PA0001-CN011008 T H E C I T Y O F
COPPELL
�
�„ q
X A s 1 6
MACARTHUR PARK CONSTRUCTION
Parks and Recreation Department
City of Coppell, Texas
PROJECT MANUAL
FOR
MACARTHUR PARK PARKING LOT EXPANSION
Per
The City of Coppell Specifications
At
The City of Coppell
Town Center
Purchasing Deparment FILE COPY
BID OPENING DATE: NOVEMBER 21, 2001
2:00 P.M.
OFFICE COPY
DATE --
V
Schrickel, Rollins and Associates, Inc.
Landscape Architecture • Planning Engineering
1161 Corporate Drive West • Suite 200 • Arlington, Texas 76006
(817) 649 - 3216 /Metro 640 - 8212 /FAX (817) 649 -7645
Project No. 4017
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
00002 - CERTIFICATION
TEIECITT W. RIR T
T 630 ® .
The Texas Board of Architectural Examiners, P.O. Box 12337, Austin, Texas 78711 -2337 or 333 Guadalupe,
Suite 2 -350, Austin, Texas 78701 -3942, (512) 305 -9000, has jurisdiction over individuals licensed under the
Landscape Architects Registration Law, Texas Civil Statutes, Article 249c, and the Architects Registration
Law, Article 249a, Vernon's Texas Civil Statutes.
PROJECT MANUAL
TABLE OF CONTENTS
INTRODUCTORY INFORMATION
00001 - Title Page
00002 - Certification Page
00003 - Table of Contents
BIDDING REQUIREMENTS
00030 - Invitation to Bid /Instructions /Terms of Contract
00200 - Geotechnical Data
CONTRACT FORMS
00300 - Bid Form
00410 - List of Alternates
00420 - Bidder's Statement of Qualifications
00510 - Standard Fixed Price Agreement
00610 - Performance Bond
00620 - Payment Bond
00630 - Maintenance Bond
CONDITIONS OF THE CONTRACT
00700 - General Provisions
00810 - Special Conditions
00815 - Contractor Safety Specification
00822 - Temporary Erosion, Sediment and Water Pollution Control
00900 - Addenda (to be added as issued)
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01010 - Summary of the Work
01340 - Shop Drawings, Product Data, and Samples
01410 - Testing Laboratory Services
01510 - Temporary Utilities and Facilities
01532 - Tree Protection
01710 - Cleaning Up
DIVISION 2 - SITEWORK
02100 - Site Preparation
02200 - Earthwork
02240 - Lime Treated Subgrade
02660 - Pavement Markings and Signs
02800 - Turfgrass Planting
02830 - Ornamental Metal Fencing
02832 - Segmental Retaining Wall
4017 1
02900 - Tree, Shrub and Groundcover Planting
02970 - Irrigation System
DIVISION 3 - CONCRETE
03100 - Concrete Formwork
03200 - Concrete Reinforcement
03300 - Cast -in -Place Concrete
4017 2
T H E C 1 T Y O F
COPPELL
�.,
X A S ' s
INVITATION TO BID
INSTRUCTIONS /TERMS OF CONTRACT
SPECIFICATIONS
BID SHEET(S)
FOR
MACARTHUR PARK PARKING LOT EXPANSION
PER
THE CITY OF COPPELL SPECIFICATIONS
AT
THE CITY OF COPPELL
TOWN CENTER
PURCHASING DEPARTMENT
OPENING DATE: WEDNESDAY, NOVEMBER 21, 2001
2:00 P.M.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
SECTION 00030
T H E C I T Y O F
coi'mi
•
2 o
a
A s 5
INVITATION TO BID
Return Bid To: City of Coppell
Purchasing Department
PO Box 478
Coppell, Texas 75019
The enclosed Invitation To Bid and accompanying Specifications with Bid Sheets are for
your convenience in bidding the enclosed referenced products and /or services for the City of
Coppell. Sealed bids shall be received no later than: 2:00 P.M., Wednesday, November 21,
2001.
Please reference Bid No. Q- 1001 -02, "MACARTHUR PARK PARKING LOT EXPANSION," in
all correspondence pertaining to this bid and affix this number to outside front of bid envelope
for identification. All bids shall be to the attention of the Purchasing Department.
The City of Coppell appreciates your time and effort in preparing a bid. Please note that all
bids must be received at the designated location by the deadline shown. Bids received
after the deadline will be returned unopened and shall be considered void and unacceptable.
Bid opening is scheduled to be held in the Office of the Purchasing Agent, 255 Parkway
Boulevard, Coppell, Texas. You are invited to attend.
If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please
submit a "NO BID" response (same time /location). The City of Coppell is always very
conscious and extremely appreciative of the time and effort expended to submit a bid.
However, on "NO BID" responses please communicate any bid requirement(s) which may have
influenced your decision to "NO BID."
If response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation
To Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this
time but desire to remain on the bid list for other commodities, please state the specific
product /service for which your firm wishes to be classified.
Awards should be made approximately three weeks following the bid opening date. To obtain
results, or if you have any questions, please contact the Purchasing Department at
972 - 304 -3644.
Bid documents are available at the office of Schrickel, Rollins and Associates, Inc.,
1161 Corporate Drive West, Suite 200, Arlington, Texas 76006. Bid documents may be
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 2 -A
examined without charge. A set of Bid Documents consists of the project manual and
plans. A fee of $100.00 (refundable) will be required for each set of Bid Documents.
No pre -bid conference will be held.
A 5% Bid Bond is required with the bid.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 3 -A
T H E C I T Y O F
COPPELL
q
X A S 1
INVITATION TO BID
INSTRUCTIONS /TERMS OF CONTRACT
BID NO. Q- 1001 -02
MACARTHUR PARK PARKING LOT EXPANSION
By order of the City Council of the City of Coppell, Texas, sealed bids will be received for:
MACARTHUR PARK PARKING LOT EXPANSION
IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to
reject any and /or all bids for any /or all products and /or services covered in this bid request and
to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best
interests of the City of Coppell.
BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Bidder
must submit two (2) copies of their bid. Each bid shall be placed in a separate sealed envelope,
with each page manually signed by a person having the authority to bind the firm in a
Contract, and marked clearly on the outside as shown below. FACSIMILE TRANSMITTALS
SHALL NOT BE ACCEPTED!
SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 2:00 P.M.,
WEDNESDAY, NOVEMBER 21, 2001, to the address as follows:
City of Coppell
Purchasing Department
255 Parkway Blvd.
Coppell, Texas 75019
MARK ENVELOPE: "BID NO. Q- 101 -02, MACARTHUR PARK PARKING LOT EXPANSION"
ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT
BEFORE OPENING DATE AND TIME.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 4 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE
The City of Coppell acknowledges its responsibility to comply with the Americans With
Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special
services (i.e. sign interpretative services, alternative audio /visual devices, and amanuenses) for
participation in or access to the City of Coppell sponsored public programs, services and /or
meetings, the City requests that individuals make request for these services forty -eight (48)
hours ahead of the scheduled program, service and /or meeting. To make arrangements,
contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462 -0022, or
(TDD 1- 800 - RELAY, TX 1- 800 - 735 - 2989).
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 5 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
FUNDING: Funds for payment have been provided through the City of Coppell budget
approved by the City Council for this fiscal year only. State of Texas statutes prohibit the
obligation and expenditure of public funds beyond the fiscal year for which a budget has been
approved. Therefore, anticipated orders or other obligations that may arise past the end of the
current fiscal year shall be subject to budget approval.
LATE BIDS: Bids received in the City of Coppell Purchasing Department after submission
deadline will be considered void and unacceptable. The City of Coppell is not responsible for
lateness or non - delivery of mail, carrier, etc., and the date /time stamp in the Purchasing
Department shall be the official time of receipt.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineation, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the Bidder without the
permission of the City for a period of ninety (90) days following the date designated for the
receipt of bids, and Bidder so agrees upon submittal of their bid.
SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax
and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable
items on City property in the total price of the sale, and shall be responsible to report and pay
such taxes in a timely manner.
BID AWARD: The City reserves the right to award any combination of the bid alternates as is
deemed in the best interest of the City. The City also reserves the right to not award one or any
of the sections.
CONTRACT: This bid, when properly accepted by the City of Coppell, shall constitute a
Contract equally binding between the successful Bidder and the City. No different or additional
terms will become a part of this Contract with the exception of Change Orders.
CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or
affect the terms, conditions or Specifications stated in the resulting Contract. All Change
Orders to the Contract will be made in writing by the City's Purchasing Agent.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 6 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance
with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter
171.
ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any
business arrangement with any employee, official or agent of the City of Coppell.
EXCEPTIONS /SUBSTITUTIONS: All bids meeting the intent of this Invitation To Bid will be
considered for award. Bidders taking exception to the Specifications, or offering substitutions,
shall state these exceptions in the section provided or by attachment as part of the bid. In the
absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the
Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The
City of Coppell reserves the right to accept any and all, or none, of the exception(s)/
substitution(s) deemed to be in the best interest of the City.
ADDENDA: Any interpretations, corrections or changes to this Invitation To Bid and
Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in
the City of Coppell Purchasing Agent. Addenda will be mailed to all who are known to have
received a copy of this Invitation To Bid. Bidders shall acknowledge receipt of all addenda.
DESCRIPTIONS: Any reference to model and /or make /manufacturer used in bid Specifications
will be made by addenda. Sole issuing authority of addenda shall be vested in the City's
Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this
invitation to Bid. Bidders shall acknowledge receipt of all addenda.
BID MUST COMPLY with all federal, state, county, and local laws concerning these types of
service(s).
DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of
manufacturing and engineering practice.
All items supplied against credit must be new and unused, unless otherwise specified, in first -
class condition and of current manufacturer.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet
the following requirements:
1. Have adequate financial resources, or the ability to obtain such resources as
required;
2. be able to comply with the required or proposed delivery schedule;
CITY OF COPPELL • PURCHASING DEPARTMENT - 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 7 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
3. have a satisfactory record of performance;
4. have a satisfactory record of integrity and ethics;
5. be otherwise qualified and eligible to receive an award.
The City may request representation and other information sufficient to determine Bidder's
ability to meet these minimum standards listed above.
REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least
three (3) references where like products and /or services have been supplied by their firm.
Include name of firm, address, telephone number and name of representative.
BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation
To Bid. Failure to provide this information may result in rejection of bid.
SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and
all its officers, agents and employees from all suits, actions, or other claims of any character,
name and description brought for or on account of any injuries or damages received or
sustained by any person, persons, or property on account of any negligent act or fault of the
successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or
performance under, any Contract which may result from bid award. Successful Bidder
indemnifies and will indemnify and save harmless the City from liability, claim or demand on
their part, agents, servants, customers, and /or employees whether such liability, claim or
demand arise from event or casualty happening or within the occupied premises themselves or
happening upon or in any of the halls, elevators, entrances, stairways. or approaches of or to
the facilities within which the occupied premises are located. Successful Bidder shall pay any
judgment with costs which may be obtained against the City growing out of such injury or
damages.
WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of
Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such
employees and all such employees shall be paid wages and benefits as required by Federal
and /or State Law.
TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires,
delivery and acceptance of products and /or performance of services ordered or terminated by
either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder
must state therein the reasons for such cancellation. The City of Coppell reserves the right to
award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of
the City of Coppell.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 8 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the
performance of this Contract in any manner prescribed by law or deemed to be in the best
interest of the City in the event of breach or default of this Contract. The City of Coppell
reserves the right to terminate the Contract immediately in the event the successful Bidder fails
to:
1. Meet schedules;
2. defaults in the payment of any fees; or
3. otherwise perform in accordance with these Specifications.
Breach of Contract or default authorizes the City of Coppell to exercise any or all of the
following rights:
1. The City may take possession of the assigned premises and any fees accrued or
becoming due to date;
2. the City may take possession of all goods, fixtures and materials of successful Bidder
therein and may foreclose its lien against such personal property, applying the
proceeds toward fees due or thereafter becoming due.
In the event the successful Bidder shall fail to perform, keep or observe any of the terms and
conditions to be performed, kept or observed, the City shall give the successful Bidder written
notice of such default; and in the event said default is not remedied to the satisfaction and
approval of the city within two (2) working days of receipt of such notice by the successful
Bidder, default will be declared and all the successful Bidder's rights shall terminate.
Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution
for damages in the event that the City declares the Bidder in default.
NOTICE: Any notice provided by this bid (or required by law) to be given to the successful
Bidder by the City of Coppell shall conclusively deemed to have been given and received on the
next day after such written notice has been deposited in the mail in the City of Coppell, Texas
by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the
successful Bidder at the address so provided; provided this shall not prevent the giving of actual
notice in any other manner.
PATENTS /COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from
claims involving infringement of patents and /or copyrights.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 9 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a
Contract Administrator with designated responsibility to ensure compliance with Contract
requirements, such as but not limited to, acceptance, inspection and delivery. The Contract
Administrator will serve as liaison between the City of Coppell Purchasing Department (which
has the overall Contract Administration responsibilities) and the successful Bidder.
PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s)
ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10)
days.
WARRANTY: Successful Bidder shall warrant that all items /services shall conform to the
proposed Specifications and /or all warranties as stated in the Uniform Commercial Code and be
free from all defects in material, workmanship and title. A copy of the warranty for each item
being bid must be enclosed. Failure to comply with the above requirements for literature and
warranty information could cause bid to be rejected.
REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all
rights, duties and remedies available as stated in the Uniform Commercial Code.
VENUE: This Agreement will be governed and construed according to the laws of the State of
Texas. This Agreement is performable in the City of Coppell, Texas.
ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in
whole or in part, without prior written consent of the City of Coppell.
SPECIFICATIONS and model numbers are for description only. Bidder may bid on description
only. Bidder may bid on alternate model but must clearly indicate alternate model being bid.
Bidder must enclose full descriptive literature on alternate item(s).
SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail
or to the apparent omission of a detailed description concerning any point, shall be regarded as
meaning that only the best commercial practices are to prevail. All interpretations of these
Specifications shall be made on the basis of this statement.
Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the
policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30)
days prior to cancellation or upon any material change in coverage.
ANY QUESTIONS concerning this Invitation To Bid and Specifications should be directed to
Purchasing Agent, City of Coppell, (972) 304 -3643.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 10 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
SECTION 00300
BID Q- 1001 -02
MACARTHUR PARK PARKING LOT EXPANSION
BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID
SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE
(SPECIFICATIONS, BID AFFIDAVIT
AND INSURANCE AFFIDAVIT)
TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMENT NO
LATER THAN 2:00 P.M., WEDNESDAY, NOVEMBER 21, 2001.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 11 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully
reviewed and are submitted as correct and final. Bidder further certifies and agrees to
furnish any and /or all commodities upon which prices are extended at the price offered,
and upon the conditions contained in the Specifications of the Invitation To Bid. The
period of acceptance of this bid will be calendar days from the date of the
bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise
indicated by Bidder.)
STATE OF COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
on this day personally appeared who after being by me duly sworn, did depose
and say:
"1, am a duly
authorized officer /agent for and have been
duly authorized to execute the foregoing on behalf of the said
I hereby certify that the foregoing bid has not been prepared in collusion with any other
Bidder or individual(s) engaged in the same line of business prior to the official opening
of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6)
months, directly or indirectly concerned in any pool, agreement or combination thereof,
to control the price of services /commodities bid on, or to influence any individual(s) to
bid or not to bid thereon."
Name and address of Bidder:
Telephone: ( ) by:
Title: Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of 2001.
Notary Public in and for the State of
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 12 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
INSURANCE REQUIREMENT AFFIDAVIT
I, the undersigned agent, certify that the insurance requirements contained in this bid
document have been reviewed by me with the below identified bidder. If the below
identified bidder is awarded this contract by City of Coppell, I will be able, within ten (10)
days after bidder is notified of such award, to furnish a valid insurance certificate to the City
meeting all of the requirements contained in this IFB.
Agent (Signature) Agent (Print)
Name of Insurance Carrier
Address of Agency
City /State
Phone Number Where Agent May Be Contacted
Bidder's Name (Print or Type)
SUBSCRIBED AND SWORN to before me by the above named on this the
day of , 2001.
Notary Public in and for the
State of
CITY OF COPPELL PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD COPPELL, TEXAS 75019 Page 13 -A
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
CONTRACT FORMS
00510
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 14 -A
SECTION 00510
T H E C 1 T Y O F
COPPELL
A t.
q
A 5 1
CITY OF COPPELL, TEXAS
STANDARD FIXED PRICE AGREEMENT
FOR THE CONSTRUCTION OF THE
MACARTHUR PARK PARKING LOT EXPANSION
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
City of Coppell, Texas
This Agreement is made by and between the City of Coppell, Texas, a home -rule municipality
(hereinafter referred to as the "Owner ") and , (hereinafter referred to as
the "Contractor ") for construction of , (hereinafter referred to as the
"Project "), the Owner and the Contractor hereby agreeing as follows:
ARTICLE I 1.4 No PRIVITY WITH OTHERS
THE CONTRACT AND THE CONTRACT 1.4.1 Nothing contained in this Contract shall
DOCUMENTS create, or be interpreted to create, privity or any other
contractual agreement between the Owner and any
1.1 THE CONTRACT person or entity other than the Contractor.
1.1.1 The Contract between the Owner and 1.5 INTENT AND INTERPRETATION
the Contractor, of which this Agreement is a part,
consists of the Contract Documents. It shall be 1.5.1 The intent of this Contract is to require
effective on the date this Agreement is executed by complete, correct and timely execution of the Work.
the last party to execute it. Any Work that may be required, implied or inferred
by the Contract Documents, or any one or more of
1.2. THE CONTRACT DOCUMENTS them, as necessary to produce the intended result
shall be provided by the Contractor for the Contract
1.2.1 The Contract Documents consist of this Price.
Agreement, the Invitation to Bid, Requirements and
Instructions to Bidders, the Specifications, the 1.5.2 This Contract is intended to be an
Drawings, the Project Manual, all Change Orders and integral whole and shall be interpreted as internally
Field Orders issued hereafter, any other amendments consistent. What is required by any one Contract
hereto executed by the parties hereafter, together with Document shall be considered as required by the
the following (if any): Contract.
Documents- not enumerated in this Paragraph 1.2.1 1.5.3 When a word, term or phrase is used in
are not Contract Documents and do not form part of this Contract, it shall be interpreted or construed,
this Contract. first, as defined herein; second, if not defined,
according to its generally accepted meaning in the
1.3 ENTIRE AGREEMENT construction industry; and third, if there is no
generally accepted meaning in the construction
1.3.1 This Contract, together with the industry, according to its common and customary
Contractor's performance and payment bonds for the usage.
Project, all General Conditions, Special Conditions,
Plans and Specifications, and Addenda attached 1.5.4 The words "include ", "includes ", or
thereto, constitute the entire and exclusive agreement "including ", as used in this Contract, shall be deemed
between the Owner and the Contractor with reference to be followed by the phrase, "without limitation ".
to the Project. Specifically, but without limitation,
this Contract supersedes any bid documents and all 1.5.5 The specification herein of any act,
prior written or oral communications, representations failure, refusal, omission, event, occurrence or
and negotiations, if any, between the Owner and condition as constituting a material breach of this
Contractor not expressly made a part hereof. Contract shall not imply that any other, non - specified
act, failure, refusal, omission, event, occurrence or
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 15
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
condition shall be deemed not to constitute a material 1.5.9 Neither the organization of any of the
breach of this Contract. Contract Documents into divisions, sections,
paragraphs, articles, (or other categories), nor the
1.5.6 Words or terms used as nouns in this organization or arrangement of the Design, shall
Contract shall be inclusive of their singular and plural control the Contractor in dividing the Work or in
forms, unless the context of their usage clearly establishing the extent or scope of the Work to be
requires a contrary meaning. performed by Subcontractors.
1.5.7 The Contractor shall have a continuing 1.6 OWNERSHIP OF
duty to read, carefully study and compare each of the
Contract Documents, the Shop Drawings, the Product CONTRACT DOCUMENTS
Data, and any Plans and Specifications, and shall give
written notice to the Owner of any inconsistency, 1.6.1 The Contract Documents, and each of
ambiguity, error or omission which the Contractor them, shall remain the property of the Owner. The
may discover with respect to these documents before Contractor shall have the right to keep one record set
proceeding with the affected Work. The issuance, or of the Contract Documents upon completion of the
the express or implied approval by the Owner or the Project; provided, however, that in no event shall
Architect of the Contract Documents, Shop Drawings Contractor use, or permit to be used, any or all of
or Product Data shall not relieve the Contractor of the such Contract Documents on other projects without
continuing duties imposed hereby, nor shall any such the Owner's prior written authorization.
approval be evidence of the Contractor's compliance
with this Contract. The Owner has requested the
Architect to only prepare documents for the Project,
including the Drawings and Specifications for the ARTICLE II
Project, which are accurate, adequate, consistent,
coordinated and sufficient for construction. THE WORK
HOWEVER, THE OWNER MAKES NO
REPRESENTATION OR WARRANTY OF ANY 2.1 The Contractor shall perform all of the
NATURE WHATSOEVER TO THE Work required, implied or reasonably inferable from,
CONTRACTOR CONCERNING SUCH this Contract.
