Loading...
ST0501-CN110325 T H E C I T Y O F comELI A g CONSTRUCTION SPECIFICATIONS And CONTRACT DOCUMENTS For Deforest Road Reconstruction (MacArthur Blvd. to Windsor Estates) Project No. ST 05 -01 Bid No. Q- 0411 -01 FOR THE CITY OF COPPELL April 2011 PREPARED BY { 00% 111 PRELIMINARY BURGESS & NIPLE NOT FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES. Burgess & Niple, Inc. FOR REVIEW ONLY. 11117 Shady Trail Burgess & Niple, Inc. T EXAS PROFESSIONAL ENGINEERING TBPE Firm Reg. No.: 10834 FIRM REGISTRATION NO. 10834 LOWELL D. DEGROOT, P.E. No. 93862 Date: 3- l V - Zoll d ■ 1 TABLE OF CONTENTS SECTION 1: Page # Bidding Documents Notice to Bidders 1 -4 Instructions to Bidders 1 -5 Proposal/Bid Schedule 1 -17 Bid Affidavit 1 -37 Conflict of Interest 1 -39 Prevailing Wage Rates 1 -41 SECTION 2: Contract Documents Standard Form of Agreement (Contract) 2-2 Certificate of Insurance 2 -8 Instructions for Bonds 2-9 Performance Bond 2 -10 Payment Bond 2-12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), Appendix "C" City of Coppell Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) and applicable TxDOT specifications shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. SECTION 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions SECTION 4 - Specific Project Requirements 4 -1 SECTION 5 - Description of Pay Items 5 -1 SECTION 6 - Technical Specifications 6 -1 TS 2 CABINET ASSEMBLY FULLY- ACTUATED SOLID STATE CONTROLLER UNIT UPLOAD - DOWNLOAD DEVICE SPECIFICATION FOR MAST ARM POLE ASSEMBLY POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE POWER SERVICE & SERVICE EQUIPMENT E SYSTEM WIRING PROCEDURES 1 ELECTIVE PREFABRICATED PAVEMENT MARKINGS 02231 TREE PROTECTION AND TRIMMING 02402 CARE OF WATER DURING CONSTRUCTION PROJECT SIGN APPENDIX A - Geotechnical Report A 1 -2 noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 p.m., April 28, 2011, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0- 0411 -01. and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of : Deforest Road Reconstruction (Deforest Road from MacArthur Boulevard to Windsor Estates) — Project No. ST 05 -01 on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works 'will be rejected. Bids with more than 400 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 1 -11 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Incentive/ Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Total Contract Time: For the purposes of this Contract, the Daily Value is $1,000.00. In the event the Contractor takes less than the total calendar days bid to construct the project, there will be incentives assessed of $1,000 per day to a maximum of $90,000.00. In the event the Contractor takes longer than the total calendar days bid to construct the I project, ,] there will be damages assessed of $1,000 per day with no �rmr 61 �nCNTV� The total incentive payment for Contract Time shall not exceed $90,000.00. Secondary Bonus: There will be a secondary bonus tied to the section of roadway cons ction between Allen Road (STA 26 +00) & Windsor Estates (STA 31 +65). Due to one access for residents to Windsor Estates Addition during construction, the Contractor will receive a bonus of $24,000 when construction is complete and two -way traffic is restored, on a new concrete am. street within 28 calendar days. The 28 days starts on the day tho roadway is shut down to one traffic for construction. Completed construction does not include daily lane osures during the construction of the project. The contractor will be penalized $2,000.00 a day for every day after the 28 days. It would ,y zero out ate f days but would c ontinue to go negative. m frs, ,c ' i ,y`-'`l" ° a,�- rf' The total incentive payment for Secondary Bonus shall not exceed $24 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 1 -13 APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED m ITEM QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT REINF. CONCRETE RETAINING WALL INTEGRAL WITH CONCRETE SIDEWALKS, (SIDEWALK PAID FOR SEPARATELY) COMPLETE IN PLACE. 227. 3,416 SF $ $ Dollars =. ( ,e l liv / 6 f art Cents per SF ,‘A_ ___ a ` j & e.✓/ r�' X °. gPREAD FOOTING RETAINING WALL "RW 1 (H) C (MOD) ", COMPLETE IN PLACE. 228. 5,768 SF Dollars $ $ and Cents per SF TEMPORARY ASPHALT PAVEMENT (2" HMAC), COMPLETE IN PLACE. 229, 1,846 SY Dollars $ $ and Cents per SY mon TEMPORARY ASPHALT PAVEMENT (2" HMAC WITH 4" AGGREGATE BASE), COMPLETE IN PLACE. 230. 159 SY Dollars $ $ mim and Cents per SY RAISED PAVEMENT MARKERS, CLASS C, TYPE W, COMPLETE IN PLACE. elm 231. 28 EA Dollars $ $ and Cents per EA MIR RAISED PAVEMENT MARKERS, CLASS C, TYPE I -C, COMPLETE IN PLACE. 232. 6 EA Dollars $ $ mit and Cents per EA sol RAISED PAVEMENT MARKERS, CLASS C, TYPE I -R, COMPLETE IN PLACE. 233 8 EA Dollars $ $ and Cents per EA m NW 1 -24 APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED ITEM QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT 8" PVC WATER PIPE, COMPLETE IN PLACE. 