gray Clay with-Selenite CrTs~ 3.5 Note: Hole dry at completion [~,[x,s ,,.m, r~"°c~_.- ---~c~o~,~ i COMPLETION11_22_85DEPTH= 1Ll. O SAMPLE LEGEND: PLATE 2 - LOG OF BORING NO. m3 (Engineer's A-3) .85-520-1E ~ROJECT: Belt Line Road PROJECT N~.l~a. 47+05 North of 1-635 to I~nton Tap Road LOCATION: 65 Ft. ~e~t Coon~]]. TPxRs SOIL SHEAR SO,FACE ELEVATION: 511,~ " BORING METHOD: DRY AUGER D.O TO 1D_O FT. ~ k [ 'Ex m TONS/SQ. FT..mk .z; I- WASH BORE TO FT. uJ a. Z~)'~ WATER LEVEL OBSERVATIONS; ~ ~O ~ 3-)mO 3- z z , REE WATER E.COU.TERED AT Oz WATER AT 0.3 F[ AFTER 1~ HRS. ~ HOLE CAVED(WET DRY) AT F~. AFTER HRS. ~ OO ~ / STRATUM DESCRIPTION LL, PL 0.5 ~ft ~a~ T~d S~ty ~y ~ ~t~ Fra~ 3.15 ). 75 F~ ~a~ T~ ~ey S~tly S~ty - 5-1.5 (~) St~f T~d ~t ~ay ~sy ~ ~ '3.0 4.0 - V~ S~f (~) ..24 Note: Hole dry at completion - 20-  COMPLETION DEPTH: 10.0 p~ ATF PROJECT: LOG OF BORING NO. ~, Be It Line Road North of 1-635 to Denton Tap Road SURFACE ELEVATION: EXISTING 512.5~ BORING METHOD: DRY AUGER ~TO 10.0 FT. WASH BORE ,.TO ~ FT. WATER LEVEL OBSERVATIONS: FREE WATER ENCOUNTERED AT ~FT. WATER AT 0.0 FI'. AFTER 120 _ HRS. HOLE CAVED (WET DRY) AT __ FT. AFTER HRS. STRATUM DESCRIPTION __ 1.5 !' Firm Grayish Tan Silty Clay with Oc~icmal Fine Gravel 1.7f - Stiff (Engineer' s A-4) 85-520-1E PROJECT NO.~3. 47+05 LOCATION: /~) Ft. SHEAR STRENGTH TONS/SO. FT - Very Stiff (~oss±b~e F~U) (c~) Stiff Grayish Tan Silty Clay with Nu~rous Selemite Cryst~l~ Note: Hole dry at ccmpletiom LEGEND: COMPLETION DEPTH' 10.0 DATE: 11-22-85 PLATE FT. LOG OF BORING NO. (Engineer's A-5) =ROJECT: Belt ~ Road PROJECT NO.~;r~85-520-1E North of 1-635 to Dento~ Tap Road . 53+65, ~oDoell. Tex~s LOCATION: 80 Ft, West _ SO~L SHEAR SURFACE ELEVATION: EXISTING ~ o'~ ~ STRENGTH _u. ~m" - BORING METHOD: DRY AUGER 0.0 _TO ]0.0 FT. ~ ~ ~ WASH ~ORE TO FT. : m~C ~ FREE WATER ENCOUNTERED AT. FT. Oz _ ~ WATER AT 0.7 F[ AFTER i~HRS. ~~ HOLE CAVED (WET mDRy) AT. mim FT. AFTER HRS. ~ / STRATUM DESCRIPTION LL PL 0.5 ~ ~ft Gra~ T~ S~ty ~y, Sli~tly ~dy, ~ ~ 3.15 Voi~. - ~ 0.15 0.5 1.0 ~ - F~ 0.31 ~ ).15 5 -).5 - ~ft (~ ~ ~ ) (~) St~f G~ T~ S~ty ~y 1.5 (~b[e 7~') (~) IO- ~te: ~le ~ at c~letion 15- - 20- -50- COMPLETION DEPTH= 10.0 FT. SAMPLELEGEND: ~'~" ~~ ~ x,, ~,=,P'="' ~' mc~m~" ~c~., DATE: 11-~ LOG OF BORING NO. ~-6 (En§ineer's A-6) BeRt Line Road 85-520-1E PROJECT: PROJECT NO.: North of 1-635 to Denton Tap Road Sta. 53+55 Coppell, Texas LOCATION: 50 Ft, East I,, ~ SURFACE ELEVATION: 512.5~- ~ e.~,, SO~L SHEAR ~j_ u~.: ~ BORING METHOD: DRY AUGER 0.0 TO ]0.0 FT. ~-~-.~! = WAS. BORE TO FT. _ ZbJ I ~ [~gig FREE WATER E.COUNTERED AT ~ F*. _~ g - MO ~ z oz ~1 WATER AT 1.0 FI. AFTER 120 HRS. ~" ~ HOLE CAVED {-~--DRY) AT F-~. AFTER HRS, °i a' z~ ~ ~i ~'~' k / STRATUM DESCRIPTION LL PL PI [ ! Stiff Grayish Tan Clay, Slightly Sandy, with [rcm Nodules ~.56 1.75~ ~ and Occasinal Fi_ne Gravel. .5 ~ - Firm with Sma.Il Sand Inclus±ms 3.46 ! ~ ~ 2.251 - St:iff Tan and Light Gray with Selerdre Crysr~l.q, 3.69 / 1.251 - G.rayi_~ Tan with CLcas±onal ~ Fra~en~s 1,10!0.39 1 ~o. I (m~) /  Note: Hole dry at ca'apletSon ~ - *O- SAMPLE I~u~,~ g~.~Jt~ I:},[x~., ,...... m.o~. ~,=o~,.. COMPLETION DEPTH: 10.0 FT. CI ~x~,~ ~.['r I. UCO~[ DATE: 1].-22--8~ LEGE ND: PLATE 6