DOCUMENTS. By the execution hereof, the
Contractor acknowledges and represents that it has 2.2 WORK
received, reviewed and carefully examined such
documents, has found them to be complete, accurate, 2.2.1 The term "Work" shall mean whatever
adequate, consistent, coordinated and sufficient for is done by or required of the Contractor to perform
construction, and that the Contractor has not, does and complete its duties under this Contract, including
not, and will not rely upon any representation or the following: construction of the whole or a
warranties by the Owner concerning such documents designated part of the Project; furnishing of any
as no such representation or warranties have been or required surety bonds and insurance, and the
are hereby made. Further, the Contractor represents provision or furnishing of labor, supervision,
and warrants that it has had a sufficient opportunity to services, materials, supplies, equipment, fixtures,
inspect the Project site and assumes any and all appliances, facilities, tools, transportation, storage,
responsibility for inadequacies or ambiguities in the power, permits and licenses required of the
plans, drawings or specifications as well as for latent Contractor, fuel, heat, Tight, cooling and all other
conditions of the site where the work is to be utilities as required by this Contract. The Work to be
performed. performed by the Contractor is generally described as
follows:
1.5.8 As between numbers and scaled
measurements on the Drawings and in the Design, the
numbers shall govern, as between larger scale and
smaller scale drawings, the larger scale shall govern.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
sustained by the Owner, estimated at or before the
time of executing this Contract. When the Owner
2.2.2 The Contractor shall be responsible for reasonably believes that Substantial Completion will
paying for and procuring all materials and labor and be inexcusably delayed, the Owner shall be entitled,
furnishing all services necessary or appropriate for but not required, to withhold from any amounts
the full performance of the Work and the for the full otherwise due the Contractor an amount then believed
completion of the Project. All materials shall be new by the Owner to be adequate to recover liquidated
and materials and workmanship shall be of good damages applicable to such delays. if and when the
quality. Upon request, the Contractor shall furnish Contractor overcomes the delay in achieving
satisfactory proof of the type, kind, and quality of Substantial Completion, or any part thereof, for which
materials. the Owner has withheld payment, the Owner shall
promptly release to the Contractor those funds
withheld, but no longer applicable, as liquidated
damages.
ARTICLE III
3.1.3 In the event that the Contractor achieves
CONTRACT TIME certification of substantial completion prior to the
scheduled completion date, the Owner shall pay to the
3.1 TIME AND LIQUIDATED DAMAGES Contractor the sum of $250.00 per day for each
calendar day that substantial completion is certified in
3.1.1 The Contractor shall commence the advance of the scheduled completion date.
Work within 10 days of receipt of a written Notice to
Proceed, and shall achieve Substantial Completion of 3.1.4 No claim shall be made by the
the Work no later than March 1, 2002. The parties Contractor to the Owner, and no damages, costs or
acknowledge that time is of the essence in the extra compensation shall be allowed or paid by the
performance of the terms of this Contract. The term Owner to the Contractor for any delay or hindrance
"calendar days" shall mean any and all days of the from any cause in the progress or completion of the
week or month, no days being excepted. It is Work or this Contract. The Contractor's sole remedy
contemplated by the parties that the progress of the in the event of any delay or hindrance shall be to
Work may be delayed by certain conditions beyond request time extensions by written change orders as
the control of the parties; these delays have been provided for hereinafter. Should the Contractor be
contemplated by the parties and considered in the delayed by an act of the Owner, or should the Owner
time allotted for performance specified herein and order a stoppage of the Work for sufficient cause, an
includes, but is not limited to delays occasioned on extension of time shall be granted by the Owner by
account of adverse weather, temporary unavailability written authorization upon written application, which
of materials, shipment delays, and the presence and extension shall not be unreasonably denied, to
potential interference of other contractors who may compensate for the delay.
be performing work at the Project site unrelated to
this agreement. 3.1.5 The Owner shall have the authority to
suspend the Work wholly or in part for such period or
The number of calendar days from the date on which periods of time as it may deem appropriate due to
the Work is permitted to proceed, through the date set unsuitable conditions considered unfavorable for the
forth for Substantial Completion, shall constitute the proper prosecution of the Work or for the failure of
"Contract Time ". the Contractor to carry out instructions from the
Owner or Owner's representative. During any period
3.1.2 The Contractor shall pay the Owner the in which the Work is stopped or during which any of
sum of $250 per day for each and every calendar day the Work is not actively in progress for any reason,
of unexcused delay in achieving Substantial Contractor shall properly protect the site and the
Completion beyond the date set forth herein for Work from damage, loss or harm.
Substantial Completion of the Work. Any sums due
and payable hereunder by the Contractor shall be
payable, not as a penalty, but as liquidated damages
representing an estimate of delay damages likely to be
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
3.2 SUBSTANTIAL COMPLETION constitute a material breach of this Contract. The
Schedule of Values shall be used only as a basis for
3.2.1 "Substantial Completion" shall mean the Contractor's Applications for Payment and shall
that stage in the progression of the Work when the only constitute such basis after it has been
Work is sufficiently complete in accordance with this acknowledged and accepted in writing by the
Contract that the Owner can enjoy beneficial use or Architect and the Owner.
occupancy of the Work and can utilize the Work for
its intended purpose, even though minor 5.2 PAYMENT PROCEDURE
miscellaneous work and /or adjustment may be
required. 5.2.1 The Owner shall pay the Contract Price
to the Contractor as provided below.
3.3 TIME IS OF THE ESSENCE
5.2.2 PROGRESS PAYMENTS - Based upon the
3.3.1 All limitations of time set forth in the Contractor's Applications for Payment submitted to
Contract Documents are of the essence of this the Architect and upon Certificates for Payment
Contract. subsequently issued to the Owner by the Architect,
the Owner shall make progress payments to the
Contractor on account of the Contract Price.
ARTICLE IV 5.2.3 On or before the 25th day of each
month after commencement of the Work, the
CONTRACT PRICE Contractor shall submit an Application for Payment
for the period ending the 15th day of the month to the
4.1 THE CONTRACT PRICE Architect in such form and manner, and with such
supporting data and content, as the Owner or the
4.1.1 The Owner shall pay, and the Architect may require. Therein, the Contractor may
Contractor shall accept, as full and complete payment request payment for ninety percent (90 %) of that
for all of the Work required herein, the fixed sum of portion of the Contract Price properly allocable to
$ Contract requirements properly provided, labor,
materials and equipment properly incorporated in the
The sum set forth in this Paragraph 4.1 shall Work, less the total amount of previous payments
constitute the Contract Price which shall not be received from the Owner. Such Application for
modified except by written Change Order as provided Payment shall be signed by the Contractor and shall
in this Contract. constitute the Contractor's representation that the
Work has progressed to the level for which payment
is requested in accordance with the Schedule of
Values, that the Work has been properly installed or
ARTICLE V performed in full compliance with this Contract, and
PAYMENT OF THE CONTRACT PRICE that the Contractor knows of no reason why payment
should not be made as requested. Thereafter, the
5.1 SCHEDULE OF VALUES Architect will review the Application for Payment
and may also review the Work at the Project site or
elsewhere to determine whether the quantity and
5.1.1 Within ten (10) calendar days of the quality of the Work is as represented in the
effective date hereof, the Contractor shall submit to Application for Payment and is as required by this
the Owner and to the Architect a Schedule of Values Contract. The Architect shall determine and certify to
allocating the Contract Price to the various portions the Owner the amount properly owing to the
of the Work. The Contractor's Schedule of Values Contractor. The Owner shall make partial payments
shall be prepared in such form, with such detail, and on account of the Contract Price to the Contractor
supported by such data as the Architect or the Owner within thirty (30) days following the Architect's
may require to substantiate its accuracy. The receipt and approval of each Application for
Contractor shall not imbalance its Schedule of Values
Payment. The amount of each partial payment shall
nor artificially inflate any element thereof. The be the amount certified for payment by the Architect
violation of this provision by the Contractor shall
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 18
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
less such amounts, if any, otherwise owing by the (b) claims of third parties against the Owner
Contractor to the Owner or which the Owner shall or the Owner's property;
have the right to withhold as authorized by this
Contract. The Architect's certification of the (c) failure by the Contractor to pay
Contractor's Application for Payment shall not Subcontractors or others in a prompt
preclude the Owner from the exercise of any of its and proper fashion;
rights as set forth in Paragraph 5.3 hereinbelow.
(d) evidence that the balance of the Work
5.2.4 The Contractor warrants that title to all cannot be completed in accordance with
Work covered by an Application for Payment will the Contract for the unpaid balance of
pass to the Owner no later than the time of payment. the Contract Price,
The Contractor further warrants that upon submittal
of an Application for Payment, all Work for which (e) evidence that the Work will not be
payments have been received from the Owner shall be completed in the time required for
free and clear of liens, claims, security interest or substantial or final completion;
other encumbrances in favor of the Contractor or any
other person or entity whatsoever. (f) persistent failure to carry out the Work
in accordance with the Contract;
5.2.5 The Contractor shall promptly pay each
Subcontractor out of the amount paid to the (g) damage to the Owner or a third party to
Contractor on account of such Subcontractor's Work, whom the Owner is, or may be, liable.
the amount to which such Subcontractor is entitled.
In the event the Owner becomes informed that the In the event that the Owner makes
Contractor has not paid a Subcontractor as herein written demand upon the Contractor for amounts
provided, the Owner shall have the right, but not the previously paid by the Owner as contemplated in this
duty, to issue future checks in payment to the Subparagraph 5.3.1, the Contractor shall promptly
Contractor of amounts otherwise due hereunder comply with such demand. The Owner shall have no
naming the Contractor and such Subcontractor as duty to third parties to withhold payment to the
joint payees. Such joint check procedure, if Contractor and shall incur no liability for a failure to
employed by the Owner, shall create no rights in withhold funds.
favor of any person or entity beyond the right of the
named payees to payment of the check and shall not 5.4 UNEXCUSED FAILURE TO PAY
be deemed to commit the Owner to repeat the
procedure in the future. 5.4.1 If within fifteen (15) days after the date
established herein for payment to the Contractor by
5.2.6 No progress payment, nor any use or the Owner, the Owner, without cause or basis
occupancy of the Project by the owner, shall be hereunder, fails to pay the Contractor any amount
interpreted to constitute an acceptance of any Work then due and payable to the Contractor, then the
not in strict accordance with this Contract. Contractor may after ten (10) additional days' written
notice to the Owner and the Architect, and without
5.3 WITHHELD PAYMENT prejudice to any other available rights or remedies it
may have, stop the Work until payment of those
5.3.1 The Owner may decline to make amounts due from the Owner have been received.
payment, may withhold funds, and, if necessary, may Late payments shall not accrue interest or other late
demand the return of some or all of the amounts charges.
previously paid to the Contractor, to protect the
Owner from loss because of: 5.5 SUBSTANTIAL COMPLETION
(a) defective Work not remedied by the 5.5.1 When the Contractor believes that the
Contractor nor, in the opinion of the Work is substantially complete, the Contractor shall
Owner, likely to be remedied by the submit to the Architect a list of items to be completed
Contractor; or corrected. When the Architect on the basis of an
inspection determines that the Work is in fact
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 19
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
substantially complete, it will prepare a Certificate of and every calendar day of unexcused delay in
Substantial Completion which shall establish the date achieving final completion beyond the date set forth
of Substantial Completion, shall state the herein for final completion of the Work. Any sums
responsibilities of the Owner and the Contractor for due and payable hereunder by the Contractor shall be
Project security, maintenance, heat, utilities, damage payable, not as a penalty, but as liquidated damages
to the Work, and insurance, and shall fix the time representing an estimate of delay damages likely to be
within which the Contractor shall complete the items sustained by the Owner, estimated at or before the
listed therein. Guarantees required by the Contract time of executing this Contract. When the Owner
shall commence on the date of Substantial reasonably believes that final completion will be
Completion of the Work. The Certificate of inexcusably delayed, the Owner shall be entitled, but
Substantial Completion shall be submitted to the not required, to withhold from any amounts otherwise
Owner and the Contractor for their written acceptance due the Contractor an amount then believed by the
of the responsibilities assigned to them in such Owner to be adequate to recover liquidated damages
certificate. applicable to such delays. if and when the Contractor
overcomes the delay in achieving final completion, or
Upon Substantial Completion of the Work, and any part thereof, for which the Owner has withheld
execution by both the Owner and the Contractor of payment, the Owner shall promptly release to the
the Certificate of Substantial Completion, the Owner Contractor those funds withheld, but no longer
shall pay the Contractor an amount sufficient to applicable, as liquidated damages.
increase total payments to the Contractor to one
hundred percent (100 %) of the Contract Price less 5.6.2 The Contractor shall not be entitled to
three hundred percent (300 %) of the reasonable cost final payment unless and until it submits to the
as determined by the Owner and the Architect for Architect its affidavit that all payrolls, invoices for
completing all incomplete Work, correcting and materials and equipment, and other liabilities
bringing into conformance all defective and connected with the Work for which the Owner, or the
nonconforming Work, and handling all unsettled Owner's property might be responsible, have been
claims. fully paid or otherwise satisfied; releases and waivers
of lien from all Subcontractors of the Contractor and
5.6 COMPLETION AND FINAL PAYMENT of any and all other parties required by the Architect
or the Owner; consent of Surety, if any, to final
5.6.1 When all of the Work is finally payment. If any third party fails or refuses to provide
complete and the Contractor is ready for a final a release of claim or waiver of lien as required by the
inspection, it shall notify the Owner and the Architect Owner, the Contractor shall furnish a bond
thereof in writing. Thereupon, the Architect will satisfactory to the Owner to discharge any such lien
make final inspection of the Work and, if the Work is or indemnify the Owner from liability.
complete in full accordance with this Contract and
this Contract has been fully performed, the Architect 5.6.3 The Owner shall make final payment of
will promptly issue a final Certificate for Payment all sums due the Contractor within ten (10) days of
certifying to the Owner that the Project is complete the Architect's execution of a final Certificate for
and the Contractor is entitled to the remainder of the Payment.
unpaid Contract Price, less any amount withheld
pursuant to this Contract. If the Architect is unable to 5.6.4 Acceptance of final payment shall
issue its final Certificate for Payment and is required constitute a waiver of all claims against the Owner by
to repeat its final inspection of the Work, the the Contractor except for those claims previously
Contractor shall bear the cost of such repeat final made in writing against the Owner by the Contractor,
inspection(s) which cost may be deducted by the pending at the time of final payment, and identified in
Owner from the Contractor's final payment. writing by the Contractor as unsettled at the time of
its request for final payment.
5.6.1.1 If the Contractor fails to achieve final
completion within the time fixed therefor by the 5.6.5 Under no circumstance shall Contractor
Architect in its Certificate of Substantial Completion, be entitled to receive interest on any payments or
the Contractor shall pay the Owner the sum set forth monies due Contractor by the Owner, whether the
hereinabove as liquidated damages per day for each amount on which the interest may accrue is timely,
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 20
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
late, wrongfully withheld, or an assessment of 6.3 OWNER'S RIGHT TO PERFORM WORK
damages of any kind.
6.3.1 If the Contractor's Work is stopped by
the Owner under Paragraph 6.2, and the Contractor
fails within seven (7) days of such stoppage to
ARTICLE VI provide adequate assurance to the Owner that the
cause of such stoppage will be eliminated or
THE OWNER corrected, then the Owner may, without prejudice to
any other rights or remedies the Owner may have
6.1 INFORMATION, SERVICES AND THINGS against the Contractor, proceed to carry out the
subject Work. In such a situation, an appropriate
REQUIRED FROM OWNER Change Order shall be issued deducting from the
Contract Price the cost of correcting the subject
6.1.1 The Owner shall furnish to the deficiencies, plus compensation for the Architect's
Contractor, at the time of executing this Contract, any additional services and expenses necessitated thereby,
and all written and tangible material in its possession if any. If the unpaid portion of the Contract Price is
concerning conditions below ground at the site of the insufficient to cover the amount due the Owner, the
Project. Contractor shall pay the difference to the Owner.
Such written and tangible material is furnished to the
Contractor only in order to make complete disclosure
of such material and for no other purpose. By ARTICLE VII
furnishing such material, the Owner does not
represent, warrant, or guarantee its accuracy either in THE CONTRACTOR
whole, in part, implicitly or explicitly, or at all, and
shall have no liability therefor. The Owner shall also 7.1 The Contractor is again reminded of its
furnish surveys, legal limitations and utility locations continuing duty set forth in Subparagraph 1.5.7. The
(if known), and a legal description of the Project site. Contractor shall perform no part of the Work at any
time without adequate Contract Documents or, as
6.1.2 Excluding permits and fees normally the appropriate, approved Shop Drawings, Product Data
responsibility of the Contractor, the Owner shall or Samples for such portion of the Work. If the
obtain all approvals, easements, and the like required Contractor performs any of the Work knowing it
for construction and shall pay for necessary involves a recognized error, inconsistency or
assessments and charges required for construction, omission in the Contract Documents without such
use or occupancy of permanent structures or for notice to the Architect, the Contractor shall bear
permanent changes in existing facilities. responsibility for such performance and shall bear the
cost of correction.
6.1.3 The Owner shall furnish the Contractor,
free of charge, one copy of the Contract Documents 7.2 The Contractor shall perform the Work
for execution of the Work. strictly in accordance with this Contract.
6.2 RIGHT TO STOP WORK 7.3 The Contractor shall supervise and
direct the Work using the Contractor's best skill,
6.2.1 If the Contractor persistently fails or effort and attention. The Contractor shall be
refuses to perform the Work in accordance with this responsible to the Owner for any and all acts or
Contract, or if the best interests of the public health, omissions of the Contractor, its employees and others
safety or welfare so require, the Owner may order the engaged in the Work on behalf of the Contractor.
Contractor to stop the Work, or any described portion
thereof, until the cause for stoppage has been 7.3.1 The Contractor shall give adequate
corrected, no longer exists, or the Owner orders that attention to the faithful prosecution of the Work and
Work be resumed. In such event, the Contractor shall the timely completion of this Contract, with authority
immediately obey such order. to determine the manner and means of performing
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 21
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
such Work, so long as such methods insure timely
completion and proper performance.
So long as the individuals named above remain
7.3.2 The Contractor shall exercise all actively employed or retained by the Contractor, they
appropriate means and measures to insure a safe and shall perform the functions indicated next to their
secure jobsite in order to avoid and prevent injury, names unless the Owner agrees to the contrary in
damage or Loss to persons or property. writing. In the event one or more individuals not
listed above subsequently assume one or more of
7.4 WARRANTY those functions listed above, the Contractor shall be
bound by the provisions of this Subparagraph 7.6.2 as
7.4.1 The Contractor warrants to the Owner though such individuals had been listed above.
that all labor furnished to progress the Work under
this Contract will be competent to perform the tasks 7.7 The Contractor, within fifteen (15) days of
undertaken, that the product of such labor will yield commencing the Work, shall submit to the Owner and
only first -class results, that materials and equipment the Architect for their information, the Contractor's
furnished will be of good quality and new unless schedule for completing the Work. The Contractor's
otherwise permitted by this Contract, and that the schedule shall be revised no less frequently than
Work will be of good quality, free from faults and monthly (unless the parties otherwise agree in
defects and in strict conformance with this Contract. writing) and shall be revised to reflect conditions
All Work not conforming to these requirements may encountered from time to time and shall be related to
be considered defective. the entire Project. Each such revision shall be
furnished to the Owner and the Architect. Failure by
7.5 The Contractor shall obtain and pay for the Contractor to strictly comply with the provisions
all permits, fees and licenses necessary and ordinary of this Paragraph 7.7 shall constitute a material
for the Work. The Contractor shall comply with all breach of this Contract.
lawful requirements applicable to the Work and shall
give and maintain any and all notices required by 7.8 The Contractor shall continuously
applicable law pertaining to the Work. maintain at the site, for the benefit of the owner and
the Architect, one record copy of this Contract
7.6 SUPERVISION marked to record on a current basis changes,
selections and modifications made during
7.6.1 The Contractor shall employ and construction. Additionally, the Contractor shall
maintain at the Project site only competent maintain at the site for the Owner and Architect the
supervisory personnel. Absent written instruction approved Shop Drawings, Product Data, Samples and
from the Contractor to the contrary, the other similar required submittals. Upon final
superintendent shall be deemed the Contractor's completion of the Work, all of these record
authorized representative at the site and shall be documents shall be delivered to the Owner.
authorized to receive and accept any and all
communications from the Owner or the Architect. 7.9 SHOP DRAWINGS, PRODUCT
7.6.2 Key supervisory personnel assigned by the DATA AND SAMPLES
Contractor to this Project are as follows:
7.9.1 Shop Drawings, Product Data, Samples
NAME FUNCTION and other submittals from the Contractor do not
constitute Contract Documents. Their purpose is
merely to demonstrate the manner in which the
Contractor intends to implement the Work in
conformance with information received from the
Contract Documents.