501. 70 LF Dollars $ $ and Cents per LF 6" PVC WATER PIPE, COMPLETE IN PLACE. 502. 75 LF Dollars $ $ and Cents per LF i 12► 614Te \r 1‘ re, Inc►s been no: 1,44A 1,4er- -e _.__ 1 8" GATE VALVE, COMPLETE IN PLACE. 503. 1 EA Dollars $ $ and Cents per EA 6" GATE VALVE, COMPLETE IN PLACE. 504. 3 EA Dollars $ $ d and Cents per EA CUT & PLUG EX. WATERLINE, REGARDLESS OF SIZE, COMPLETE IN PLACE. 505. 1 EA $ $ Dollars and Cents per EA CONNECT TO EX. 12" WATERLINE, COMPLETE IN PLACE. 506 2 EA Dollars $ $ NO mil and Cents per EA CONNECT TO EX. 8" WATERLINE, COMPLETE IN PLACE. 507. 1 EA Dollars $ $ and Cents per EA INSTALL FIRE HYDRANT AND VALVE ASSEMBLY, COMPLETE IN PLACE. 508 3 EA Dollars $ $ and Cents per EA TRENCH SAFETY & SUPPORT — WATERLINE, COMPLETE IN PLACE. 509. 229 LF $ $ Dollars rid and Cents per LF Job ,,,y 1 -29 k J� ?1 f ad, / r..r ri 1. "AA' L- C�c i,s z t l JI v 4 f c ,tv a � 1 4 a a a a a a a • APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED ITEM QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT y CABINET MOUNTED COMMUNICATION EQUIPMENT, � COMPLETE IN PLACE. 637. 1 LS $ $ Dollars and Cents per LUMP SUM ' „ 10 .4,,t-adt emr k -- ' j CrIA-- hti TOTAL BASE BID PI IZ CE A ' Total of Items 101 thru 637): $ TOTAL TANGIBLE PERSONAL P OPERTY: $ BID ALTERNATES ) Vehir " I :A.-,..,/ REINF. C RETAINING WALL INTEGRAL WITH CONC TE SIDE ALKS WITH FORMLINER, (SIDEWALK 227A PAID FOR SEPAR ELY) COMPLETE IN PLACE. BID 3,416 SF $ $ Z ALT. Dollars and Cents per SF Al r&r r +• n.` t,,- -- TX DOT SPREAD OOTING RETAINING WALL "RW 1 (H) C Z 228 (MOD) WITH FOR LINER ", COMPLETE IN PLACE. 5,768 SF Dollars $ $ Afr d and Cents per SF S i A 4,1 -- #1.,, , 4 1,,,,.,,,, . , A, d , „0/41100 i / , %f ariwigsfr dr" vr ,.... v ) .z, rf 4, ,,,, - , .,-, ' - P - S'ii.1 e.• - d i-e- 4 1 - 6 a I 1 -35 SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal of spoils, (b) water for construction, (c) surveying to re stablish grade, (d) sprinkling for dust control, (e) project trailer if needed, (f) any other incidentals necessary to complete the work. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, unless modified by these Special Provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), Appendix "C" of City of Coppell Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) and any applicable TxDOT specifications together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Items #101 Mobilization: This pay item shall consist of actual cost: a. Bonds and insurance b. Pre - Construction Video and Pictures c. Transportation and setup for equipment d. Transportation and/or erection of all field offices, sheds and storage facilities 011 e. Salaries for preparation of submittals required before the first payment request f. Salaries for field personnel assigned to the project related to the mobilization of the project. g. Mobilization may not exceed 5 percent of the total contract amount h. Cost for mobilization may be submitted only for work completed. 011 Note: The total amount bid for Mobilization shall not exceed five percent (5 %) of the Base Bid amount, exclusive of this pay item. Measurement and Payment shall be as follows: Ten percent (10 %) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. No extra pay Section 5 page 2 Description of Pay Items fr 1 \e_ 400,tJ t, ciost_ 1 ( �e�a � ece be, wee i /1 A s w l/ -= IR h,/ .� . '/ 1 Rd' IL_ �, 9 'o �4 - v� d /v '� - 44/(( }� ep4 Q) C[TV 4 moo . S ✓ F� c.ci� GI Y G�'T�M t- 1 a+.svw 7 �4 ( +ec 1f F t eel) <1341.61A- 0 � ire.1 s4-,'7a. a 1 s .ar.:. �a 1 2 W.�z bv�,e�. �7�c. .�s� �✓��. e. f8,...4 roe A6-14-).M ti 1 1 a 1 1 1 1 111 1 1 1 1 1 1 is allowed for remobilization or mobilization of subcontractors. Payment is for one time move in for 1 the project. Pay Item #102 Traffic Control: This pay item shall consist of the design and placement of the required traffic control devices in accordance with the approved traffic control plan and TMUTCD latest edition. The Contractor shall submit a traffic control plan prepared by a licensed professional engineer in the state of Texas for City 1 approval that meets the requirements described in the construction phasing plans for the project as a whole and for the various phases. Two -way traffic shall be maintained on the roadway at all times ill except where specified on Traffic Control Plans. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the plan has been approved. 2 Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for preparing traffic control plan, placing barricades and signs and for furnishing all other materials, tools, street markings, temporary traffic lights, changeable message boards, flagmen, equipment, labor, and any other incidentals necessary to implement the traffic control plan and maintain two -way traffic, except where shown, during construction of the project. Payment for this 1111 item shall begin on the first payable monthly construction estimate after barricades, signs and traffic handling devices have been installed in accordance with the traffic control plan. Monthly payment based on the calendar days bid shall be made each succeeding month for this item provided the barricades, signs and traffic handling devices have been installed and maintained in accordance with the traffic control plan until the contract amount has been paid. Failure to complete the scheduled work in the bid time will not increase this pay item. II Pay Item #103 ROW Preparation: This pay item shall consist of the preparation of the existing right -of -way for construction as required by the plans and specifications. It will include the area between the right -of -way limits, additional areas beyond the right -of -way such as temporary construction, slope, and drainage easements, and any other easements shown on the plans. Work shall be in accordance with NCTCOG Item 203 and shall di include, but not be limited to: all obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation, logs, trash concrete, asphalt, fences, structures, signs, foundations, lumber, scrap metal, abandoned appliances, abandoned utility pipes or conduits and any other items not included as pay items elsewhere in the contract documents, or identified in NCTCOG Section 203.3, but necessary for the preparation of the rights -of -way and/or permanent or temporary easements for MI construction. Mailboxes other than brick or stone mailboxes shall be relocated or replaced by the Contractor and shall be considered subsidiary to construction of the project. This item shall also include the protection of any trees, shrubs, fences, structures, mailboxes, signs or other items that are 2 to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this 2 area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. All material and debris removed as described above shall become the property of the Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the Engineer and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and/or photograph the existing right -of -way prior to construction. 011 Payment shall be made on the basis of the price bid per station (STA). This item shall be measured along the centerline by the `100' foot station basis regardless of the width of the right -of -way or Section 5 page 3 Description of Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) inlet removed and 3 shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3 Pay Items #210 & 211 Adjust Existing Sanitary Sewer Manhole or Cleanouts to Grade: This pay item shall consist of adjusting existing sanitary sewer manholes and mainline cleanouts which 3 are to remain in service, to grade. This item shall be full compensation for adjustment regardless of type of manholes or cleanouts, actual limit of adjustment, or method used to make adjustment. 3 Measurement and Payment shall be made on the basis of price bid per each (EA) manhole rim or cleanout rim adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3 Pay Item #212 Adjust Existing Sanitary Sewer Service Cleanout to Grade: 3 This pay item shall consist of adjusting existing sanitary sewer service cleanouts, which are to remain in service, to grade. Any adjustment shall be per City of Coppell Standard Construction Details and all applicable NCTCOG Specifications. * . Measurement and Payment shall be made on the basis of price bid per each (EA) sanitary sewer service 3 cleanout adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 31 Pay Item #213 Adjust Existing Water Valves to Grade: This pay item shall consist of adjusting existing water valves, which are to remain in service, to grade. 3 Work shall be in compliance with the City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. 11 Measurement and Payment shall be made on the basis of price bid per each (EA) water valve adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any 311 other incidentals necessary to complete the work. Pay Item #214 Adjust Existing Water Meter to Grade: 31 This pay item shall consist of adjusting existing water meter boxes, which are to remain in service, to grade. Any adjustment to residential or commercial water meter boxes shall also include adjusting the a meter to within 8" of the top of the box per City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. tc- 3 Measurement and Payment shall be made on the basis of price bid per each (EA) wate adjusted to grade and shall be total compensation for furnishing all materials, new setter and m4er box, tools, ZS equipment, labor, and any other incidentals necessary to complete the work. ) : Pay Item #215 Relocate and Adjust Existing Water Meter to Grade: 21 This pay item shall consist of relocating and adjusting existing water meter boxes to grade. Any adjustment to residential or commercial water meter boxes shall also include adjusting the meter to al within 8" of the top of the box per City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. 