7.9.2 The Contractor shall not perform any
portion of the Work requiring submittal and review of
Shop Drawings, Product Data or Samples unless and
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 22
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
until such submittal shall have been approved by the CONTRACTOR, OR PROPERTY, ARISING OUT
Architect. Approval by the Architect, however, shall OF, OR OCCASIONED BY, DIRECTLY OR
not be evidence that Work installed pursuant thereto INDIRECTLY, THE PERFORMANCE OF
conforms with the requirements of this Contract. CONTRACTOR UNDER THIS AGREEMENT,
INCLUDING CLAIMS AND DAMAGES ARISING
7.10 CLEANING THE SITE IN WHOLE OR IN PART FROM THE
NEGLIGENCE OF OWNER, WITHOUT,
AND THE PROJECT HOWEVER, WAIVING ANY GOVERN- MENTAL
IMMUNITY AVAILABLE TO THE OWNER
7.10.1 The Contractor shall keep the site UNDER TEXAS LAW AND WITHOUT WAIVING
reasonably clean during performance of the Work. ANY DEFENSES OF THE PARTIES UNDER
Upon fmal completion of the Work, the Contractor TEXAS LAW. THE PROVISIONS OF THIS
shall clean the site and the Project and remove all INDEMNI - FICATION ARE SOLELY FOR THE
waste, rubbish, temporary structures, and other BENEFIT OF THE PARTIES HERETO AND NOT
materials together with all of the Contractor's INTENDED TO CREATE OR GRANT ANY
property therefrom. Contractor shall dispose of all RIGHTS, CONTRACTUAL OR OTHERWISE, TO
refuse at a Texas Natural Resource Conservation ANY OTHER PERSON OR ENTITY. IT IS THE
Commission approved landfill. The Contractor shall EXPRESSED INTENT OF THE PARTIES TO
further restore all property damaged during the THIS AGREEMENT THAT THE INDEMNITY
prosecution of the Work and shall leave the site in a PROVIDED FOR IN THIS CONTRACT IS AN
clean and presentable condition. No additional INDEMNITY EXTENDED BY CONTRACTOR TO
payment shall be made by the Owner for this work, INDEMNIFY AND PROTECT OWNER FROM
the compensation having been considered and THE CONSEQUENCES OF THE
included in the contract price. CONTRACTOR'S AS WELL AS THE OWNER'S
NEGLIGENCE, WHETHER SUCH NEGLIGENCE
7.11 ACCESS TO WORK AND INSPECTIONS IS THE SOLE OR PARTIAL CAUSE OF ANY
SUCH INJURY, DEATH, OR DAMAGE.
7.11.1 The Owner and the Architect shall have
access to the Work at all times from commencement 7.12.2 The Contractor will secure and maintain
of the Work through fmal completion. The Contractual Liability insurance to cover this
Contractor shall take whatever steps necessary to indemnification agreement that will be primary and
provide access when requested. When reasonably non - contributory as to any insurance maintained by
requested by the Owner or the Architect, the the Owner for its own benefit, including self -
Contractor shall perform or cause to be performed insurance. In addition, Contractor shall obtain and
such testing as may be necessary or appropriate to file with Owner a City of Coppell Standard
insure suitability of the jobsite or the Work's Certificate of Insurance evidencing the required
compliance with the Contract requirements. coverage.
7.12 INDEMNITY AND DISCLAIMER 7.12.3 In claims against any person or entity
indemnified under this Paragraph 7.12 by an
7.12.1 OWNER SHALL NOT BE LIABLE employee of the Contractor, a Subcontractor, anyone
OR RESPONSIBLE FOR, AND SHALL BE directly or indirectly employed by them or anyone for
INDEMNIFIED, DEFENDED, HELD HARMLESS whose acts they may be liable, the indemnification
AND RELEASED BY CONTRACTOR FROM AND obligation under this Paragraph 7.12 shall not be
AGAINST ANY AND ALL SUITS, ACTIONS, limited by a limitation on amount or type of damages,
LOSSES, DAMAGES, CLAIMS, OR LIABILITY compensation or benefits payable by or for the
OF ANY CHARACTER, TYPE, OR Contractor or a Subcontractor under workers'
DESCRIPTION, INCLUDING ALL EXPENSES OF compensation acts, disability benefit acts or other
LITIGATION, COURT COSTS, AND employee benefit acts.
ATTORNEY'S FEES FOR INJURY OR DEATH TO
ANY PERSON, OR INJURY OR LOSS TO ANY
PROPERTY, RECEIVED OR SUSTAINED BY
ANY PERSON OR PERSONS, INCLUDING THE
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 23
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
7.13 NONDISCRIMINATION shall require its subcontractors to comply with this
requirement. The Contractor shall immediately
7.13.1 The Contractor shall not discriminate in comply with any and all safety requirements imposed
any way against any person, employee or job by the Architect during the progress of the Work.
applicant on the basis of race, color, creed, national
original, religion, age, sex, or disability where 7.16 WARNING DEVICES AND BARRICADES
reasonable accommodations can be effected to enable
the person to perform the essential functions of the 7.16.1 The Contractor shall furnish and maintain
job. The Contractor shall further insure that the such warning devices, barricades, lights, signs,
foregoing nondiscrimination requirement shall be pavement markings, and other devices as may be
made a part and requirement of each subcontract on necessary or appropriate or required by the Architect
this Project. to protect persons or property in, near or adjacent to
the jobsite, including . No separate compensation
7.14 PREVAILING WAGE RATES shall be paid to the Contractor for such measures.
Where the Work is being conducted in, upon or near
7.14.1 The Contractor shall comply in all streets, alleys, sidewalks, or other rights -of -way, the
respects with all requirements imposed by any laws, Contractor shall insure the placement, maintenance
ordinances or resolutions applicable to the Project and operation of any and all such warning devices as
with regard to the minimum prevailing wage rates for may be required by the City of Coppell and shall do
all classes of employees, laborers, subcontractors, so until no longer required by the City. Such devices
mechanics, workmen and persons furnishing labor shall be in compliance with and conform to the
and services to the Project. The City of Coppell has manual and specifications for the uniform system of
adopted a Prevailing Wage Rate Schedule, available traffic control devices adopted by the Texas
to the Contractor by request, which specifies the Department of Transportation.
classes and wage rates to be paid to all persons. The
Contractor shall pay not less than the minimum wage 7.17 PROTECTION OF UTILITIES
rates established thereby for each class, craft or type
of labor, workman, or mechanic employed in the AND OTHER CONTRACTORS
execution of this Contract. The failure of the
Contractor to comply with this requirement shall 7.17.1 The Contractor shall use best efforts to
result in the forfeiture to the City of Coppell of a sum leave undisturbed and uninterrupted all utilities and
of not less than Sixty Dollars ($60.00) for each utility services provided to the jobsite or which
person per day, or portion thereof, that such person is presently exists at, above or beneath the location
paid less than the prevailing rate. Upon request by where the Work is to be performed. In the event that
the Owner, Contractor shall make available for any utility or utility service is disturbed or damaged
inspection and copying its books and records, during the progress of the Work, the Contractor shall
including but not limited to its payroll records, forthwith repair, remedy or restore the utility at
account information and other documents as may be Contractor's sole expense.
required by the Owner to insure compliance with this
provision. 7.17.2 The Contractor understands and
acknowledges that other contractors of the Owner or
7.15 JOB SITE SAFETY PRECAUTIONS of other entities may be present at the jobsite
performing other work unrelated to the Project. The
7.15.1 The Contractor shall at all times Contractor shall use best efforts to work around other
exercise reasonable precautions for the safety of its contractors without impeding the work of others
employees, laborers, subcontractors, mechanics, while still adhering to the completion date established
workmen and others on and near the jobsite and shall herein. In the event that the Contractor's work is or
comply with all laws, ordinances, regulations, and may be delayed by any other person, the Contractor
standards of federal, state and local safety laws and shall immediately give notice thereof to the Architect
regulations. The Contractor shall provide such and shall request a written Change Order in
machinery guards, safe walk -ways, ladders, bridges, accordance with the procedures set forth by this
and other safety devices as may be necessary or Contract. The Contractor's failure to provide such
appropriate to insure a safe and secure jobsite and notice and to request such Change Order shall
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 24
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
constitute a waiver of any and all claims associated thereunder by the Contractor. The Architect shall
therewith. render written or graphic interpretations necessary for
the proper execution or progress of the Work with
reasonable promptness on request of the Contractor.
ARTICLE VIII 8.2.4 The Architect will review the
Contractor's Applications for Payment and will certify
CONTRACT ADMINISTRATION to the Owner for payment to the Contractor, those
amounts then due the Contractor as provided in this
8.1 THE ARCHITECT Contract.
8.1.1 When used in this Contract the term 8.2.5 The Architect shall have authority to
"Architect" does not necessarily denote a duly reject Work which is defective or does not conform to
licensed, trained or certified architect; as used herein, the requirements of this Contract. If the Architect
the term shall be used interchangeably and shall mean deems it necessary or advisable, the Architect shall
a designated Architect, Engineer, or Contract have authority to require additional inspection or
Administrator (who may not be an architect or testing of the Work for compliance with Contract
engineer) for the Owner, said person to be designated requirements.
or redesignated by the Owner prior to or at any time
during the Work hereunder. The Architect may be an 8.2.6 The Architect will review and approve,
employee of the Owner or may be retained by the or take other appropriate action as necessary,
Owner as an independent contractor but, in either concerning the Contractor's submittals including Shop
event, the Architect's duties and authority shall be as Drawings, Product Data and Samples. Such review,
set forth hereinafter. The Contractor understands and approval or other action shall be for the sole purpose
agrees that it shall abide by the decisions and of determining conformance with the design concept
instructions of the Architect notwithstanding the and information given through the Contract
contractual relationship between the Owner and Documents.
Architect. All of the Owner's instructions to the
Contractor shall be through the Architect. 8.2.7 The Architect will prepare Change
Orders and may authorize minor changes in the Work
In the event the Owner should find it necessary or by Field Order as provided elsewhere herein.
convenient to replace the Architect, the Owner shall
retain a replacement Architect and the status of the 8.2.8 The Architect shall, upon written
replacement Architect shall be that of the former request from the Contractor, conduct inspections to
Architect. determine the date of Substantial Completion and the
date of final completion, will receive and forward to
8.2 ARCHITECT'S - ADMINISTRATION the Owner for the Owner's review and records,
written warranties and related documents required by
8.2.1 The Architect, unless otherwise directed this Contract and will issue a final Certificate for
by the Owner in writing, will perform those duties Payment upon compliance with the requirements of
and discharge those responsibilities allocated to the this Contract.
Architect as set forth in this Contract. The Architect
shall be the Owner's representative from the effective 8.2.9 The Architect's decisions in matters
date of this Contract until final payment has been relating to aesthetic effect shall be final if consistent
made. with the intent of this Contract.
8.2.2 The Owner and the Contractor shall 8.3 CLAIMS BY THE CONTRACTOR
communicate with each other in the first instance
through the Architect. 8.3.1 The Architect shall determine all claims
and matters in dispute between the Contractor and
8.2.3 The Architect shall be the initial Owner with regard to the execution, progress, or
interpreter of the requirements of the drawings and sufficiency of the Work or the interpretation of the
specifications and the judge of the performance Contract Documents, including but not limited to the
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 25
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
plans and specifications. Any dispute shall be provided in this Subparagraph shall constitute a
submitted in writing to the Architect within seven (7) waiver by the Contractor of any claim arising out of
days of the event or occurrence or the first or relating to such concealed, latent or unknown
appearance of the condition giving rise to the claim or condition and the Contractor thereby assumes all risks
dispute who shall render a written decision within a and additional costs associated therewith.
reasonable time thereafter. The Architect's decisions
shall be final and binding on the parties. In the event 8.3.4 CLAIMS FOR ADDITIONAL COSTS - If the
that either party objects to the Architect's Contractor wishes to make a claim for an increase in
determination as to any submitted dispute, that party the Contract Price, as a condition precedent to any
shall submit a written objection to the Architect and liability of the Owner therefor, the Contractor shall
the opposing party within ten (10) days of receipt of give the Architect written notice of such claim within
the Architect's written determination in order to seven (7) days after the occurrence of the event, or
preserve the objection. Failure to so object shall the first appearance of the condition, giving rise to
constitute a waiver of the objection for all purposes. such claim. Such notice shall be given by the
Contractor before proceeding to execute any
8.3.2 Pending final resolution of any claim of additional or changed Work. The failure by the
the Contractor, the Contractor shall diligently proceed Contractor to give such notice and to give such notice
with performance of this Contract and the Owner prior to executing the Work shall constitute a waiver
shall continue to make payments to the Contractor in of any claim for additional compensation.
accordance with this Contract.
8.3.4.1 In connection with any claim by the
8.3.3 CLAIMS FOR CONCEALED, LATENT OR Contractor against the Owner for compensation in
UNKNOWN CONDITIONS - The Contractor expressly excess of the Contract Price, any liability of the
represents that it has been provided with an adequate Owner for the Contractor's costs shall be strictly
opportunity to inspect the Project site and thoroughly limited to direct costs incurred by the Contractor and
review the Contract Documents and plans and shall in no event include indirect costs or
specifications prior to submission of its bid and the consequential damages of the Contractor. The Owner
Owner's acceptance of the bid. Subject to the shall not be liable to the Contractor for claims of third
conditions hereof, Contractor assumes full parties, including Subcontractors. The Owner shall
responsibility and risk for any concealed, latent or not be liable to the Contractor for any claims based
unknown condition which may affect the Work. No upon delay to the Contractor for any reason
claims for extra work or additional compensation whatsoever including any act or neglect on the part of
shall be made by Contractor in connection with the Owner.
concealed, latent or unknown conditions except as
expressly provided herein. Should concealed, latent 8.3.5 CLAIMS FOR ADDITIONAL TIME - If the
or unknown conditions encountered in the Contractor is delayed in progressing any task which at
performance of the Work (a) below the surface of the the time of the delay is then critical or which during
ground or (b) in an existing structure be at variance the delay becomes critical, as the sole result of any
with the conditions indicated by this Contract, or act or neglect to act by the Owner or someone acting
should unknown conditions of an unusual nature in the Owner's behalf, or by changes ordered in the
differing materially from those ordinarily encountered Work, unusual delay in transportation, unusually
in the area and generally recognized as inherent in adverse weather conditions not reasonably
Work of the character provided for in this Contract, anticipated, fire or any causes beyond the Contractor's
be encountered, the Contract Price shall be equitably control, then the date for achieving Substantial
adjusted by Change Order upon the written notice and Completion of the Work shall be extended upon the
claim by either party made within seven (7) days after written notice and claim of the Contractor to the
the first observance of the condition. As a condition Owner and the Architect, for such reasonable time as
precedent to the Owner having any liability to the the Architect may determine. Any notice and claim
Contractor for concealed or unknown conditions, the for an extension of time by the Contractor shall be
Contractor must give the Owner and the Architect made not more than seven (7) days after the
written notice of, and an opportunity to observe, the occurrence of the event or the first appearance of the
condition prior to disturbing it. The failure by the condition giving rise to the claim and shall set forth in
Contractor to make the written notice and claim as detail the Contractor's basis for requiring additional
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 26
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
time in which to complete the Project. In the event
the delay to the Contractor is a continuing one, only
one notice and claim for additional time shall be ARTICLE IX
necessary. If the Contractor fails to make such claim
as required in this Subparagraph, any claim for an SUBCONTRACTORS
extension of time shall be waived. The procedures
and remedies provided by this provision shall be the 9.1 DEFINITION
sole remedy of Contractor and Contractor shall not
assert nor be entitled to any additional delays or 9.1.1 A Subcontractor is an entity which has a
damages associated therewith. direct contract with the Contractor to perform a
portion of the Work. No Subcontractor shall be in
8.4 FIELD ORDERS privity with the Owner.
8.4.1 The Architect shall have authority to 9.2 AWARD OF SUBCONTRACTS
order minor changes in the Work not involving a
change in the Contract Price or in Contract Time and 9.2.1 Upon execution of the Contract, the
not inconsistent with the intent of the Contract. Such Contractor shall furnish the Owner, in writing, the
changes shall be effected by Field Order and shall be names of persons or entities proposed by the
binding upon the Contractor. The Contractor shall Contractor to act as a Subcontractor on the Project.
carry out such Field Orders promptly. The Owner shall promptly reply to the Contractor, in
writing, stating any objections the Owner may have to
8.5 MEDIATION such proposed Subcontractor. The Contractor shall
not enter into a subcontract with a proposed
8.5.1 In the event that a dispute arises under Subcontractor with reference to whom the Owner has
the terms of this Contract, following an adverse made timely objection. The Contractor shall not be
determination by the Architect and proper required to subcontract with any party to whom the
preservation of the issue as required herein, the Contractor has objection.
parties agree to submit to mediation. In such event,
the parties shall agree to a designated person to serve 9.2.2 All subcontracts shall afford the
as mediator and each party shall be responsible for Contractor rights against the Subcontractor which
payment of one -half of the total mediation fees. The correspond to those rights afforded to the Owner
parties shall submit the dispute to mediation as soon against the Contractor herein, including those rights
as practical and in no event later than one (1) year afforded to the Owner by Subparagraph 12.2.1 below.
after the Architect's written decision on the matter. At All subcontracts shall incorporate by reference the
least one designated representative of each party must provisions hereof and shall provide that no claims,
attend and participate in good faith in an effort to causes or demands shall be made by any
resolve the matters in dispute. Subcontractor against the Owner.
8.5.2 In no event shall the foregoing provision 9.2.3 The Contractor shall indemnify, defend
justify or authorize any delay in the progress of the and hold harmless the Owner from and against any
Work; the parties shall abide by the decision of the and all claims, demands, causes of action, damage,
Architect in accomplishing the timely completion of and liability asserted or made against the Owner by or
the Project. on behalf of any Subcontractor.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 27
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
ARTICLE X the Architect requires, an itemized accounting of such
expenditures or savings, plus appropriate supporting
CHANGES IN THE WORK data for inclusion in a Change Order. Reasonable
expenditures or savings shall be limited to the
10.1 CHANGES PERMITTED following: reasonable costs of materials, supplies, or
equipment including delivery costs, reasonable costs
10.1.1 Changes in the Work within the general of labor, including social security, old age and
scope of this Contract, consisting of additions, unemployment insurance, fringe benefits required by
deletions, revisions, or any combination thereof, may agreement or custom, and workers' compensation
be ordered without invalidating this Contract, by insurance, reasonable rental costs of machinery and
Change Order or by Field Order. equipment exclusive of hand, tools whether rented
from the Contractor or others, reasonable costs of
10.1.2 Changes in the Work shall be performed premiums for all bonds and insurance, permit fees,
under applicable provisions of this Contract and the and sales, use or other taxes related to the Work, and
Contractor shall proceed promptly with such changes. reasonable cost of direct supervision and jobsite field
office overhead directly attributable to the change. In
10.2 CHANGE ORDER DEFINED no event shall any expenditure or savings associated
with the Contractor's home office or other non jobsite
10.2.1 Change Order shall mean a written overhead expense be included in any change in the
order to the Contractor executed by the Owner and Contract Price. Pending final determination of
the Architect, issued after execution of this Contract, reasonable expenditures or savings to the Owner,
authorizing and directing a change in the Work or an payments on account shall be made to the Contractor
adjustment in the Contract Price or the Contract on the Architect's Certificate for Payment.