1 til Section 5 page 7 Description of Pay Items Pay Item #226 Reinforced Concrete Sidewalk Adjacent To Retaining Wall (Retaining Wall I Paid For Separately): p /p E 1 7 y., This pay item shall consist of the construction of a 5 -foot wide concrete sidewalk built adjacent to retaining walls (non- spread footing type) in the locations as shown in the plans. All concrete for d construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing reinforcement is 11 subsidiary to the price bid. All sidewalks next the roadway curb shall be connected with sidewalk lug per City of Coppell standard details. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of 3 Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details (2170 & 2180) and all applicable NCTCOG Specifications. All sidewalks adjacent to curbs and inlets shall be installed with joint lug to curb or inlet. 2 Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals 2 necessary to complete the work. Retaining walls shall be paid for separately under appropriate pay item. S Pay Item #227 & 227A Reinforced Concrete Retaining Wall Integral with Sidewalks r'�i (Sidewalk Paid For Separately): r 1 hh it 6 k These items shall consist of the complete in place construction of Retaining Walls Integral with Sidewalk 2 per City of Coppell Design Standards, and shall be constructed as shown on the plans. Item 227A is a bid alternate to install the wall with a formliner pattern, pattern to be chosen by the City of Coppell prior to construction. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement 22 per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with the City of IS Coppell Standard Construction Details (2180) and all applicable NCTCOG Specifications. di Measurement and Payment shall be made on the basis of price bid per square foot (SF) of exposed di vertical wall face toward the sidewalk side and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all di excavation, embedment, forms and backfill. Sidewalks adjacent to the retaining wall shall be paid for separately under appropriate pay item. P ay Item #228 & 228A WO � � I'XDOT Spread Footing Retaining Wall "RW 1 (H) C (MOD)" This item shall consist of the complete in place construction of a spread footing retaining walls per IS standard detail "RW I (H) C (MOD)" provided in the plans set. Item 228A is a bid alternate to install the wall with a formliner pattern, pattern to be chosen by the City of Coppell prior to construction. All 2 concrete for construction shall be Class "C" having a minimum compressive strength of 3,600 psi at 28 days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All fence removal, repair, temporary fencing, reinstallation of existing fencing or replacement of fencing shall be considered 2 subsidiary to construction and no separate pay item is provided. Z Measurement and Payment shall be made on the basis of unit price bid per square foot (SF) of vertical wall face above the footing to top of wall. Payment shall be total compensation for furnishing all materials, tools, forms, equipment, labor, and any other incidentals necessary to complete the work, 2 including all excavation, embedment and backfill. II Section 5 page 11 Description of Pay Items Pay Item #229 Temporary Asphalt Paving (2" HMAC): This item shall be used for utility trenches in street pavement only, the Contractor shall provide a pavement repair immediately after utility trench backfill and compaction using a minimum of two (2) inches of Hot -Mix Asphaltic Concrete (Type `B ") over a properly compacted trench. This repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid per square yard shall cover all costs for providing pavement repair for all street cuts prior to street reconstruction and shall include all equipment, labor and materials to complete the work. Contractor is to provide at all times a smooth and maintained driving surface. Any additional repairs needed to repair or maintain previously placed asphalt by the Contractor shall be considered subsidiary Q and no extra pay allowed. No temporary asphalt shall be utilized for the construction of the water services. Pay Item #230 Temporary Asphalt Paving (2" HMAC with 4" Aggregate Base): This pay item shall consist of the construction of temporary asphalt driving lane for construction of the project. The temporary paving shall be 2" thick HMAC surface course, Type "D ", on a 4" thick flexible base. The flexible base shall be Type, "A ", Grade 2 in accordance with TxDOT Specifications Item 247. This item includes compaction of the subgrade. Work shall be in compliance with the NCTCOG Items 301.1 and 302.9. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work and removal after no longer required. Q Pay Items #231 -234 Traffic Buttons: /1. ; 2- ci °' aPece) This work includes the placement and installation of all traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy and/or bituminous adhesive shall be carefully followed. ® Measurement and Payment for traffic button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) for the various types and sizes and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #235 & 236 Pavement Markings: See Technical Specification "Retroreflective Prefabricated Pavement Markings" This pay item shall consist of the surface preparation, placement and installation of various words, symbols or shapes, stop bars, lane striping or any other unit in the color, width and thickness as shown on the plans per City of Coppell standard details. Measurement and payment for striping shall be made on the basis of price bid per linear foot (LF) and for symbols shall be per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Section 5 page 12 Description of Pay Items Pay Item #237 Tree Removal and Disposal: This pay item shall consist of the removal of trees as required to complete the Project. The Contractor shall remove trees only at the direction of the City after consultation with the owner of the property on which tree to be removed is located. Removal includes removing the subsurface root system. The resulting excavated hole shall be backfilled with a suitable material and compacted. The contractor should confirm removal of all trees with the City. Trees should be removed in a manner that will not damage surrounding trees, buildings, utilities, fences, pools, pool equipment, and other facilities. Measurement and payment of this bid item will be per each (EA) tree removed that is 6 inches or greater in diameter. Only trees that are 6 inches in diameter or greater when measured 3 feet above the natural ground will be paid for under this bid item. There shall be no separate pay for all other tree removal, including bushes, hedgerows, or tree stumps. Payment will be full compensation for all labor, materials, equipment, haul & disposal, and incidentals required to remove the trees. The payment per tree removed shall include all repair costs and yard restoration incurred by the Contractor due to damage caused by the removal process. Payment for turf establishment shall be paid for separately if required. Pay Item #238 Tree Installation: These items cover the installation of trees as required to complete the project. Replacement trees shall be 3 inches caliper of trunk measured 3 feet above grade level. The type of tree shall be the same type of tree (assume Live Oak or similar) as the removed tree unless the owner of the property on which the tree is to be planted requests a different type of tree and the request is approved by the City's Project Representative. The location for the tree shall be agreed to by the property owner and the City's Project Representative. Replacement trees shall be nursery grown, well formed, balled and burlapped trees with natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the tree. Planting shall be in accordance with the COCGDS and accepted landscaping practices. The Contractor shall maintain the replacement tree for a three (3) month establishment period following planting. Trees which do not, in the judgment of the City's Project Representative, become established during the establishment period shall be replaced at the Contractor's cost. Measurement and payment shall be by each (EA) tree planted complete in place and accepted. Payment for turf establishment shall be paid for separately if required. Pay Item #239 Turf Establishment: This pay item shall consist of the furnishing and planting grass sod on all disturbed areas to match existing grass within the project limits, not covered by pavement. 2" of top soil shall be placed prior to planting sod. All work shall be in compliance with NCTCOG Item 202.5. This is a "plans quantity" measurement item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and/or operating all labor, materials, top soil, tools, equipment and other incidentals necessary to complete the work. Pay Item #240 Remove and Replace Existing Metal Beam Fence: This pay item shall consist of the removal and replacement of existing metal beam fence within the project area. Metal beam guard fence to be installed with terminal connectors each end, no terminal anchor section will be used. til Section 5 page 13 Description of Pay Items length of intermediate fittings, specials or valves. and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including El all excavation, embedment pnd backfill. int Pay Items #503, & 504; 6 Gate Valves: lig4 . 1' 0 WA 1 1 This y iteM-Shall consist of the installation of 8 -inch and 6 -inch gate valves at the locations as shown in the plans. Work shall be in accordance with NCTCOG Items 502 and City of Coppell Standard Construction Details (4050). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. op \ '�-- `. Pay Item # 505 Cut & Plug Ex. Waterline, Regardless Of Size: This y item shall consist of cutting and plugging of existing waterlines regardless of size, for the purpose of abandoning the existing pipe, in the locations shown on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items 506 &___507) Connect to Existing Waterline: This p ay item shall consist of furnishing and installing a connection of the new PVC water pipe to the existing water pipe at the location indicated on the plans. MI Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item Install Fire Hydrant and Valve Assembly: This pay item shall consist of the furnishing and installing of Fire Hydrants as per the City of Coppell Standard Construction Details (4120) at the locations shown on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall include all labor, equipment and materials necessary to complete the work including excavation, embedment, thrust restraints, blocking, fittings, painting, reflectors and backfill. 6 -inch gate valves, if required shall be paid for separately under the appropriate pay item. 6 -inch lead in pipe shall be accounted for separately and paid for under the appropriate pay item. Pay Item 509 Trench Safety Protection for Water Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an Section 5 page 19 Description of Pay Items ;, optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. 11 Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals d necessary to complete the work. \t „ 2 Pay Item ,,.> 1 0 k).'�' 10 - Inch Water Main Lowering at STA 25 +75: Thi y item shall consist of furnishing and installing a 10" water main lowering at station 25 +75, as per the City of Coppell Standard Construction Details (4200) at the location shown on the plans. d Measurement and Payment shall be made on the basis of price bid per lump sum and shall be total compensation for furnishing all materials, ductile iron fittings, blocking, thrust harness, polyethylene wrap, piping, excavation, connection to existing main, embedment and backfill tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 511 1" Water Service: -- 7 c„. LI , -I _'1 ' 1--- ' This item shall consist of furnishing and installing 1 -inch Type " copper water service at the locations shown in the plans. All water services for this project shall be installed with 2" Schedule 40 PVC sleeve under proposed paving and sidewalks. PVC sleeves shall be included in the price for water "l service and no separate pay is allowed. Work shall be in accordance with City of Coppell Standard Construction Details (4130). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, fittings, meter box (if required), temporary asphalt paving idl surface, equipment, labor, and any other incidentals necessary to complete the work. di TRAFFIC SIGNAL ITEMS The Standard Specifications for Construction of Highways, Streets, and Bridges as adopted by the til Texas Department of Transportation, June 1, 2004 (Maroon Book), shall govern the construction of traffic signal pay items, unless otherwise noted in the general notes, these specifications, or on the ZI construction plans. All construction shall be subject to the inspection and approval of the City of Coppell. In the event of di a conflict of the specifications, the City shall determine which specification shall govern for a particular circumstance. a The specification items listed below along are those under which payment is to be made. These specifications, together with the referenced items, the "Maroon Book ", and the details shown on the construction plans, constitute the complete specifications for construction of the traffic signal. Pay Item #601 Traffic Signal Installation at MacArthur and Deforest Rd: la Applicable TxDOT reference items: (680). a This work includes the furnishing and installation of new highway traffic signals including traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS -2 Type 2 Cabinet Specifications" and "Specification for Fully- Actuated Solid State lal Controller unit (TS -2) with Time -Based Coordination, Preemption, and Closed Loop Operation" as well I CS Section 5 page 20 Description of Pay Items 1 1 and install Pelco Part Number SM -0286 traffic signal confirmation lights, or equal. Confirmation light shall be mounted high enough to be visible above the street name sign with extensions if necessary. I Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Any I necessary extensions shall be considered subsidiary to this pay item. I Pay Item #637 Cabinet Mounted Communication Equipment: This work shall include the furnishing and installation of all necessary cabinet mounted equipment for communication between the traffic signal controller and remote city locations via the 12 strand fiber 6 provided under item I -33. This pay item shall cover the installation of necessary equipment in the new cabinet being installed at Macarthur and