Time, or any combination thereof. The Contract
Price and the Contract Time may be changed only by 10.3.3 If unit prices are provided in the
written Change Order. Contract, and if the quantities contemplated are so
changed in a proposed Change Order that application
10.3 CHANGES IN THE CONTRACT PRICE of such unit prices to the quantities of Work proposed
will cause substantial inequity to the Owner or to the
10.3.1 Any change in the Contract Price Contractor, the applicable unit prices shall be
resulting from a Change Order shall be determined as equitably adjusted.
follows: (a) by mutual agreement between the Owner
and the Contractor as evidenced by (1) the change in 10.4 MINOR CHANGES
the Contract Price being set forth in the Change
Order, (2) such change in the Contract Price, together 10.4.1 The Architect shall have authority to
with any conditions or requirements related thereto, order minor changes in the Work not involving a
being initialed by both parties and (3) the Contractor's change in the Contract Price or an extension of the
execution of the Change Order, or (b) if no mutual Contract Time and not inconsistent with the intent of
agreement occurs between the Owner and the this Contract. Such minor changes shall be made by
Contractor, then, as provided in Subparagraph 10.3.2 written Field Order, and shall be binding upon the
below. owner and the Contractor. The Contractor shall
promptly carry out such written Field Orders.
10.3.2 If no mutual agreement occurs between
the Owner and the Contractor as contemplated in 10.5 EFFECT OF EXECUTED
Subparagraph 10.3.1 above, the change in the
Contract Price, if any, shall then be determined by the CHANGE ORDER
Architect on the basis of the reasonable expenditures
or savings of those performing, deleting or revising 10.5.1 The execution of a Change Order by the
the Work attributable to the change, including, in the Contractor shall constitute conclusive evidence of the
case of an increase or decrease in the Contract Price, Contractor's agreement to the ordered changes in the
a reasonable allowance for direct job site overhead Work, this Contract as thus amended, the Contract
and profit. In such case, the Contractor shall present, Price and the Contract Time. The Contractor, by
in such form and with such content as the Owner or executing the Change Order, waives and forever
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 28
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
releases any claim against the Owner for additional. 11.2.2 If within one (1) year after Substantial
time or compensation for matters relating to or arising Completion of the Work any of the Work is found to
out of or resulting from the Work included within or be defective or not in accordance with this Contract,
affected by the executed Change Order. the Contractor shall correct it promptly upon receipt
of written notice from the Owner. This obligation
10.6 NOTICE TO SURETY; CONSENT shall survive final payment by the Owner and
termination of this Contract. With respect to Work
10.6.1 The Contractor shall notify and obtain first performed and completed after Substantial
the consent and approval of the Contractor's surety Completion, this one year obligation to specifically
with reference to all Change Orders if such notice, correct defective and nonconforming Work shall be
consent or approval are required by the Contractor's extended by the period of time which elapses between
surety or by law. The Contractor's execution of the Substantial Completion and completion of the subject
Change Order shall constitute the Contractor's Work.
warranty to the Owner that the surety has been
notified of and consents to, such Change Order and 11.2.3 Nothing contained in this Paragraph
the surety shall be conclusively deemed to have been 11.2 shall establish any period of limitation with
notified of such Change Order and to have expressly respect to other obligations which the Contractor has
consented thereto. under this Contract. Establishment of the one year
time period in Subparagraph 11.2.2 relates only to the
ARTICLE XI duty of the Contractor to specifically correct the
Work.
UNCOVERING AND CORRECTING WORK
11.3 OWNER MAY ACCEPT DEFECTIVE
11.1 UNCOVERING WORK
OR NONCONFORMING WORK
11.1.1 If any of the Work is covered contrary
to the Architect's request or to any provisions of this 11.3.1 If the Owner chooses to accept
Contract, it shall, if required by the Architect or the defective or nonconforming Work, the Owner may do
Owner, be uncovered for the Architect's inspection so. In such event, the Contract Price shall be reduced
and shall be properly replaced at the Contractor's by the greater of (a) the reasonable cost of removing
expense without change in the Contract Time. and correcting the defective or nonconforming Work,
and (b) the difference between the fair market value
11.1.2 If any of the Work is covered in a of the Project as constructed and the fair market value
manner not inconsistent with Subparagraph 11.1.1 of the Project had it not been constructed in such a
above, it shall, if required by the Architect or Owner, manner as to include defective or nonconforming
be uncovered for the Architect's inspection. If such Work. If the remaining portion of the unpaid
Work conforms strictly with this Contract, costs of Contract Price, if any, is insufficient to compensate
uncovering and proper replacement shall by Change the Owner for its acceptance of defective or
Order be charged to the Owner. If such Work does nonconforming Work, the Contractor shall, upon
not strictly conform with this Contract, the Contractor written demand from the Owner, pay the Owner such
shall pay the costs of uncovering and proper remaining compensation for accepting defective or
replacement. nonconforming Work.
11.2 CORRECTING WORK ARTICLE XII
11.2.1 The Contractor shall immediately CONTRACT TERMINATION
proceed to correct Work rejected by the Architect as
defective or failing to conform to this Contract. The 12.1 TERMINATION BY THE CONTRACTOR
Contractor shall pay all costs and expenses associated
with correcting such rejected Work, including any 12.1.1 If the Work is stopped for a period of
additional testing and inspections, and reimbursement ninety (90) days by an order of any court or other
to the Owner for the Architect's services and expenses public authority, or as a result of an act of the
made necessary thereby. Government, through no fault of the Contractor or
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 29
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
any person or entity working directly or indirectly for 12.2.1.4 (a) The Contractor shall submit a
the Contractor, the Contractor may, upon ten (10) termination claim to the Owner and
days' written notice to the Owner and the Architect, the Architect specifying the amounts
terminate performance under this Contract and due because of the termination for
recover from the Owner payment for the actual convenience together with costs,
reasonable expenditures of the Contractor (as limited pricing or other data required by the
in Subparagraph 10.3.2 above) for all Work executed Architect. If the Contractor fails to
and for materials, equipment, tools, construction file a termination claim within one (1)
equipment and machinery actually purchased or year from the effective date of
rented solely for the Work, less any salvage value of termination, the Owner shall pay the
any such items. Contractor, an amount derived in
accordance with subparagraph (c)
12.1.2 If the Owner shall persistently or below.
repeatedly fail to perform any material obligation to
the Contractor for a period of fifteen (15) days after (b) The Owner and the Contractor may
receiving written notice from the Contractor of its agree to the compensation, if any, due
intent to terminate hereunder, the Contractor may to the Contractor hereunder.
terminate performance under this Contract by written
notice to the Architect and the Owner. In such event, (c) Absent agreement to the amount due
the Contractor shall be entitled to recover from the to the Contractor, the Owner shall pay
Owner as though the Owner had terminated the the Contractor the following amounts:
Contractor's performance under this Contract for
convenience pursuant to Subparagraph 12.2.1 (i) Contract prices for labor, materials,
hereunder. equipment and other services
accepted under this Contract;
12.2 TERMINATION BY THE OWNER
(ii) Reasonable costs incurred in
12.2.1 FOR CONVENIENCE preparing to perform and in
performing the terminated portion of
12.2.1.1 The Owner may for any reason the Work, and in terminating the
whatsoever terminate performance under this Contractor's performance, plus a fair
Contract by the Contractor for convenience. The and reasonable allowance for
Owner shall give written notice of such termination to overhead and profit thereon (such
the Contractor specifying when termination becomes profit shall not include anticipated
effective. profit or consequential damages),
provided however, that if it appears
12.2.1.2 The Contractor shall incur no further that the Contractor would have not
obligations in connection with the Work and the profited or would have sustained a
Contractor shall stop Work when such termination loss if the entire Contract would have
becomes effective. The Contractor shall also been completed, no profit shall be
terminate outstanding orders and subcontracts. The allowed or included and the amount
Contractor shall settle the liabilities and claims of compensation shall be reduced to
arising out of the termination of subcontracts and reflect the anticipated rate of loss, if
orders. The Owner may direct the Contractor to any;
assign the Contractor's right, title and interest under
terminated orders or subcontracts to the Owner or its (iii) Reasonable costs of settling and
designee. paying claims arising out of the
termination of subcontracts or orders
12.2.1.3 The Contractor shall transfer title and pursuant to Subparagraph 12.2.1.2 of
deliver to the Owner such completed or partially this Paragraph. These costs shall not
completed Work and materials, equipment, parts, include amounts paid in accordance
fixtures, information and Contract rights as the with other provisions hereof.
Contractor has.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 30
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
The total sum to be paid the Contractor under this ARTICLE XIII
Subparagraph 12.2.1 shall not exceed the total
Contract Price, as properly adjusted, reduced by the INSURANCE
amount of payments otherwise made, and shall in no 13.1 CONTRACTOR SHALL
event include duplication of payment. MAINTAIN INSURANCE
12.2.2 FOR CAUSE
13.1.1 The Contractor at his own expense shall
12.2.2.1 If the Contractor persistently or purchase, maintain and keep in force during the life
repeatedly refuses or fails to prosecute the Work in a of this contract, adequate insurance that will protect
timely manner, abandons the jobsite and fails to the Contractor and/or any Additional Insured from
resume work within five (5) days of written notice claims which may arise out of or result from
thereof by the Owner, fails to grant or allow access to operations under this contract. The insurance required
the jobsite by the Owner or Architect, fails to supply shall provide adequate protections from all claims,
enough properly skilled workers, supervisory whether such operations be by the Contractor or by
personnel or proper equipment or materials, fails to any Additional Insured or by any Subcontractor or by
make prompt payment to Subcontractors or for anyone directly or indirectly employed by any of
materials or labor, persistently disregards laws, them, or by anyone whose acts of any of them may be
ordinances, rules, regulations or orders of any public liable and from any special hazards, such as blasting,
which may be encountered in the performance of this
authority having jurisdiction, or otherwise is guilty of contract in the amounts as shown below in Paragraph
a violation of a material provision of this Contract, 13.2.1.
then the Owner may by written notice to the
Contractor, without prejudice to any other right or 13.1.2 The Contractor shall not commence
remedy, terminate the employment of the Contractor work on any Contract in the City of Coppell until the
and take possession of the site and of all materials, Contractor has obtained all the insurance required
equipment, tools, construction equipment and under this paragraph and such insurance has been
machinery thereon owned by the Contractor and may
finish the Work by whatever methods it may deem approved by the City.
expedient. In such case, the Contractor shall not be 13.2 TYPES AND AMOUNTS OF
entitled to receive any further payment until the Work
is finished.
CONTRACTOR'S INSURANCE
12.2.2.2 If the unpaid balance of the Contract 13.2.1. The Contractor shall furnish and
Price does not exceed the cost of finishing the work,
including compensation for the Architect's additional maintain during the life of the contract adequate
services and expenses made necessary thereby, such Worker's Compensation and Commercial General
difference shall be paid by the Contractor to the Liability (Public) Insurance in such amounts as
Owner. This obligation for payment shall survive the follows:
termination of the Contract. Type of Insurance Amount
12.2.2.3 In the event the employment of the
Contractor is terminated by the Owner for cause Worker's Compensation as set forth in the Worker's
pursuant to Subparagraph 12.2.2 and it is Compensation Act.
subsequently determined by a Court of competent Commercial General 000
, $1,000 Each
jurisdiction that such termination was without cause, Accident/Occurrence.
such termination shall thereupon be deemed a
Termination for Convenience under Subparagraph Liability (Public) $1,000,000 Aggregate
12.2.1 and the provisions of Subparagraph 12.2.1
shall apply. $1,000,000 Products &
Completed Operations
Aggregate.
Owner's Protective $600,000 per occurrence
Liability Insurance $1,000,000 aggregate
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 31
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
13.7 PRIMARY COVERAGE
Excess/Umbrella Liability $1,000,000 per occurrence The coverages provided herein shall be primary and
w /drop down coverage noncontributory with any other insurance maintained
by the City of Coppell, Texas, for its benefit,
Endorsement CG 2503 Amendment Aggregate including self insurance.
Limit of Insurance per 13.8 WORKER'S COMPENSATION
Project or Owner's and INSURANCE COVERAGE
Contractor's Protective
Liability Insurance for the 13.8.1 The Contractor shall:
Proj ect.
Automobile Liability $500,000 Combined (1) provide coverage for its employees
single limit per providing services on a project, for the
duration of the project based on proper
occurrence. reporting of classification codes and
payroll amounts and filing of any coverage
13.3 ADDITIONAL INSURED agreements;
The Owner shall be named as an additional insured
on the Commercial General Liability (Public), (2) provide a certificate of coverage showing
Owner's Protective Liability, and Excess /Umbrella workers compensation coverage to the
Liability Insurance Policies furnished by the governmental entity prior to beginning
Contractor.
work on the project;
13.4 WRITTEN NOTIFICATION (3) provide the governmental entity prior to
the end of the coverage period, a new
Each insurance policy shall contain a provision certificate of coverage showing extension
requiring that thirty (30) days prior to expiration, of coverage, if the coverage period shown
cancellation, non - renewal or any material change in on the contractors current certificate of
coverage, a notice there of shall be given by certified coverage ends during the duration of the
mail to the Division of Purchasing, City of Coppell, project;
255 Parkway Blvd., Coppell, Texas, 75019. (4) obtain from each person providing
13.5 PREMIUMS AND ASSESSMENTS services on a project, and provide to the
governmental entity:
Companies issuing the insurance policies shall have (A) a certificate of coverage, prior to that
no recourse against the City for payment of any person beginning work on the project,
premiums or assessments for any deductibles which so the governmental entity will have
are at the sole responsibility and risk of the on file certificates of coverage
Contractor. showing coverage for all persons
13.6 CERTIFICATE OF INSURANCE providing services on the project; and
(B) no later than seven days after receipt
by the contractor, a new certificate of
Proof that the insurance is in force shall be furnished coverage showing extension of
to the City on City of Coppell Standard Certificate of coverage, if the coverage period
Insurance Forms. In the event any insurance policy shown on the current certificate of
shown on the Certificate of Insurance has an coverage ends during the duration of
expiration date that is prior to the completion and the project;
final acceptance of the project by the City of Coppell,
the contractor shall furnish the City proof of identical (5) retain all required certificates of coverage
continued coverage no later than thirty(30) days prior on file for the duration of the project and
to the expiration date shown on the Certificate of
for one year thereafter;
Insurance.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 32
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
(6) notify the governmental entity in writing (A) provide coverage based on proper
by certified mail or personal delivery, reporting of classification codes
within 10 days after the contractor knew and payroll amounts and filing of
or should have known, of any change that any coverage agreements for all of
materially affects the provision of its employees providing services on
coverage of any person providing services the project, for the duration of the
on the project; project;
(7) post a notice on each project site (B) provide a certificate of coverage to
informing all persons providing services the contractor prior to that person
on the project that they are required to be beginning work on the project;
covered, and stating how a person may
verify current coverage and report failure (C) include in all contracts to provide
to provide coverage. This notice does not services on the project the language
satisfy other posting requirements in subsection (e)(3) of this rule;
imposed by the Act or other commission
rules. This notice must be printed with a (D) provide the Contractor, prior to the
title in at least 30 point bold type and text end of the coverage period, a new
in at least 19 point normal type, and shall certificate of coverage showing
be in both English and Spanish and any extension of coverage, if the
other language common to the worker coverage period shown on the
population. The text for the notices shall current certificate of coverage ends
be the following text provided by the during the duration of the project;
Texas Worker's Compensation Comm-
ission on the sample notice, without any (E) obtain from each other person with
additional words or changes: whom it contracts, and provide to
the Contractor:
REQUIRED WORKERS' COMPENSATION (i) a certificate of coverage,
COVERAGE prior to the other person
beginning work on the
"The law requires that each person working on this project; and
site or providing services related to this construction
project must be covered by workers' compensation (ii) prior to the end of the
insurance. This includes persons providing, hauling, coverage period, a new
or delivering equipment or materials, or providing certificate of coverage
labor or transportation or other service related to the showing extension of the
project, regardless of the identity of their employer or coverage period, if the
status as an employee." coverage period shown on
the current certificate of
"Call the Texas Workers' Compensation Commission coverage ends during the
at 512- 440 -3789 to receive information on the legal duration of the project;
requirement for coverage, to verify whether your
employer has provided the required coverage, or to (F) retain all required certificates of
report an employer's failure to provide coverage." coverage on file for the duration of
the project and for one year
and thereafter;
(8) contractually require each person with (G) notify the governmental entity in
whom it contracts to provide services on a writing by certified mail or personal
project, to: delivery, within 10 days after the
person knew or should have known,
of any change that materially
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 33
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
affects the provision of coverage of 14.4 SURETY BONDS
any person providing services on
the project; and 14.4.1 If the Contract Price exceeds the sum of
$25,000.00, the Contractor shall furnish separate
(H) contractually require each other performance and payment bonds to the Owner,
person with whom it contracts, to according to the requirements set out in the bid
perform as required by sub- documents and state statutes to guaranty full and
paragraphs (A) - (H) of this faithful performance of the Contract and the full and
paragraph, with the certificate of final payment of all persons supplying labor or
coverage to be provided to the materials to the Project. Each bond required by the
person for whom they are providing bid documents or state statute shall set forth a penal
services. sum in an amount not less than the Contract Price.
Each bond furnished by the Contractor shall
incorporate by reference the terms of this Contract as
ARTICLE XIV fully as though they were set forth verbatim in such
bonds. In the event the Contract Price is adjusted by
MISCELLANEOUS Change Order executed by the Contractor, the penal
sum of both the performance bond and the payment
14.1 LAWS AND ORDINANCES bond shall be deemed increased by like amount. The
performance and payment bonds furnished by the
14.1.1 The Contractor shall at all Contractor shall be in form suitable to the Owner and
times and in all respects observe and shall be executed by a surety, or sureties, reasonably
suitable to the Owner and authorized to do business
comply with all federal, state and local in the State of Texas by the State Board of Insurance.
laws, ordinances, and regulations
applicable to the Project and Work. The 14.4.2 If the Contract Price exceeds the sum of
Contractor shall further insure that all $25,000.00, the Contractor, upon execution of the
Subcontractors observe and comply Contract and prior to commencement of the Work,
With said laws ordinances and shall furnish to the Owner a two -year maintenance
bond in the amount of one hundred percent (100 %) of
regulations. the Contract Price covering the guaranty and
maintenance prescribed herein, written by an
14.2 GOVERNING LAW approved surety authorized and duly licensed to
conduct business in the State of Texas. The cost of
14.2.1 The Contract shall be governed by the said maintenance bond shall be included in the
laws of the State of Texas. Venue for any causes of Contractor's unit bid prices and shall be paid by the
action arising under the terms or provisions of this Contractor.
Contract or the Work to be performed hereunder shall
be in the courts of Dallas County, Texas. 14.5 SEVERABILITY
14.3 SUCCESSORS AND ASSIGNS 14.5.1 The provisions of this Contract are
herein declared to be severable; in the event that any
14.3.1 The Owner and Contractor bind term, provision or part hereof is determined to be
themselves, their successors, assigns and legal invalid, void or unenforceable, such detennination
representatives to the other party hereto and to shall not affect the validity or enforceability of the
successors, assigns and legal representatives of such remaining terms, provisions and parts, and this
other party in respect to covenants, agreements and Contract shall be read as if the invalid, void or
obligations contained in this Contract. The unenforceable portion had not be included herein.
Contractor shall not assign this Contract without
written consent of the Owner. 14.6 AMENDMENTS
14.6.1 This Contract may be amended by the
parties only by a written agreement duly executed by
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 34
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
both parties. The failure of the Owner to object to
any nonperformance or nonconforming work or to
enforce any provision hereof shall in no event be
regarded as or construed to be a waiver, release or
modification of any term or provision in this
Contract, nor shall such failure to object or enforce
estop the Owner from insisting on strict compliance
with this Contract or from recovering damages, costs
or expenses arising as a result of such
nonperformance or nonconforming work.
14.7 NOTICES
14.6.1 All notices required by this Contract
shall be presumed received when deposited in the
mail properly addressed to the other party or
Architect at the address set forth herein or set forth in
a written designation of change of address delivered
to all parties and the Architect.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 35
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
EXECUTED in single or multiple originals, this day of , 20 .
CITY OF COPPELL CONTRACTOR:
APPROVED:
Mayor (Signature)
(Type /Print Name and Title)
ATTEST:
(Street Address)
City Secretary (City /State /Zip)
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 36
BID Q- 1001 -02 MACARTHUR PARK PARKING LOT EXPANSION
CORPORATE ACKNOWLEDGMENT
THE STATE OF
COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day
personally appeared:
(Print Name) (Print Title)
of , the Contractor designated hereinabove, known to me to be the
person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that
the same was the act of the said Contractor, a corporation, that he was duly authorized to perform the
same by appropriate resolution of the board of directors of such corporation and that he executed the
same as the act and deed of such corporation for the purposes and consideration therein expressed, and
in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of , A.D.,
200
Notary Public In and For
County,
My Commission expires:
MAYOR'S ACKNOWLEDGMENT
THE STATE OF TEXAS
COUNTY OF DALLAS
•
BEFORE ME, the undersigned authority, a Notary Public in and for said County and State,
on this day personally appeared the undersigned, Mayor of the City of Coppell, Texas, a municipal
corporation, known to me to be the person and officer whose name is subscribed to the foregoing
instrument and acknowledged to me that the same was the act of the said City of Coppell, Texas, a
municipal corporation, that he /she was duly authorized to perform the same by appropriate resolution of
the City Council of the City of Coppell and that he /she executed the same as the act of the said City for
purpose and consideration therein expressed, and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A.D.,
200
Notary Public in and for the State of Texas
My Commission expires:
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 37
SECTION 00200
GEOTECHNICAL DATA
1. INVESTIGATION:
A. An investigation of subsurface soil conditions at the site was made by a geotechnical
engineering firm in the employ of the City of Coppell.
2. INTERPRETATION:
A. Bidders are expected to examine the site and the subsurface investigation reports and then
decide for themselves the character of the materials to be encountered.
B. The Owner and Architect/Engineer disclaim any responsibility for the accuracy, true location
and extent of the soils investigation that has been prepared by others. They further disclaim
responsibility for interpretation of that data by Bidders, as in projecting soil- bearing values,
rock profiles, soil stability and the presence, level and extent of underground water.
GEOTECHNICAL DATA
4017 00200 - 1
SUMMARY OF SWELL TESTS
Boring Depth Initial Surcharge Final Percent
No. (feet) Moisture (psf) Moisture Swell
;a
2 7 -8 28.5 750 28.8 0.7
{
4rp
HBC Report No. 94005339
April, 2000
HBC ENGINEERING
KEY TO SOIL SYMBOLS FOR LOGS OF BORINGS
KEY TO SOIL CONSISTENCY
NO. OF BLOWS, N RELATIVE DENSITY PARTICAL SIZE IDENTIFICATION
a 0 -4 Very loose BOULDERS: Greater than 300 mm
a 5 -10 Loose COBBLES: 75 mm to 300 mm
11 Medium Dense GRAVEL: Coarse: 19.0 mm to 75 mm
31-50 Dense Fine: 4.75 mm to 19.0 mm
OVER 50 Very Dense SANDS: Coarse: 2.00 mm to 4.75 mm
Medium: 0.425 mm to 2.00 mm
i Fine: 0.075 mm to 0.425 mm
SILTS & CLAYS: Less than 0.075 mm
' CLASSIFICATION COMPRESSIVE STRENGTH, psf HAND PENETROMETER, tsf
Very Soft Less than – 500 <0.25
Soft 500 – 1000 0.25 – 0.5
Firm 1000 – 2000 0.5 – 1.0
Stiff 2000 – 4000 1.0 – 2.0
Very Stiff 4000 – 8000 2.0 – 4.0
Hard More than – 8000 >4.0
i KEY TO DRILLING SYMBOLS
y Undisturbed Sample ] Disturbed Grab Sample
Split Spoon Sample/
Texas Hwy. Dept. PenetrationTest Q Water Level at Time
of Drilling
t .
f Core Run V Final Water Level
KEY TO SOIL CLASSIFICATIONS
1'L „ „,
/A 1 ' OH –High plasticity.
� 1 FILL %� organic SILTS SC– Clayey SANDS
and CLAYS
ML –Low plasticity
c °• GP– Poorly graded
CH –High plasticity p y °p GRAVELS
CLAYS inorganic SILTS �, -p
• & very fine SANDS -e0c GRAVELS graded
j CL –Low plasticity MH –High plasticity� "' GC– y
silty CLAYS inorganic SILTS AC 0 GM– Clasilty ey GRAVELS GRAVE LS
j CL –Low plasticity
sandy CLAYS SM –Silty SANDS SHALE
1 •
.... __ - OL –Low plasticity SP– Poorly graded MI:
- - - organic SILTS - - -- • SANDS ■�I LIMESTONE
– - — and CLAYS - • - - SW –Well graded I =■
_ _ _ SANDS I'M
HC
uC.
LOG OF BORING
PROJECT: GEOTECHNICAL INVESTIGATION BORING NO. B- 3
MacArthur Park Improvements PROJECT NO. 94005339
Coppell, Texas DATE 4 -11 -00
CLIENT: City of Coppell SURFACE ELEVATION
Coppell, Texas
PAGE 1 of 1
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
ATTERBERG Continuous Flight Auger
{ ." LIMITS % o
1 x > _ Q GROUNDWATER INFORMATION:
w 0 w o m No seepage encountered. Dry at completion.
o Z _
z z t"
_ J m O LL 2 1- O W Q E ?
i- m ` 0 u- z w 1- D _, U N( i2 (.D d
LL 2 to v> in v) z v cc Z N -- u u) i z w I- 0 to Z to
_ to a 03Z¢U° N Z O < d Z- M? Z
Er J m?° a t] >- D -1 a D § w to J Z D
7 o ° of z i= i. ¢ i 2 o a LL PL PI 2 ° Y • LL ° ° DESCRIPTION OF STRATUM
J t P =4.5+ Dark brown clay
V r
t - with orange sand and occasional gravel
.__l 2 r-
1 --.1 t
V r P =3.0
J t
t`
4 (FILL)
P =3.25 27 79 30 49 Dark gray clay
6
/ P =2.25
8
4
a
10 /
I. 12 /
e rr (
W P = 1.5 34 86 1.8 3.4
14 0 00 1
16 /
_.=
18 / Brown clay
/ P =2.75
20
B.H. at 20.0'
,,, 22
.... 24
0
0
6 -
N
Zr N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
T - TXDOT CONE PENETRATION RESISTANCE WC
2 P - POCKET PENETROMETER RESISTANCE
m R PERCENTAGE OF ROCK CORE RECOVERY
o RQD - ROCK QUALITY DESIGNATION
r LOG OF BORING
PROJECT: GEOTECHNICAL INVESTIGATION BORING NO. B- 1
' MacArthur Park Improvements PROJECT NO. 94005339
Coppell, Texas DATE 4 - -
CLIENT: City of Coppell SURFACE ELEVATION
Coppell, Texas PAGE 1 of 1
I
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
' ATTERBERG Continuous Flight Auger
1 LIMITS %) 0
`, z W _ Q GROUNDWATER INFORMATION:
Li,
F Z ( o N No seepage encountered. Dry at completion. iii
0 On ro Z UO U _ U 2 t a d
t V) f DM 2 Z (DU D o F- H Z W -' I d W w N Z V)
; >- W W w Q: N U) N Z
S u) n. p U Z a u j O Z O - J n Z N cc ? Z
a in z o d o >- n � a o_ Z 2 ¢ a -1 Z E
o o ) z iL a ¢ ° 2 o a LL PL PI - ° Y LI ° ° DESCRIPTION OF STRATUM
J P =4.5+ Dark brown clay
C - with tan sand and clay
2 r
I J r ' P =2.0 29 69 25 44 - with occasional gravel
�
r .
∎J r rr
'
r'; P =2.5 (FILL)
2 r
ar
6 \I -1 1- 1
P =2.5 Dark gray clay
8 /
-4 / '
10
B.H. at 10.0'
12
Li
14
7
1 6
x
18
20
H= 22 1
i.t
24
0
0
it
- a N - STANDARD PENETRATION TEST RESISTANCE REMARKS:
r m T - TXDOT CONE PENETRATION RESISTANCE T y��
o P - POCKET PENETROMETER RESISTANCE 1 F— C�
m R PERCENTAGE OF ROCK CORE RECOVERY
,' o RQD - ROCK QUALITY DESIGNATION
I
0
O
O
'lT
Z
W
CHURCH PARKING LOT
B -1
J
O
• o!
j a B -2
IME
_ _ Nia4
FIRE
n STATION / - 9
0 75 150 FEET
APPROXIMATE SCALE
NOTE: BORING LOCATIONS ARE APPROXIMATE
BORING LOCATION DIAGRAM
GEOTECHNICAL INVESTIGATION
MacARTHUR PARK IMPROVEMENTS
COPPELL, TEXAS
HBC Project No., 94005339 Date. 04/19/00
BID NO. Q- 1001 -02
BID FORM
MACARTHUR PARK PARKING LOT EXPANSION
THIS BID IS SUBMITTED TO:
Jim Ragsdill, Purchasing Agent
City of Coppell
Town Center
255 Parkway Boulevard
Coppell, Texas
1. The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are 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 Contractors, and specifications therein referred to, and has carefully
examined the location, and conditions, of the proposed work, and agrees that he will provide
all the necessary labor, machinery, tools, apparatus, and other items incidental to work, and
will do all work and furnish all the materials called for in the contract and specifications in the
manner prescribed therein.
2. It is understood by BIDDER that the phases of Work are to be substantially completed
by the completion dates identified in Section 01010, Summary of Work.
3. It is understood by BIDDER that failure of the Contractor to complete the phase(s) of Work
by the respective stipulated completion date will result in the payment of liquidated damages
to the Owner per paragraph SC.07 "Time for Completion and Liquidated Damages" of Section
00810, SPECIAL CONDITIONS.
4. Accompanying this proposal is a (Certified or Cashier's Check payable to the Owner) (Bid
Bond) in the amount of
Dollars ($ ).
The bid security accompanying this proposal shall be returned to the bidder, unless in case
of the acceptance of the proposal the bidder shall fail to execute a contract and file a
performance and payment bond within ten (10) days after its acceptance, in which case the
bid security shall become the property of the Owner and shall be considered as payment for
damages due to delay and other inconvenience suffered by the Owner on account of such
failure of the bidder. It is understood that the Owner reserves the right to reject any and all
bids.
5. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the stipulated Contract Time and in accordance with the other terms and
conditions of the Contract Documents.,
BID FORM
4017 00300 - 1
BID NO. Q- 1001 -02
6. BIDDER accepts all of the terms and conditions of the Notice to Contractors and Instructions
to Bidders, including without limitation those dealing with the disposition of Bid security. This
Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening.
BIDDER will sign and submit the Agreement with the Bonds and other documents required
by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award.
7. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda
(receipt of all which is hereby acknowledged):
Date Number Date Number
(b) BIDDER has become familiar with the nature and extent of the Contract Documents, Work,
site, locality, and all local conditions and Laws and Regulations that in any manner may affect
cost, progress, performance or furnishing of the Work.
(c) BIDDER has obtained (or assumes responsibility for obtaining and carefully studying) all such
examinations, investigations, explorations, tests and studies that pertain to the subsurface
or physical conditions at the site that may affect the cost, progress, performance or furnishing
of the Work, as BIDDER considers necessary for the performance or furnishing of the Work
at the Contract Price within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents. No additional examinations, investigations,
explorations, tests, reports or similar information or data are or will be required by BIDDER
for such purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the
site and assumes responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports or similar information or
data in respect of said Underground Facilities are or will be required by BIDDER in order to
perform and furnish the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract
Documents.
(g) BIDDER has given ARCHITECT /ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents, and the written resolution
thereof by ARCHITECT /ENGINEER is acceptable to BIDDER.
(h) The Contractor shall commence the work within 10 days of written Notice to Proceed, and
shall achieve substantial completion of work no later than 52 calendar days from the date
specified in the Notice to Proceed.
BID FORM
4017 00300 - 2
BID NO. Q- 1001 -02
8. BIDDER will complete the Work for the following price(s):
A. (1) The BASE BID for the North Parking Lot including irrigation and all the work
associated, complete and in place, for the lump sum of
($
(use words)
The Base Bid does not include the installation of the specified plantings for the North
Parking Lot.
(2) TRENCH SAFETY is included in the Base Bid [Item 8.A.(1)] and is the sum of
($ )
(use words)
B. ALTERNATES (Refer to Section 00410 - List of Alternates)
(1) Install plantings as specified for the North Parking Lot, complete and in place,
for the lump sum of:
($ )
(use words)
(2) Construct South Parking Lot including irrigation, retaining wall and all work
associated, complete and in place, for the lump sum of:
($ )
(use words)
Alternate 2 does not include the installation of the specified plantings for the
South Parking Lot.
(3) Install plantings as specified for the South Parking Lot, complete and in place,
for the lump sum of:
($ )
(use words)
BID FORM
4017 00300 - 3
BID NO. Q- 1001 -02
C. UNIT PRICES: In the event that certain quantities of Work are ordered to be increased
(or decreased), the following Unit Prices shall apply as additive (or deductive) bid items,
respectively.
(1) Imported unclassified fill in place: A unit price of
per cubic yard($ CY)
(use words)
(2) Imported topsoil in place: A unit price of
per cubic yard($ CY)
(use words)
(3) Five - inch (5 ") thick dry brush concrete pavement for walks: A unit price of
per square yard($ SY)
(use words)
(4) Six - inch (6 ") thick concrete pavement with monolithic curb and lime stabilized
subgrade for drives and parking lots: A unit price of
per square yard($ SY)
(use words)
(5) Five -inch (5 ") thick concrete pavement with monolithic curb and lime
stabilized subgrade for drives and parking lots: A unit price of:
per square yard($ SY)
(use words)
(6) Common Bermuda rolled sod, fine graded and planted: A unit price of
per square yard($ SY)
(use words)
(7) Ornamental metal fence: A unit price of
per square yard($ SY)
(use words)
BID FORM
4017 00300 - 4
BID NO. Q- 1001 -02
(8) Segmental retaining wall: A unit price of
per surface square foot($ SSF)
(use words)
9. The following documents are attached to and made a condition of this Bid:
(a) Required Bid Security in the form of bid bond or cashier's check.
(b) Required BIDDER's Statement of Qualifications with supporting data.
(c) Bid Affidavit.
(d) Insurance Requirement Affidavit.
10. Communications concerning this Bid shall be addressed to:
Mr. Henry Parker
Schrickel, Rollins and Associates, Inc.
1161 Corporate Drive West, Suite 200
Arlington, Texas 76006
(817) 649- 3216/FAX (817) 649 -7645
11. SUBMITTED on , 2001.
(Date)
12. Respectfully submitted,
By
Title
Address
Phone No.:
Fax No.:
E -mail:
❑ an individual
13. Submitted by ❑ a corporation
❑ a partnership
Doing business as
BID FORM
4017 00300 - 5
SECTION 00410
LIST OF ALTERNATES
GENERAL ALTERNATE REQUIREMENTS:
General: The description herein for each alternate is recognized to be incomplete and
abbreviated, but implies that each change must be complete for the scope of Work
affected. Refer to the applicable specification sections (Division 1 through 16), and to
applicable drawings, for specific requirements of the Work, regardless of whether
references are so noted in description of each alternate. Coordinate related Work and
modify surrounding Work as required to properly integrate with Work of each alternate. It
is recognized that descriptions of alternates are primarily scope definitions, and do not
necessarily detail the full range of materials and processes needed to complete the Work
as required.
SCHEDULE OF ALTERNATES:
Alternate No. 1: Install plantings as specified for the North Parking Lot.
Alternate No. 2: Construct South Parking Lot including irrigation, retaining wall and all
work associated.*
*THIS ALTERNATE DOES NOT INCLUDE THE INSTALLATION OF THE
SPECIFIED PLANTINGS FOR THE SOUTH PARKING LOT.
Alternate No. 3: Install planting as specified for the South Parking Lot.
END OF SECTION
LIST OF ALTERNATES
4017 00410 - 1
BID NO. Q- 1001 -02
Section 00420
BIDDER'S STATEMENT OF QUALIFICATIONS
Firm Name Date Organized
❑ PARTNERSHIP ❑ CORPORATION
Address
City State Zip Code
Telephone Number
Number of years in business under present name:
Former name(s) of organization:
CLASSIFICATION: ❑ General ❑ Building D Electrical ❑ Plumbing ❑ HVAC
Utilities ❑ Earthwork ❑ Paving ❑ Other
Titles, names and complete addresses of all principals in fine:
1.
2.
3.
4.
Number of full time employees:
I.R.S. Number:
FINANCIAL STATUS: Bonding Capacity: Bonding Capacity Remaining:
Name and Full Address of Bonding Company:
ATTACH A SUMMARY OF FIRM'S LATEST FINANCIAL STATEMENT.
Date of Financial Statement:
ATTACH A LIST OF SIMILAR COMPLETED PROJECTS. (Addresses, phone numbers and contact person.)
ATTACH A LIST OF SIMILAR PROJECTS UNDER CONSTRUCTION OR UNDER CONTRACT. (Addresses,
phone numbers and contact person.)
BIDDER'S STATEMENT OF QUALIFICATIONS
4017 00420 - 1
ATTACH CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE.
ATTACH QUALIFICATIONS FOR SUBCONTRACTORS NAMED IN THE BID FORM.
REFERENCES: (Bank and trade; give complete names and addresses.)
2.
3.
4.
I here by certify as of
Title Firm Name
that all information provided above attached herewith is true and correct.
Signature
Printed Name
Date
BIDDER'S STATEMENT OF QUALIFICATIONS
4017 00420 - 2
BID NO. Q- 1001 -02
00610
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DALLAS §
KNOW ALL MEN BY THESE PRESENTS: That
whose address
is
hereinafter called Principal, and
a corporation organized and existing under the laws of the State of , and fully licensed
to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL,
TEXAS, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Owner," in the penal sum of
dollars ($ ) plus
percent of the stated penal sum as an additional sum of money representing additional court expenses,
attorney's fees, and liquidated damages arising out of or connected with the below identified Contract in lawful
money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly
to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a
certain Contract with the City of Coppell, the Owner, dated the day of , A.D., 2001,
which is made a part hereof by reference, for the
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the
undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans,
specifications and Contract Documents during the original term thereof and any extension thereof which may
be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty
required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications to the Surety being hereby
waived; and, if the Principal shall repair and /or replace all defects due to faulty material and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of the Work by
Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages
which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner
all outlay and expense which the Owner may incur in making good any default or deficiency, then this
obligation shall be void; otherwise, it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in
Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be
performed thereunder or the Specifications accompanying the same shall 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 or to the Specifications.
4017 00610 -1
BID NO. Q- 1001 -02
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and
any other applicable statues of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident
Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the
Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be
deemed an original, this, the day of , 2001.
PRINCIPAL
ATTEST: By:
Name:
Title:
SURETY
ATTEST: By:
Name:
Title:
The Resident Agent of the Surety in Tarrant or Dallas County, Texas, for delivery of notice and service of the
process is:
Name:
Street Address:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.
4017 00610 -2
BID NO. Q- 1001 -02
00620
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DALLAS §
KNOW ALL MEN BY THESE PRESENTS: That
whose address
is
hereinafter called Principal, and
a corporation organized and existing under the laws of the State of , and fully licensed
to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL,
TEXAS, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Owner," in the penal sum of
dollars ($ ) in lawful money of the
United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a
certain Contract with the City of Coppell, the Owner, dated the day of , A.D., 2001,
which is made a part hereof by reference, for the
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and /or
material in the prosecution of the Work provided for in said Contract and any and all duly authorized
modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby
expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in
Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or
the Plans, Specifications, Drawings, etc., accompanying the same, shall 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 thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and
any other applicable statues of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident
Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the
Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
4017 00620 - 1
BID NO. Q- 1001 -02
IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall
be deemed an original, this, the day of , 2001.
PRINCIPAL
ATTEST: By:
Name:
Title:
SURETY
ATTEST: By:
Name:
Title:
The Resident Agent of the Surety in Tarrant or Dallas County, Texas, for delivery of notice and service of the
process is:
Name:
Street Address:
NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.