Deforest and the existing cabinet at Macarthur and Samuel. e This equipment will include a Corning AnyLAN integrated single -panel housing, 24 -fiber LC Duplex with Corning fiber jumpers. Jumpers shall be 2 -F singlemode LC -LC duplex. The equipment will also include an Ethernet switch. The switch shall be EtherWan, model EX72089 -0VB hardened managed switch with 8 ports, or approved equal. Switch shall be equipped with an EtherWan 41- 136046 power 11 supply and EtherWan fiber modules. Measurement and Payment shall be made on the basis of the bid price per lump sum (LS) and shall be the ti total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Completion of the work shall include those items listed herein as well as any additional items required to Iti interface between the fiber and the traffic signal controller and the video detection system. 1 . 1, I_ ,b____ .--- (peare' 6.1 4 1 A-d-0 t 0 014A4 C;--cc& 22? A f 5-1-rmAZ 0 o r - rc"4.`i cfy A4 p • A . 5 � � off 1 vt P- , r,..,_ Z2°� ; G 66W ': 0 c '? il 52,-A- 9 all 21 gill Section 5 page 27 Description of Pay Items 1 1 SPECIFICATIONS FOR FULLY - ACTUATED SOLID STATE CONTROLLER UNIT OP WITH TIME BASED COORDINATION, PREEMPTION, AND CLOSED LO . ' OPERATION ig 1.0 SCOPE 1.1 This specification sets forth the minimum requi ° ments for a shelf - mounted (16) sixteen -phase full- actuated solid state control - r unit with internal Time -Based Coordination (TBC), railroad/fire (emergency vehicle) preemption and closed loop secondary operation. 2.0 CONTROLLER UNIT 2.1 The controller shall be a Nazte . Type 2 ontroller or equal. The controller shall come equipped with an Ethernet c. - unicatio port. 1\s`i(-/ rose .®i 6 - Technical Specifications SPECIFICATIONS FOR UPLOAD - DOWNLOAD DEVICE 1.0 SCOPE 1.1 This specification sets forth the minimum requirements for an upload - download device to be supplied with each traffic signal installation. The purpose of this device is to allow programming to take place in a shop environment and the unit can then be transported to the cabinet and upload of the new program can be accomplished quickly with minimal interruption to the operation of the signal. 2.0 UNIT 2.1 The unit shall be a Panasonic Toughbook CF30 Intel Dual Core Processor L7500 (1.60 GHz) 13.3" XGA LCD Touch screen, or approved Equal. 3.0 HARDWARE REQUIREMENTS 3 3.1 This unit shall be equipped with a minimum of 4.0GB SDRAM (DDR2- 667MHz). 3.2 160GB HDD shock - mounted and quick - release 3 3.3 The unit should include an A/C adapter, and D/C vehicle adapter. 3.4 A DVD Super Multi Drive 3.5 Intel® Wireless WiFi Link 5100 802.1 la/b /g/draft-n 3.6 A 6 cell primary battery. 3.7 Backlit Keyboard 3.8 Bluetooth® v.2.0 + EDR (Class 1) 4.0 SOFTWARE REQUIREMENTS 3 4.1 Operating system of the unit shall be Windows XP Professional, SP3. 4.2 System shall be pre - loaded with Nastec software. 1 C.) 1 1 1 6-12 Technical Specifications RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS SECTION 1.0 SCOPE OF WORK AND GENERAL CHARACTERISTICS 1.1 This specification shall govern the materials, composition, application, measurement, and payment of pavement markings of the color, length thickness, and width as specified in the Plans and in accordance with the lines and positions shown on the Plans or as established by the Engineer. It is the object of this specification to insure the installation of tightly adherent, defect - free pavement markings of quality, visibility, and durability, to either asphaltic or portland cement road surfaces. Markings to be installed on roadways under traffic operation conditions shall be placed with a minimum of interference to the operation of the facility. 1.2 Pavement marking material shall be 3 -M Stmark High Performance Tape, or approved equal. 2.0 MATERIAL APPLICATION AND EQUIPMENT 2.1 The general application method, material, and equipment used shall conform with the manufacturer's recommendations. All lane and word/symbol marking configurations shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices ", as currently amended. The general application procedure is as follows: 2.1.1 Clean the road surface by high pressure air. Blast cleaning may be required by the Engineer on existing road surfaces. 2.1.2 Pre -mark the road surface with chalk or crayon where the markings are to be applied. 2.1.3 Prime the road surface using recommended primer and applicator, extending beyond outlined area a minimum of 1". 2.1.4 Apply marking material in accordance with manufacturers specific recommendations making sure all edges are firmly adhered and no material is overlapping. 2.1.5 Tamp or roll the applied markings with a minimum 2001b. load. 2.2 It is the intent of the equipment requirements specified above to insure the placement of pavement markings meeting the requirements of this specification. All markings placed that do not meet the requirements of this 6 -43 Technical Specifications