4017 00620 - 2
BID NO. Q- 1001 -02
THE STATE OF TEXAS §
Maintenance Bond
COUNTY OF DALLAS §
KNOW ALL MEN BY THESE PRESENTS:
THAT
of County, Texas hereinafter referred to as
"PRINCIPAL," and , a corporation organized under the laws of the State
of and authorized to do business in the State of Texas, hereinafter referred to as
"SURETY," are held and firmly bound unto the CITY OF COPPELL, TEXAS, a municipal corporation located
in Dallas County, Texas, hereinafter referred to as "CITY," in the penal sum of
DOLLARS ($ ), lawful money of the United States,
to be paid in Coppell, Dallas County, Texas, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators and successors, jointly and severally; and firmly by these
presents, the condition of this obligation is such that,
WHEREAS, PRINCIPAL entered into a certain Contract with
dated the day of , 2001, in the proper performance of which the CITY OF
COPPELL has an interest for the construction of:
NOW THEREFORE,
If PRINCIPAL will maintain and keep in good repair the work herein Contracted to be done and
performed for a period of one (1) year for Public Works Construction (paving, drainage and all other park
improvements) from the date of acceptance and do all necessary backfilling that may arise on account of
sunken conditions in ditches, or otherwise, and do and perform all necessary work and repair any defective
condition growing out of or arising from the improper joining of same, or on account of any breaking of same
caused by said Contractor in laying or building same, or on account of any defect arising in any of said work
laid or constructed by said Contractor, or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by reason of defective materials,
work or labor performed by said Contractor, then this obligation shall be void, otherwise to remain in full force
and effect; and in case said Contractor shall fail to do so, it is agreed that CITY may do said work and supply
such materials and charge the same against said Contractor and SURETY on this obligation, and said
Contractor and SURETY herein shall be subject to the liquidated damages mentioned in said Contract for
each day's failure on its part to comply with the terms of said provisions of said Contract.
4017 00630 - 1
BID NO. Q- 1001 -02
Provided, further, that if any legal action be filed on this Bond, venue shall lie in Dallas County, Texas.
And, that said SURETY, for value received, hereby stipulates and agrees that no change, extension
of time, alteration of addition to the terms of the Contract or to the work performed thereunder, or the plans,
specifications, drawings, etc. accompanying same shall in any way 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 thereunder.
The Undersigned and designated agent is hereby designated by SURETY herein as the agent
resident in either Tarrant or Dallas County to whom any requisite notice may be delivered and on whom
service of process may be had in matters arising out of such suretyship.
IN WITNESS WHEREOF, this instrument is executed on this the day of
, 2001.
WITNESS: PRINCIPAL
Company
By By
Signature Signature
Typed /Printed Name Typed /Printed Name
Title Title
Address Address
City State Zip City State Zip
4017 00630 - 2
BID NO. Q- 1001 -02
WITNESS: SURETY
Company
By By
Signature Signature
Typed /Printed Name Typed /Printed Name
Title Title
Address Address
City State Zip City State Zip
4017 00630 - 3
SECTION 00700
GENERAL PROVISIONS
1.0 The provisions of PART 1, Division 1, of the Standard Specifications for Public Works Construction
as issued by the North Central Texas Council of Governments, as currently amended, shall constitute
the general conditions of the construction contract.
GENERAL PROVISIONS
4017 00700 - 1
SECTION 00810
SPECIAL CONDITIONS
These special conditions amend or supplement the General Provisions of the Construction Contract, as
referred to in Section 00700, and other provisions of the Contract Documents as indicated below. All
provisions which are not so amended or supplemented remain in full force and effect.
. SC.01 DEFINITION OF TERMS
Calendar Day: A calendar day is defined in Item 1.0 of the General Provisions.
Working Day: A working day is defined in Item 1.0 of the General Provisions.
SC.02 LOCATION OF PROJECT
The project is located on the MacArthur Blvd. south of Sandy Lake Drive.
SC.03 SCOPE OF WORK
The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools,
equipment, and all incidentals required and performing all work necessary for the construction of MacArthur
Park Parking Lot Expansion as set forth in the plans and specifications and the Agreement.
SC.04 CONFLICT OF INTEREST
City Charter states that no officer of employee of the City shall have a financial interest, direct or indirect, in
any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any
land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the
interest is represented by ownership of stock in a corporation involved, provided such stock ownership
amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute
malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office
of position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or
corporations contracting with the City shall render the contract voidable by the City Manager or the City
Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor.
SC.05 AWARD OF CONTRACT AND COMMENCEMENT OF WORK
The Owner will notify the successful bidder of the City's acceptance of the Proposal in writing within sixty (60)
days after the date of opening bids. If the total contract amount exceeds $25,000, the Contractor shall
complete the execution of the required performance and payment bonds and contract within ten (10) days
from the date specified in a written work order to be issued by the Owner. No work shall commence prior to
the issuance of such work order or before the required insurance has been obtained by the Contractor, with
certificates filed with the Owner evidencing the required coverage to be in force. Should the Owner
unreasonably delay the issuance of the work order through no fault of the Contractor, the Contractor shall be
entitled only to an equitable extension of contract time, the contract amount to remain unchanged.
SC.06 TIME AND ORDER OF COMPLETION
At such time as actual construction has been started, the work will not be stopped or delayed without written
permission of the Owner, excluding delays caused by adverse weather conditions. The Contractor shall
maintain at all times sufficient equipment and personnel on the project to produce satisfactory progress during
the construction period.
SPECIAL CONDITIONS
401 00810 -1
All items of work included in the Base Bid and Alternate Bids shall be completed as identified in the Bid
Proposal Form. The work order shall consist of a written request by the Owner's Representative for the
Contractor to proceed with the construction of the project.
SC.07 TIME FOR COMPLETION AND LIQUIDATED DAMAGES
Dates for Substantial Completion of the two phases of work in the Contract are stipulated in Section 01010,
"Summary of Work."
Failure of the Contractor to complete the Work within the numbers of calendar days calculated from the date
of the issuance of the work order will result in damages being sustained by the Owner. Two numbers of
calendar days for the Contract will be calculated. They will be the numbers of days between the date of
issuance of the work order and each of the two stipulated dates of completion in Section 01010. As illustrated
in Section 01010, two sets of liquidated damages are possible — one set for each of the two phases of the
Work.
Such damages are, and will continue to be, impracticable and extremely difficult to determine. The Contractor
will pay the Owner TWO HUNDRED FIFTY dollars ($250.00) for each day of delay in finishing the Work in
excess of time specified for substantial completion, plus any authorized time extensions. Execution of the
contract under these specifications shall constitute agreement by the Owner and Contractor that TWO
HUNDRED FIFTY dollars ($250.00) per day for each of the two described phases of Work is the minimum
value of the costs and actual damage caused by failure of the Contractor to complete the Work within the
allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum
may be deducted from payments due the Contractor if such delay occurs.
The Owner will be the sole judge as to whether the work has been completed within the allotted time. The
amount or amounts of liquidated damages shall be recovered by deducting same from the monies due, or that
may become due the Contractor from Owner and, if said monies be insufficient to cover the amount owning,
then the Contractor or his surety shall pay any additional damages due.
SC.08 BONDS
The following bonds shall be required for this project, in amounts at least equal to the Contract Price, and shall
conform to the requirements of paragraphs 14.3 of the General Conditions.
3.1 Performance Bond
3.2 Payment Bond
3.3 Maintenance Bond
SC.09 CONSTRUCTION SCHEDULE
Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and shall
submit any major revisions to this schedule as the project progresses. This schedule shall provide for
completion of the project with the time provided in the specifications.
SC.10 INTERPRETATIONS AND ADDENDA
All questions about the meaning or intent of the Contract Documents are to be directed to Schrickel, Rollins
and Associates, Inc. Interpretations or clarifications considered necessary by Architect/Engineer in response
to such questions will be issued by Addenda mailed or delivered to all parties recorded by Architect/Engineer
as having received the Bidding Documents. Questions received less than seven days prior to the date for
opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding.
Oral and other interpretations or clarifications will be without legal effect.
SPECIAL CONDITIONS
4017 00810 -2
Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or
Architect/Engineer.
SC.11 SUBSTITUTIONS
Materials and equipment of other Suppliers may be accepted by the Architect/Engineer if sufficient information
is submitted at the appropriate time as specified in the General Provisions and Instructions to Bidders by
CONTRACTOR to allow the Architect/Engineer to determine that the material or equipment proposed is an
acceptable substitute to that named.
SC.12 EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this contract, the Contractor agrees as follows:
(a) The Contractor shall not discriminate against any employee or applicant for employment
because of race, color, religion, sex, age or national origin. The Contractor shall take affirmative action to
insure that applicants are employed, that employees are treated during employment without regard to their
race, color, sex, religion, age or national origin. Such action shall include, but not limited to, the following:
Employment, upgrading, demotion or transfer; recruitment or recruitment advertising, layoff or termination,
rates of pay or other forms of compensation; and selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places, available to employees or applicants for employment,
notices to be provided setting forth the provisions of this nondiscrimination clause.
(b) The Contractor shall, in all solicitations or advertisements for employees placed by or on
behalf of the Contractor, state that all qualified applicants shall receive consideration for employment without
regard to race, color, religion, sex, national origin or age.
(c) The Contractor shall send to each labor union or representative of workers with which he has
a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the
said labor union or workers' representatives of the Contractor's commitments under this section, and shall
post copies of the notice in conspicuous places available to employees and applicants for employment.
(d) The Contractor shall include the provisions of this section in all subcontracts pertaining to the
work.
SC.13 COPIES OF PLANS AND SPECIFICATIONS
Five (5) sets of plans and specifications shall be furnished to the Contractor, at no charge, for construction
purposes. Additional copies may be obtained at the cost of reproduction upon request.
SC.14 STATE AND CITY SALES TAX
The Contractor's attention is directed to Section 15.311 of the Tax Code of the State of Texas.
Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax
Code covering tangible personal property purchased by a contractor for use in the performance of a contract
for the improvement of City -owned realty.
It is still possible, however, for a contractor to make tax -free purchases of tangible personal property which
will be incorporated into and become part of a City construction project through the use of a "separated
contract" with the City. A "separated contract" is one which separates charges for materials from charges for
labor. Under such a contract, the contractor becomes a "seller" of those materials which are incorporated into
the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of
paying the sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the City for those materials. (This procedure may not be used, however, for materials which
SPECIAL CONDITIONS
401 00810 - 3
do not become a part of the finished product. For example, equipment rentals, form materials, etc., are not
considered as becoming "incorporated" into the project.)
Utilization of this "separated contract" approach eliminates the need for bidders to figure sales tax for
materials which are to be incorporated into the project. The bidder should therefore be certain, when
completing the bid form, to separate the bid as provided on the bid form. The successful bidder's bid form will
be used to develop the "separated contract" and will determine the extent of the tax exemption.
SC.15 INSURANCE REQUIRED: The Contractor shall not commence Work under this Contract until he /she
has obtained all insurance required under 13.2.1 of the City of Coppell's Standard Fixed Price Agreement.
SC.16 CLEANUP
Upon completion of the work, the Contractor shall remove from the site all materials, tools and equipment
belonging to him and leave the site with an appearance acceptable to the Owner.
SC.17 COORDINATION WITH OTHERS
In the event other contractors are doing work in the same area simultaneously with this project, the Contractor
shall coordinate his proposed construction with other contractors.
SC.18 BARRICADES, SIGNS AND TRAFFIC HANDLING
Barricades, signs, and traffic handling shall conform to 1994 - Texas Manual on Uniform Traffic Control
Devices except that no separate pay item is provided. This work shall be considered as subsidiary to the other
work.
SC.19 INSPECTION
The word "Inspection," or other forms of the word as used in the Contract Documents for this project, shall
be understood as meaning the Owner's Representative will observe the construction on behalf of the Owner.
The Owner's Representative will observe and check the construction in sufficient detail to satisfy themselves
that the work is proceeding in general accordance with the Contract Documents, but he will not be a guarantor
of the Contractor's performance.
SC.20 LIGHTS AND POWER
The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the
proper prosecution of the work.
SC.21 SMALL CLAIMS FOR DAMAGES OR INJURY
Item 1.24.3 SMALL CLAIMS FOR DAMAGE OR INJURY is amended to read as follows:
If any person files a claim against the OWNER or CONTRACTOR for personal injury or property damage
resulting from, arising out of, or caused by the operations of the Contractor, or any work within the limits of
the project, the Contractor must either submit to the Owner a duly executed full release within thirty (30) days
from the date of written claim, or immediately report the claim to his liability insurance carrier for their action
in adjusting the claim. If the Contractor fails to comply with these provisions within the stipulated time limit,
it will be automatically deemed that the Contractor has appointed the Owner as its irrevocable Attorney -in -Fact
authorizing the Owner to report the claim directly with the liability insurance carrier. This provision is in and
of itself a Power of Attorney from the Contractor to the Owner which authorized the Owner to take said action
on behalf of the Contractor without the necessity of the execution of any other document. If the Contractor fails
to comply with the provisions of this item the Owner, at its own discretion, may terminate this contract or take
any other actions it deems appropriate. Any payment or portion thereof due the Contractor, whether it is a final
SPECIAL CONDITIONS
4017 00810 -4
payment, progress payment, payment out of retainage or refund payment may be withheld by the Owner as
is authorized by Item 1.52. Bankruptcy, insolvency or denial of liability by the insurance carrier shall not
exonerate the Contractor from liability.
SC.22 PROJECT COORDINATION
The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of
reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type
of work being performed. The Superintendent shall have full authority to execute orders or directions and to
promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such
Superintendent shall be furnished irrespective of the amount of work subcontracted.
The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor(s)
at all times during construction.
SC.23 EXTENT OF WORK AND THE CONTRACT DOCUMENTS
All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be
shown on the Drawing but not called for in the Specifications, shall be performed by the Contractor as if
described in both. Should work be required which is not set forth in either document, but which work is
nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as
if it were specifically set forth in the Contract Documents.
SC.24 MATERIAL ON -SITE BURIAL
No concrete or other construction debris can be buried on the site unless specific permission is granted by
the Owner.
SC.25 MATERIAL HAUL -OFF
All construction debris shall be hauled to an appropriate land fill, and these fees shall be the Contractors'
responsibility and should be included in the bid amount.
SC.26 WAGE RATES
All employees of the Contractor on the work to be performed under this contract shall be paid the prevailing
wage rates per the attached schedule, "Prevailing Wage Rates 3/12/99."
SPECIAL CONDITIONS
4017 00810 - 5
Prevailing Wage Rates 3/12/99
Air Tool Operator $9.00
Asphalt Raker 9.55
Asphalt Shoveler 8.80
Batching Plant Weigher 11.51
Carpenter 10.30
Concrete Finisher - Paving 10.50
Concrete Finisher - Structures 9.83
Concrete Rubber 8.84
Electrician 15.37
Flagger 7.55
Form Builder - Structures 9.82
Form Liner - Paving and Curb 9.00
Form Setter - Paving and Curb 9.24
Form Setter - Structures 9.09
Laborer - Common 7.32
Laborer - Utility 8.94
Mechanic 12.68 .
Oiler 10.17
Servicer 9.41
Painter - Structures 11.00
Pipe Layer 8.98
Blaster 11.50
Asphalt Distributor Operator 10.29
Asphalt Paving Machine 9.25
Broom or Sweeper Operator 8.72
Bulldozer 10.29
Concrete Curing Machine 9.25
Concrete Finishing Machine 11.13
Concrete Paving Joint Machine 10.42
Concrete Paving Joint Sealer 9.00
Concrete Paving Saw 10.39
Concrete Paving Spreader 10.50
Slipform Machine Operator 9.52
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel 11.04
Foundation Drill Operator Crawler Mounted 10.00
Foundation Drill Operator Truck Mounted 11.83
Front End Loader 9.96
Milling Machine Operator 8.62
Mixer 10.30
Motor Grader Operator Fine Grade 11.97
Motor Grade Operator 10.96
Pavement Marking Machine 7.32
Roller, Steel Wheel Plant -Mix Pavements 9.06
Roller, Steel Wheel Other Flatwheel or Tamping 8.59
Roller, Pneumatic, Self- Propelled 8.48
Scraper 9.63
10.58
Tractor - Crawler Type
Tractor - Pneumatic 9.15
Traveling Mixer 8.83
Wagon -Drill, Boring Machine 12.00
Reinforcing Steel Setter Paving 13.21
Reinforcing Steel Setter Structures 13.31
Steel Worker- Structural 14.80
Spreader Box Operator 10.00
Work Zone Barricade 7.32
Truck Driver - Single Axle Light 8.965
Truck Driver - Single Axle Heavy 9.02
Truck Driver -Tandem Axle Semi Trailer 8.77
Truck Driver Lowboy/Float 10.44
Truck Driver- Transit Mix 9.47
Truck Driver- Winch 9.00
Vibrator Operator -Hand Type 7.32
Welder 11.57
•
SECTION 00815
CONTRACTOR SAFETY SPECIFICATION
GENERAL:
The Contractor shall comply with all Occupational Safety and Health Act (OSHA) Standards and any other
Federal, State, or Local rules and regulations applicable to construction and /or maintenance activities in the
State of Texas.
City Safety Personnel or any supervisor may, but are not required to, order that the work be stopped if a
condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift
responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the
Contractor to the City of Coppell. The Contractor shall remain solely and exclusively responsible for
compliance with all safety requirements and for the safety of all persons and property at the project site.
The parties hereto expressly agree that the obligation to comply with applicable safety provisions is a material
provision of this Contract and a duty of the Contractor. The City of Coppell reserves the right to require
demonstration of compliance upon reasonable request. In the event the Contractor is unable to demonstrate
compliance with the safety provisions of this Contract, the parties agree that such failure is deemed to be a
material breach of this Agreement; and the Contractor agrees that upon such breach, all work pursuant to the
Contract shall terminate until demonstration to the City of Coppell that the safety provisions of this Agreement
have been complied with. In no event shall action or failure to act on the part of the City of Coppell be
construed as a duty to enforce the safety provisions of this Agreement nor shall it be construed to create
liability for the City for any act or failure to act in respect to the safety provisions of this Agreement.
SAFETY EQUIPMENT:
The Contractor shall be responsible for the Safety Equipment to be used by its employees and /or all of its
subcontractors working on the City of Coppell' property. This equipment will include, but may not be limited
to, hard hats, safety belts or harnesses, eye, face, hand, ear or hearing protection. Sport or athletic type shoes
are not considered suitable work shoes on any construction site.
CONTRACTOR SAFETY SPECIFICATION
4017 00815 - 1
SECTION 01010
SUMMARY OF WORK
MacArthur Park Parking Lot Expansion
PART 1 - GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. Base Bid: The work to be included in the Base Bid consists of the furnishing
of all labor, materials, services and equipment required in conjunction with
or properly incidental to the construction of the MacArthur Park Parking Lot
Expansion in Coppell, Texas. Items to be constructed include, but are not
limited to, site preparation, earthwork, concrete paving, irrigation system, and
turf planting.
B. Alternate Bid Items: The work to be included as a part of the Alternate Bids
consists of the furnishing of all labor, materials, services and equipment
required in conjunction with or properly incidental to the construction of Work
in the Base Bid.
C. Owner has to be able to use the parking lot on March 1, 2002.
1.02 EXPLANATION OF ALTERNATES
A. Bidding alternates are provided in the Bid Proposal and notated on the Plan
Sheets.
B. General Requirements for Alternates and a Schedule of Alternates are found
in Section 00410 - LIST OF ALTERNATES.
1.03 OWNER RESPONSIBILITIES
A. The Owner will be responsible for the following construction items to be done
by City forces or by separate contract:
1. Maintenance of solid sod turfgrass is by Contractor until accepted by
Owner.
1.04 OWNER'S EXPECTATION OF BIDDER'S QUALIFICATIONS
A. The Owner will closely examine the qualifications and records of Bidders who
wish to become the Successful Bidder for this project. The Owner will weigh
the bids and the qualifications in their decision of whom to select to do the
work. Any bidder with serious intent of becoming the Successful Bidder must
SUMMARY OF WORK
4017 01010 - 1
prove that they have an experience record of having successfully completed
projects similar in nature, size and complexity.
B. Each Bidder must demonstrate the competence and experience of his own
forces and that of the subcontractors. Each Bidder must submit WITH THE
BID the required list of subcontractors. Failure to submit the list may cause
disqualification.
C. The City requests that bidders without the necessary qualifications not
submit bids, as they will be disqualified or passed over for consideration of
qualified bidders.
1.05 COMPLETION DATE FOR THE WORK
A. The Successful Bidder /Contractor agrees to begin work within the stipulated
time from the date of the written work order or notice to proceed. If a
Successful Bidder is selected by the Owner, the award of contract is
expected to occur on or about December 11, 2001, and the notice to
proceed is expected to be issued on or about January 1, 2002.
The following dates are for substantial completion:
1. March 1, 2002, for completion of the "Total Package of Work" in the
Contract. See paragraph 1.06, below.
B. Failure to meet these completion dates will cause separate liquidated
damages to be assessed for each day the construction is delayed. Refer to
Section 00810 - SPECIAL CONDITIONS, paragraph SC.07: "TIME FOR
COMPLETION AND LIQUIDATED DAMAGES."
1. Example of a liquidated damages situation:
a. If all of the "Total Package of Work" is not substantially complete by
March 1, 2002, liquidated damages of $250.00 per day will be
assessed by the Owner until completion of of the Work.
C. Liquidated damages will not apply if the only item of incomplete work on
March 1, 2002, is the establishment of Bermudagrass in the sodded areas.
However, monies will be retained from the Contractor's payment until the
Work is complete per provisions of the Contract.
END OF SECTION
SUMMARY OF WORK
4017 01010 - 2
SECTION 00822
TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL
1.01 DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control
measures deemed necessary by the Architect/Engineer for duration of the contract. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary
seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope
drains and other devices typically used to prevent erosion.
1.02 CONSTRUCTION REQUIREMENTS: The Architect/Engineer has the authority to define erodible
earth and the authority to limit the surface area of erodible -earth material. The Contractor will be
required to incorporate temporary pollution control measures to prevent or correct erosion that may
develop during construction. All labor, tools, equipment and incidentals to complete the work will not
be paid for directly but shall be considered subsidiary work to the various items included in the
contract.
A. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering public streets and storm sewer
systems.
B. All streets shall be cleared as soon as practicable of falsework, piling, debris or other
obstruction placed during construction operations that are not a part of the finished work.
C. The Contractor shall take sufficient precautions to prevent pollution with fuels, oils, bitumens,
calcium chloride or other harmful materials. He shall conduct and schedule his operations
so as to avoid or minimize siltation of streams, storm sewer lines, and adjacent streets.
1.03 The Contractor shall use NCTCOG STORM WATER QUALITY - Best Management Practices For
Construction Activities for acceptable erosion control practices.
1.04 Construction.of perimeter swales and straw bale check dams are a temporary measure to prevent
sediment and debris from leaving the site. The Contractor is responsible for achieving the proposed
grades as shown on the grading plan.
1.05 Location of high points, center lines of perimeter swales and outfalls are approximate. During
construction, swales shall be adjusted in the field as necessary to allow positive drainage in the swale
and prevent sediment and debris from leaving the construction site.
END OF SECTION
TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL
4017 00822 - 1
SECTION 01340
SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
1.01 GENERAL
A. Refer to General Conditions, Paragraph 3.12.
B. Submit to the Architect/Engineer shop drawings, product data, and samples required by
specification sections.
1.02 SHOP DRAWINGS
A. Prepared by a qualified detailer.
B. Identify details by reference to sheet and detail numbers shown on Contract Documents.
C. Shop Drawings shall be submitted only to clarify, amplify, or revise information shown or
called for in the contract documents.
1.03 PRODUCT DATA
A. Manufacturer's standard schematic drawings and diagrams:
1. Modify drawings to delete information which is not applicable to the work.
2. Supplement standard information to provide additional information specifically
applicable to the work.
B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts,
illustrations, and other standard descriptive data:
1. Clearly mark each copy to identify pertinent materials, products or models.
2. Show dimensions and clearances required.
3. Show performance characteristics and capacities.
4. Show wiring or piping diagrams and controls.
1.04 SAMPLES
A. Office samples shall be of sufficient size and quantity to clearly illustrate:
1. Functional characteristics of product or material, with integrally related parts and
attachment devices.
2. Full range of color samples.
B. Field Samples and Mock -ups:
1. Erect at project site at location acceptable to the Owner.
2. Construct each sample or mock -up complete, including work of all trades required
in finish work.
1.05 SUBMISSION REQUIREMENTS
A. Submit shop drawing and product data as soon as practicable after award of contract but not
later than 30 days before dates reviewed submittals will be needed.
B. Submit all office samples as soon as practicable but not later than 60 days after award of
contract in order to facilitate color selections and coordination of the various materials. Final
color selections and release of shop drawings contingent upon color selection will not be
made until all office samples have been submitted, coordinated, and approved.
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
4017 01340 -1
C. Number of submittals required:
1. Shop Drawings: Submit 5 prints and one sepia only of each shop drawing, unless
otherwise indicated.
2. Product Data: Submit 5 copies of product data.
3. Samples: Submit the number stated in each specification section, minimum of three
samples for each item.
D. Submittals shall include:
1. Date and revision dates.
2. Project title and number.
3. Names of Contractor, subcontractor, supplier, and manufacturer.
4. Identification of product or material and specification section number.
5. Relation to adjacent structure, materials or other critical features.
6. Field dimensions, clearly identified as such.
7. Applicable reference standards.
8. A blank space 4" x 8" for Architect/Engineer's stamp.
9. Other pertinent data required by specifications.
10. Identification of variation from contract documents.
11. Contractor's stamp, initialed or signed, certifying to review of submittal, verification
of field measurements, compliance with contract documents, and coordination with
requirements of the work.
Note: Absence of the Contractor's stamp shall constitute grounds for rejection of the
submittal until such time as the submittal has been processed in accordance with
this requirement.
1.06 RESUBMISSION REQUIREMENTS
A. Resubmission: Make corrections and changes in submittals required by Architect/Engineer
and resubmit until approved.
B. Shop Drawings:
1. Revise initial drawings and resubmit as specified for initial submittal.
2. Indicate on drawings any changes which have been made, other than those
requested by Architect/Engineer.
C. Product Data and Samples: Submit new data and samples as specified for initial submittal.
1.07 DISTRIBUTION OF SUBMITTALS AFTER REVIEW
A. Distribute reviewed copies of shop drawings and product data which carry
Architect/Engineer's stamp as follows:
1. Job Site File.
2. Record Documents File.
3. Other affected contractors.
4. Subcontractors.
5. Supplier or Fabricator.
Architect/Engineer will retain three (3) copies: one for his file, one for his consultants, and
one for the owner.
END OF SECTION
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
4017 01340 - 2
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Contractor shall employ and pay for the services of an Independent Testing Laboratory to
perform specified testing of work and materials at the Project Site.
1.02 RELATED REQUIREMENTS
A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules,
regulations, order or approvals of public authorities.
B. Respective sections of specifications: Certification of products.
C. Each specification section listed: Laboratory test required, and standards for testing.
1.03 LABORATORY DUTIES
A. Cooperate with Owner and Contractor; provide qualified personnel after due notice from
Contractor.
B. Perform specified inspections, sampling and testing of materials and methods of
construction:
1. Comply with specified standards.
2. Ascertain compliance of materials with requirements of Contract Documents.
C. Promptly notify Owner and Contractor of observed irregularities or deficiencies of work or
products.
D. Promptly submit written report of each test and inspection; one copy each to Owner,
Architect/Engineer, Contractor, and one copy to Record Documents File. Each report shall
include:
1. Date issued.
2. Project title and number.
3. Testing laboratory name, address and telephone number.
4. Name and signature of laboratory inspector.
5. Date and time of sampling or inspection.
6. Record of temperature and weather conditions.
7. Date of test.
8. Identification of product and specification section.
9. Location of sample or test in the Project.
10. Type of inspection or test.
11. Results of tests and compliance with Contract Documents.
12. Interpretation of test results, when requested by Architect/Engineer.
E. Perform additional tests as required by the Owner.
TESTING LABORATORY SERVICES
4017 01410 -1
1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY
A. Laboratory is not authorized to:
1. Release, revoke, alter or enlarge on requirements of Contract Documents.
2. Approve or accept any portion of the Work.
3. Perform any duties of the Contractor.
4. Stop the Work.
1.05 CONTRACTOR'S RESPONSIBILITIES
A. Cooperate with laboratory personnel, provide access to Work, to manufacturer's operations.
B. Furnish copies of Products test reports as required.
C. Furnish incidental labor and facilities:
1. To provide access to Work to be tested.
2. To obtain and handle samples at the Project site or at the source of the product to
be tested.
3. To facilitate inspections and tests.
4. For storage and curing of test samples.
D. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of
personnel and scheduling of tests.
1. When tests or inspections cannot be performed after such notice, reimburse Owner
for laboratory personnel and travel expenses incurred due to Contractor's
negligence.
END OF SECTION
TESTING LABORATORY SERVICES
4017 01410 - 2
SECTION 01510
TEMPORARY UTILITIES AND FACILITIES
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Furnish, install and maintain temporary utilities and facilities required for construction; remove
on completion of Work.
1.02 REQUIREMENTS OF REGULATORY AGENCIES
A. Comply with National Electric Code.
B. Comply with Federal, State and local codes and regulations and with utility company
requirements.
PART 2 - GENERAL
2.01 FIELD OFFICE
A. The Contractor may furnish a weather tight job office with operative windows, provided with
light and gas or electric heat when necessary, with smooth tables for using drawings and
specifications and with approved means for filing same and provide and pay for all necessary
fuel and electrical energy. A complete set of all drawings and specifications shall be kept on
the job at all times. Upon completion of the work, the office shall be removed from the
premises. The Contractor shall examine the site plan before locating the office and shall not
place it within five (5') feet of any underground lines. Owner's approval is required on final
location of field office.
B. The job office shall be equipped with a telephone at all times during the course of the work.
The telephone and facsimile machine shall be in operation from the commencement of
construction until final acceptance of the project.
2.02 STORAGE SHED
A. The Contractor may provide on the premises at convenient locations with respect to
construction areas, suitable watertight storage sheds for storage of materials, equipment,
and tools which might be damaged by exposure to the weather, and shall maintain same in
good condition, and shall remove same when no longer needed, or shall relocate same from
time to time where preliminary location might interfere with subsequent work. Owner's
approval is required on final location(s) of such storage facilities.
2.03 POWER AND LIGHT
A. The Contractor shall obtain and have installed a temporary power service line to a point
convenient for and available to all trades, including mechanical and other contractors. The
cost of current used shall be paid by the Contractor, and he may apportion the charge among
the trades using the current in a manner agreed upon.
2.04 SANITARY FACILITIES
A. The General Contractor shall provide adequate toilet facilities for the use of all persons
employed on the job. He shall post notices, take such precautions as may be necessary,
TEMPORARY UTILITIES AND FACILITIES
4017 01510 - 1
remove any refuse deposited in or about the buildings, and maintain the premises in a
sanitary conditions.
2.05 WATER
A. The Contractor shall be responsible for obtaining temporary water from the local utility
authority or the Owner. All costs for temporary water connections, water usage fees, etc.,
shall be paid by the Contractor.
2.06 TEMPORARY TELEPHONE SERVICE
A. Refer to Paragraph 2.01 above.
B. The Contractor shall pay all equipment costs and service charges for all calls.
2.07 STORAGE AND STOCKPILE OF EXCAVATED DIRT
A. All dirt excavated during the construction process shall be stockpiled as directed by the
Owner. All excess soil not used in construction operations shall be classified as spoils and
shall be removed from the site.
2.08 SCAFFOLDING
A. Each contractor shall provide and install all scaffolding, ramps, platforms, rails, guards, stairs,
and ladders necessary for the performance of the work. All safety standards, ordinances,
codes, and insurance requirements must be met. All items shall be so constructed as to
afford safety and protection to both craftsmen and their work and to the work of other
contractors.
2.09 DE- WATERING
A. Surface or subsurface water or other fluid shall not be permitted to accumulate in
excavations under or adjacent to any structures. Should such conditions develop, water and
other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain
lines, ditches, dams, or other approved methods.
2.10 SHORING
A. All temporary shoring required for the installation of work shall be included in this Contract
and the General Contractor must assume all responsibility for this work and make good any
damage caused by improper supports or failure of shoring in any respect.
2.11 BARRICADES
A. The Contractor shall erect and maintain sufficient barricades to protect adjacent structures,
paving, lawns, etc., from damage by construction vehicles and operations. Barricades must
also be erected where required to prevent injury to the public.
2.12 TRAFFIC CONTROL AND SAFETY
A. The Contractor shall be responsible for all traffic control and safety during construction. The
Contractor shall meet all City requirements for public safety, barriers, and traffic control. The
Contractor shall coordinate with the City of Coppell and Coppell Independent School District
during necessary street control.
TEMPORARY UTILITIES AND FACILITIES
4017 01510 - 2
2.13 LIFTING AND HOISTING
A. The Contractor shall supply all hoists, lifts, cranes, towers, etc., as required for the handling
of the various materials. Installation of all equipment shall meet all applicable safety
requirements.
2.14 WATCHMAN
A. The Contractor or subcontractor, at his own expense and option, may employ a watchman
at such time as he deems necessary to protect or attend his work. The Contractor shall be
responsible for making all other security arrangements that he will require during the
progress of the work.
2.15 REMOVAL OF TEMPORARY FACILITIES
A. When any temporary facility is no longer needed for the proper conduct of the work, the
Contractor shall completely remove it from the project and shall repair or replace any
material, equipment, or finished surface damaged by doing so.
2.16 TEMPORARY FIRE PROTECTION
A. Provide and maintain temporary fire protection during construction in accordance with
requirements of the local Fire Protection Code.
2.17 PARKING FACILITIES
A. Restrict parking of construction personnel vehicles to areas designated by the Owner.
2.19 FUEL STORAGE TANKS
A. Above fuel storage tanks shall be surrounded by a two -foot tall earthen berm for spill
containment.
END OF SECTION
TEMPORARY UTILITIES AND FACILITIES
4017 01510 -3
SECTION 01532
TREE PROTECTION
PART 1 - GENERAL
1.01 SCOPE
A. Protect trees and shrubs that are to remain in place from foliage, trunk, and root damage that
may result from construction operations.
1.02 FENCING
A. Typical fencing shall be steel posts with chain link fabric set three (3') feet outside the drip
line or as directed by the Owner. Contractor will be held strictly liable for damage to any
existing vegetation within the project boundaries.
1.03 PROTECTION OF REMAINING TREES AND SHRUBS
A. Protect such trees and shrubs that are to remain from the following damage:
1. Compaction of root area by equipment or material storage.
2. Trunk damage by moving equipment, material storage, nailing, or bolting.
3. Strangling by tying ropes or guy wires to trunks or large branches.
4. Poisoning by pouring solvents, gas, paint, etc., on or around trees and roots.
5. Cutting of roots by excavating, ditching, etc.
6. Drought from failure to water or by cutting or changing normal drainage pattern past
roots.
7. Changes of soil pH factor by disposal of lime base material such as concrete,
plaster, etc.
8. Do not cut roots 1 1 /z" in diameter or over. All excavation and earthwork within the
drip line of trees will be done by hand. All pruning will be done under the Owner's
direction.
1.04 DAMAGES - SPECIAL REQUIREMENTS
A. When trees other than those approved for removal are destroyed, killed, or badly damaged
as a result of construction operations, the Contract sum will be reduced by the amount
determined from the following International Shade Tree Conference formula: D x 0.7854 x
$36.00, where D is the diameter in inches of the trunk of each shade tree measured 12"
above grade. Damage to any branches larger than two (2 ") inches in diameter will result in
a fine of $300.00 to $800.00 per branch depending on the size.
1.05 PARKING
A. Parking vehicles or material storage under trees will not be permitted. Contractor will be fined
$100.00 for each violation.
1.06 UTILITY TRENCHING
A. Trenching for utilities in wooded areas must be staked and approved by the Owner prior to
trenching. The Owner reserves the right to adjust the line locations to avoid damage to
existing trees.
TREE PROTECTION
4017 01532 - 1
1.07 ROOT REMOVAL
A. Where plans call for disturbance of the root system of trees to remain, roots must be pruned
(by a machine manufactured for that purpose) prior to any other construction activity.
Immediately after excavation, exposed roots must be covered with a finely shredded mulch
and kept moist until backfilling is complete.
1.08 BRANCH INTERFERENCE
A. All branches that interfere with construction activity should be temporarily tied back to prevent
damage. Branch removal is permitted only as approved by the Owner.
1.09 LOCATION OF SITE IMPROVEMENTS
A. In heavily wooded areas the site improvements should be field staked, including cut/fill depth,
prior to the start of clearing. The Owner must observe this staking to determine if any field
adjustment is necessary to save any significant existing trees.
END OF SECTION
TREE PROTECTION
4017 01532 - 2
SECTION 01710
CLEANING UP
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Execute cleaning, during progress of Work, and at completion of Work, as required by the
General Conditions.
1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
A. General Conditions and Supplementary Conditions of the Contract.
B. Cleaning up required for specific Products or work; Specification Section for that work.
1.03 REQUIREMENTS OF REGULATORY AGENCIES
A. Fire Protection: Store volatile waste in covered metal containers and remove from the
premises daily.
B. Pollution Control: Conduct clean -up and disposal operations to comply with local codes,
ordinances and anti - pollution laws.
1. Burning or burying of rubbish and waste materials on the project site is prohibited.
2. Disposal of volatile fluid wastes, (such as mineral spirits, oil or paint thinner), in storm
or sanitary sewer systems or into streams or waterways is prohibited.
PART 2 - PRODUCTS
2.01 CLEANING MATERIALS
A. Use only cleaning materials which will not create hazards to health or property and which will
not damage surfaces.
B. Use only those cleaning materials recommended by the manufacturer of the surface to be
cleaned.
C. Use cleaning materials only on surfaces recommended by the cleaning material
manufacturer.
PART 3 - EXECUTION
3.01 DURING CONSTRUCTION
A. Execute periodic cleaning to keep Work, site and adjacent properties free from
accumulations of waste materials, rubbish and debris, resulting from construction operations.
B. At not less than every week during the progress of Work, clean up the site and legally
dispose of waste materials, rubbish and debris away from the site.
C. Provide on -site dump containers for collection of waste materials, rubbish and debris.
CLEANING UP
4017 01710 - 1
D. Do not allow waste materials, rubbish and debris to accumulate and become an unsightly or
hazardous condition.
E. Lower waste materials in a controlled manner with as few handlings as possible; do not drop
or throw materials from heights.
3.02 CLEAN -OUT FOR CONCRETE TRUCKS
A. Concrete trucks must be cleaned out off -site.
3.02 DUST CONTROL
A. Sprinkle dusty debris with water.
B. Schedule operations so that dust and other contaminants resulting from the cleaning process
will not fall on wet or newly painted surfaces.
3.03 FINAL CLEANING
A. Employ skilled workmen for final cleaning.
B. Remove grease, mastics, adhesives, dust, dirt, stains, labels, fingerprints and other foreign
materials from sight on exposed surfaces.
C. Repair, patch and touch up marred surfaces to match adjacent finishes.
D. Broom clean paved surfaces; rake clean other surfaces of grounds.
E. Polish glossy surfaces to a clear shine.
F. Prior to final completion, or Owner occupancy, conduct an inspection of sight- exposed
surfaces, and all work areas, to verify that the entire Work is clean.
END OF SECTION
CLEANING UP
4017 01710 - 2
SECTION 02100
SITE PREPARATION
PART 1 - GENERAL
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required
for clearing and grubbing, minor demolition, removal and disposal of items as specified herein and
on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02200 - Earthwork.
PART 2- PRODUCTS
2.01 No products are required to execute this work, except as the Contractor may deem necessary.
PART 3 - EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist of removing all natural and artificial objectionable
materials from the project site or from limited areas of construction specified within the site.
B. In general, clearing and grubbing shall be performed in advance of grading and earthwork
operations and shall be performed only in the area of earthwork operations.
C. Buried material such as logs, stumps, roots of downed trees that are greater than one and
one -half (1'/2 ") inches in diameters, matted roots, rubbish, and foreign debris shall be
grubbed and removed to a minimum depth of twenty -four (24 ") inches below proposed
finished grades.
D. Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior to
the start of earthwork operations. Such removal shall be accomplished by "blading" off the
uppermost layers of sod or root - matted soil for removal.
3.02 PAVEMENT REMOVAL:
A. Concrete or asphalt pavements shall be removed to neatly sawed edges. Saw cuts shall be
made to a minimum depth of one and one -half (1W) inches. If a saw cut in concrete
pavement falls within three (3') feet of an existing score joint, construction joint, saw joint,
cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All
saw cuts shall be parallel and /or perpendicular to the line of existing pavement. If the edge
of a cut is damaged subsequent to saw cutting, the pavement shall again be sawed to a neat,
straight line for the purpose of removing the damaged area.
B. Concrete curb and gutter shall be removed as specified above. No section to be replaced
shall be smaller than thirty (30 ") inches in length or twelve (12 ") inches in width.
3.03 MINOR DEMOLITION: There may be certain undetermined structures and improvements on the site
that must be removed before construction can commence. Unless otherwise specified, such items
become the property of the Contractor for subsequent disposal.
SITE PREPARATION
4017 02100 -1
3.04 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations
unless specifically permitted by the Owner in writing.
3.05 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation
operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding
of water and to promote drainage. In areas that are to be immediately excavated, the Owner may
permit holes, etc., to remain open.
3.06 DISPOSAL OF WASTE MATERIALS: Unless otherwise stated, materials generated by clearing,
grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from
the site and legally disposed of by the Contractor. Similar materials may be unearthed or generated
by earthwork operations. Unless otherwise specified any merchantable items become the property
of the Contractor.
3.07 STORM WATER MANAGEMENT PRACTICES: During the progress of the work the Contractor shall
provide erosion control barriers, silt fences, and other techniques in accordance with best
management practices. Refer to Section 02200 for additional requirements.
3.08 PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES: During construction, the Contractor
shall use extreme caution to protect the existing improvements and utilities. Prior to the start of
construction the Contractor shall coordinate and verify, with the City, and local utility companies, the
location of all existing utilities to remain. Also prior to construction, the Contractor shall visually
inventory all damage to existing surrounding improvements and shall make a written or video record
of this damage and present it to the Owner. If existing utilities or improvements are damaged during
construction the Contractor shall repair it at no cost to the Owner. All repair shall, to the Owner's
satisfaction, equal or exceed the condition of the improvements or utilities prior to the damage.
END OF SECTION
SITE PREPARATION
4017 02100 - 2
SECTION 02200
EARTHWORK
PART 1 - GENERAL
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required
to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified
herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 00200 - Subsurface Investigation.
B. Section 02100 - Site Preparation.
C. Section 02210 - Fine Grading.
D. Grading Plan: Refer to plan sheets.
1.03 TEST REPORTS: The Contractor will bear the cost of all testing requirements and will submit test
reports from a commercial testing laboratory as specified herein and in the Conditions of the
Contract.
1.04 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will
be included in the Bid Proposal. Payment will not be made on a unit price basis nor by any other
separate measured payment method.
PART 2 - PRODUCTS
2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless
separately designated, within the limits of the work. Unclassified excavation includes all material
encountered regardless of its nature or the manner in which it is to be excavated.
2.02 UNCLASSIFIED FILL:
A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials
removed in unclassified excavation, or similar imported materials, shall be used insofar as
practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is
hereinafter referred to as "earth embankment."
B. Rock: Minor quantities of rock not greater than four (4 ") inches in greatest dimension are
permissible in fill materials used to construct earth embankment. Minor quantities of rock of
greater dimensions may be placed in the deeper fills in accordance with the State
Department of Highways and Public Transportation requirements for construction of rock
embankments, provided such placement of rock is not immediately adjacent to structures or
piers. Also, rock may be placed in the portions of embankments outside the limits of the
completed graded width where the size of the rock prohibits their incorporation in the normal
embankment layers.
2.03 TOPSOIL: Shall be as follows:
A. On -Site Topsoil: Topsoil shall consist of an average depth of six (6 ") inches of native surface
soil left in place after the ground cover of herbaceous vegetation and other objectionable
matter has been cleared by "blading," as specified in Section 02100, "Site Preparation."
EARTHWORK
4017 02200 - 1
Topsoil may be greater or less than the upper six (6 ") inches in depth. However, it must be
removable without contamination by the subsoil or substratum or other objectionable matter
that would render it as "unsuitable material" as described herein.
B. Imported Topsoil: Imported topsoil shall be a natural, fertile, friable soil possessing
characteristics of representative productive soils in the vicinity. It shall be obtained from
approved naturally well- drained areas. Only the top twelve (12 ") inches of earth shall be
removed and used. It shall not be excessively acid or alkaline or contain toxic substances
which may be harmful to plant growth. Topsoil shall be without admixture of subsoil and shall
contain a minimum of lumps, stones, stumps, roots, or similar substances one (1 ") inch or
more in diameter. Acceptability of topsoil shall be determined by the Architect/Engineer or
Owner's Representative. Topsoil shall not be collected from sites that are infected with a
growth of, or the reproductive parts of, noxious weeds such as nut sedge, Johnson grass,
Bermuda grass or the like. Topsoil shall not be stripped, collected, or deposited while wet.
The Contractor shall furnish to the Architect/Engineer, in writing, the location where topsoil
is to be obtained, as well as a one (1) gallon sample of such soil.
2.04 IMPORTED FILL:
A. Imported fill materials shall be used for the construction of earth embankment in the event
that (1) the volume of unclassified excavation is less than the volume of fill required for earth
embankment and /or (2) the condition of materials removed in unclassified excavation makes
them unsuitable for use in the construction of earth embankment.
B. The Contractor shall haul and place imported fill obtained from off -site sources as necessary
to construct the embankment and various other details of the construction plans. All costs
related to such imported fill will be included in the contract price, and no additional or
separate payment for imported fill will be due the Contractor.
C. A sample of the proposed imported fill must be provided by the Contractor and be approved
by the Architect/Engineer. I n general, imported material must be equal to or better than native
material in quality and engineering characteristics. The Architect/ Engineer may also require
the Contractor to provided a material analysis test of the proposed fill.
2.05 SELECT MATERIALS:
A. Select materials shall be imported from off-site sources, unless they are available from
specifically designated areas on the site as marked on the plans.
B. Select Fill: Select fill shall be used for the construction of subgrades under building
foundations, slabs on grade, and other concrete construction as shown and detailed on the
plans. All select fill shall be sandy material or other suitable granular material (more than fifty
(50 %) percent by weight retained on a No. 200 sieve) and shall have a plasticity index not
less than four (4) nor more than fifteen (15). Properly deposited, conditioned, and compacted
select fill is hereinafter referred to as "select embankment."
C. Testing Requirements:
1. The Contractor shall have the testing lab to provide a material analysis test of a pit
sample of select fill prior to hauling it to the site. This test will include the percentage
by weight retained on a No. 200 sieve, the plasticity index, a physical description of
the material, and the Standard AASHTO Density and optimum moisture content as
required in the execution of "DENSITY CONTROL" in this specification. Tests
performed on samples of fill material used for other projects are unacceptable.
EARTHWORK
4017 02200 - 2
2. The Contractor shall have the testing lab to provide a maximum of eight (8)
additional material analysis tests as described above for specimens chosen by the
Owner or Architect/Engineer after an entire lift of select fill material is hauled and
deposited on the prepared subgrade, and all steps have been executed except for
conditioning and compaction as required in the execution of "EARTH
EMBANKMENT" and "SELECT EMBANKMENT" of this specification. The Owner or
Architect/Engineer may call for a series of tests from the same lift or from any given
lift of deposited material.
D. Sand Cushion: Sand cushion shall be placed to the depth indicated on the plans and details
as a leveling course between soil subgrade and concrete pavement. Cushion sand shall be
clean, coarse construction sand containing not more than five (5 %) percent clay and shall be
free of unsuitable material.
2.06 UNSUITABLE MATERIALS:
A. Topsoil, select material, imported fill, or unclassified fill will be declared as "unsuitable" by the
Owner if, in his opinion, any of the following conditions or matter and particles are present
to a degree that is judged detrimental to the proposed use of the material.
1. Moisture.
2. Decayed or undecayed vegetation.
3. Hardpan clay, heavy clay, or clay balls.
4. Rubbish.
5. Construction rubble.
6. Sand or gravel.
7. Rocks, cobbles, or boulders.
8. Cementious matter.
9. Foreign matter of any kind.
B. Unsuitable materials will be disposed of as "waste" as specified in Section 02100.
C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high
moisture content, the Architect/Engineer may grant the Contractor permission to process the
material to reduce the moisture content to a usable optimum condition.
PART 3 - EXECUTION
3.01 SITE PREPARATION: In general, site preparation," as specified in Section 02100, shall be
performed in advance of grading and earthwork operations and shall be completed over the entire
area of earthwork operations.
3.02 TOPSOIL:
A. The removal and storage of topsoil shall occur after site preparation is complete and before
excavation and embankment construction begin. Likewise, topsoil will be replaced after
excavation and embankment construction are complete.
B. Removal: Topsoil shall be stripped to an average depth of six (6 ") inches from areas where
excavation and embankment construction are planned. Topsoil may be obtained from greater
depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the
Architect/Engineer.
C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later
receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations
EARTHWORK
4017 02200 - 3
approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from
other excavated materials and shall be protected from contamination by objectionable
materials that would render it unsuitable.
D. Timing: Topsoil will not be replaced (deposited) until construction activities are complete that
would create undesirable conditions in the topsoil, such as overcompaction or contamination.
Trenching for items such as electrical conduit and irrigation pressure lines must be complete
before topsoil replacement may begin.
E. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed,
compacted, and graded to leave a finished layer of topsoil not less than five (5 ") inches in
depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork
(including slopes), except where pavement is planned.
F. Grading: Topsoil will be final graded to the elevations shown on the plans. Unless otherwise
indicated, the final plane of compacted topsoil will be between 0.10 foot and one (1 ") inch
below adjacent paved surfaces. Fine grading will be accomplished with a weighted spike
harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery.
Grading operations and equipment will be such that topsoil does not become overcompacted.
Bulldozer blades and front -end loader buckets are not acceptable devices for topsoil grading
operations.
G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane,
even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of
loose granular pockets or of overcompacted soils are not acceptable and will be reworked.
Finished areas will promote surface drainage and will be ready for turfgrass planting.
3.03 UNCLASSIFIED EXCAVATION:
A. All excavated areas shall be maintained in a condition to assure proper drainage at all times,
and ditches and sumps shall be constructed and maintained to avoid damage to the areas
under construction.
B. Surplus Material:
1. Surplus excavation is that quantity of material that may be left over after the grading
plan is executed, and all earthwork operations, including excavation, embankment
construction, topsoil replacement, and final grading, are completed. Unless
otherwise specified, the Contractor shall dispose of surplus material as "waste" as
specified in Section 02100.
2. In certain cases, if the on -site excavation and embankment quantities are not
balanced and there is a surplus of excavated material, the Architect/Engineer may
permit the Contractor to "waste" the surplus by constructing additional embankment
in an approved location. No additional payment for such work would be due that
Contractor.
C. Excavation in Rock: The use of explosives will not be permitted unless specifically permitted
in writing by the Owner. Unless otherwise indicated on the plans, excavation in solid rock
shall extend six (6 ") inches below required subgrade elevation for the entire width of the area
under construction and shall be backfilled with suitable materials as indicated on the plans.
EARTHWORK
4017 02200 - 4
3.04 EARTH EMBANKMENT:
A. Earth embankment is defined as embankment composed of suitable materials removed in
unclassified excavation and /or imported fill. The construction of embankment includes
preparing the area on which fill is to be placed and the depositing, conditioning, and
compaction of fill material.
B. General: Except as otherwise required by the plans, all embankment shall be constructed in
layers approximately parallel to the finished grade of the graded area, and each layer shall
be so constructed as to provide a uniform slope as shown on the grading plan.
Embankments shall be constructed to correspond to the general shape of the typical sections
shown on the plans, and each section of the embankment shall correspond to the detailed
section or slopes established by the drawings. After completion of the graded area,
embankment shall be continuously maintained to its finished section and grade until the
project is accepted.
C. Preparation: Prior to placing any embankment, all preparatory operations will have been
completed on the excavation sources and areas over which the embankment is to be placed.
Stump holes or other small excavations in the limits of the embankments shall be backfilled
with suitable material and thoroughly tamped by approved methods before commencing
embankment construction. The surface of the ground, including plowed, loosened ground,
or surfaces roughened by small washes or otherwise, shall be restored to approximately its
original slope by blading or other methods, and, where indicated on the plans or required by
the Architect/Engineer, the ground surface, thus prepared, shall be compacted by sprinkling
and rolling.
D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than
rock, shall be scarified to a depth of four (4 ") to six (6 ") inches to provide a bond between the
existing surface and the proposed embankment. Scarification shall be accomplished by
plowing, discing, or other approved means. The material that has been loosened shall be
recompacted with the new embankment.
E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases
where fill is to be placed against hillsides or existing embankment with slopes greater than
four to one (4:1), the Architect/Engineer may direct the Contractor to key the fill material to
the existing slopes by benching. A minimum of two (2') feet normal to the slope shall be
removed and recompacted to insure that the new work is constructed on a firm foundation
free of loose or disturbed material.
F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to
exceed eight (8 ") inches in loose depth before conditioning and compaction. Unless
otherwise permitted, each layer of fill material shall cover the length and width of the area to
be filled and shall be conditioned and compacted before the next higher layer of fill is placed.
Adequate drainage shall be maintained at all times.
G. Watering: At the time of compaction, the moisture content of fill material shall be such that
the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill
material which contains excessive moisture shall not be compacted until it is dry enough to
obtain the specified compaction.
H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot
rollers, pneumatic tire rollers, or other mechanical means acceptable to the
Architect/Engineer. Hand - directed compaction equipment shall be used in areas inaccessible
to vehicular compactors.
EARTHWORK
4017 02200 - 5
Grading: Embankments shall be constructed in proper sequence and at proper densities for
their respective functions. All embankment serves in one capacity or another as subgrade
(e.g., under topsoil, under concrete and asphalt pavement, under structures, etc.).
Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot
of proper subgrade elevation prior to depositing topsoil, and prior to the construction of
pavements, slabs, etc.
3.05 SELECT EMBANKMENT: Select embankment is defined as embankment constructed of select fill
material. In general, it is constructed the same as earth embankment, except as described below.
A. Subgrade: In cases where select fill is to be placed on a subgrade surface that is proposed
to be within 0.50 foot in elevation of the existing surface grade, the top six (6 ") inches of soil
shall be stripped and removed as unsuitable waste. A minimum of six (6 ") inches of fill
comprising the subgrade for the select embankment shall be prepared and compacted as
"earth embankment under select embankment" (see Density Control paragraph).
B. Mixing: If the select fill is non - uniform in material composition, the Contractor may elect to
mix with discing or pulverizing machinery to ensure that it meets the specified density and
material analysis testing requirements. During mixing, care shall be taken not to disturb the
subgrade nor to incorporate the subgrade material into the select material. Mixing would
occur between the depositing and watering steps described in the embankment construction
process. Also, see "Testing Requirements" under "SELECT MATERIALS" of the PRODUCTS
section of this specification.
3.06 DENSITY CONTROL:
A. Earth Embankment in General: Earth embankment shall be compacted in lifts at eighty -eight
(88 %) to ninety -two (92 %) percent of Standard Density ASTM D698 with plus or minus two
(2) percentage points of optimum moisture content.
B. Earth Embankment Under Structures and Pavement: The top six (6 ") inches of natural earth
comprising the subgrade for structural slabs or for areas of pavement shall be ninety -two
(92 %) to ninety -eight (98 %) percent of Standard AASHTO Density with the moisture content
at two (2 %) to four (4 %) percent above optimum. Sidewalks six (6') feet and less in width and
individual paved areas less than one hundred fifty (150) square feet in surface area are
excluded from this requirement.
C. Earth Embankment Under Select Embankment: The top six (6 ") inches of earth embankment
under select embankment shall be ninety -two (92 %) to ninety -eight (98 %) percent of
Standard AASHTO Density with the moisture content at two (2 %) to four (4 %) percent above
optimum.
D. Select Embankment: The entire depth of select embankment shall be compacted in lifts to
a minimum ninety -five (95 %) percent of Standard AASHTO Density with the moisture content
plus or minus two (2 %) percent of optimum. See "Testing Requirements" under "SELECT
MATERIALS" of the PRODUCTS section of this specification.
3.07 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments
that are to function as subgrade for structures, areas of pavement, or for select embankment. After
completion of the embankment, the Contractor shall prevent excessive loss of moisture in the
embankment by sprinkling as required. Loss of moisture in excess of two (2 %) percent below
optimum in the top twelve (12 ") inches of the fill will require that the top twelve (12 ") inches of the
embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or
pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback
asphalt over the completed embankment and thus eliminate the sprinkling requirement.
EARTHWORK
4017 02200 - 6
3.08 TESTING: Spot field tests of embankment densities shall be required of the Contractor by the Owner
at the Contractor's expense at the place and time of their choosing. Any area not meeting density
control requirements shall be immediately excavated, reconstructed, and retested, at the expense
of the Contractor, until satisfactory results are obtained. Up to a total of thirty (30) tests may be
required.
3.09 STORM WATER MANAGEMENT: The Contractor shall perform his construction operations in
accordance with best management practices to control pollutants in storm water discharges during
construction. The Contractor shall conform to local, state and federal regulations regarding control
of storm water pollutants, silt and sediments leaving the site.
3.10 RECORD DRAWINGS: Upon completion of the grading operations the Contractor must verify the site
grading by having a registered public surveyor shoot grades on a 25' grid overlaid over the baseball
and soccer playing field areas. The grades must be transferred to a reproducible drawing of the
grading plan for approval by the Owner or Architect/Engineer. No construction can proceed until
this "Record Drawing" has been approved by the Owner. All cost for surveying must be borne
by the Contractor.
END OF SECTION
EARTHWORK
4017 02200 - 7
SECTION 02240
LIME TREATED SUBGRADE
PART 1 - GENERAL
1.01 SCOPE: This item shall consist of the treating of subgrade by the pulverizing, addition of thirty -eight
(38 lbs.) pounds or not less than seven (7 %) percent by dry weight of hydrated lime per square yard,
and mixing and compacting the resulting material to required density. This item applies to natural
ground or embankment and shall be constructed as specified herein and in conformance with typical
sections, lines and grades as shown on the drawings. Lime treated subgrade applies for all details
where called for on the drawings.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02200 - Earthwork.
B. Section 03300 - Cast -In -Place Concrete.
1.03 SUBMITTALS: Submit to Architect/Engineer in conformance with the requirements of the GENERAL
PROVISIONS.
A. Test reports from commercial testing laboratory as outlined herein.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. All hydrated lime shall be Type A, as defined by Item 264, "Hydrated Lime and Lime Slurry,"
of the 1982 Standard Specifications for Construction of Highways, Streets, and Bridges
adopted by the State Department of Highways and Public Transportation on September 1,
1982, and shall consist of a dry powder obtained by treating quicklime with enough water to
satisfy its chemical affinity for water under the conditions of its hydration. This material is to
consist essentially of calcium hydroxide or a mixture of calcium hydroxide and a small
allowable percentage of calcium oxide, magnesium oxide, and magnesium hydroxide.
B. Hydrated lime shall conform to the following chemical and physical requirements:
1. Chemical Composition:
Total "active" lime content, percent by weight...Min. 90.0% (i.e., % by wt. (Ca(OH) + % by
wt. CaO)
*2. "Note: No more than 5% by weight calcium oxide (unhydrated lime) will be allowed
in determining the total "active" lime content.
3. Unhydrated lime content, percent by weight CaO...Max. 5.0%
4. "Free Water" content, percent by weight H 4.0%
C. Residue (Wet Sieve): The percent by weight of residue retained shall conform to the following
requirements:
1. Residue retained on a No. 6 (3360 micron) sieve...Max. 0.1%
LIME TREATED SUBGRADE
4017 02240 - 1
2. Residue retained on a No. 30 (590 micron) sieve...Max. 3.0%
3. Hydrated lime for stabilization purposes shall be applied, as provided in the
governing specifications, mixed with water to form a slurry.
D. Sampling and Testing: The sampling and testing of lime slurry shall be as determined by Test
Method Tex - 600 -J, "Lime Testing Procedure."
PART 3 - EXECUTION
3.01 GENERAL:
A. It is the primary requirement of this specification to secure a completed course of treated
subgrade containing a uniform lime mixture, free from loose or segregated areas, of uniform
density and moisture, well bound for its full depth and with a smooth surface suitable for
placing the hot mix asphaltic concrete surface or concrete surface course. It shall be the
responsibility of the Contractor to regulate the sequence of his work, to use the proper
amount of lime specified, maintain the work, and re -work the material as necessary to meet
the above requirements.
B. Prior to beginning any lime treatment, all subgrade surfaces shall be constructed and shaped
to conform to the typical sections, lines and grades as shown on the plans. After the
subgrade has been shaped and prepared, it shall be scarified to full width and depth of
stabilization. Full depth will be six (6 ") inches, and full width shall be one (I') foot outside all
new curbs or pavement surfaces, or full width from edge to edge of existing curbs or
pavement surfaces.
3.02 APPLICATION:
A. The lime is to be applied to such an area so that the mixing operation can be completed
during the same working day as the application of hydrated lime is made. The application will
be accomplished by the "slurry" method at the rate of 27 pounds of lime per square yard for
subgrade in accordance with THD Item 260.
B. Hydrated lime and water are to be combined to form a mixture for the lime application.
Approximately 3,200 pounds of lime to 500 -600 gallons of water will produce a satisfactory
mixture.
C. The slurry is to be applied with an approved distributor or water truck by making successive
passes, if necessary, to apply the correct amount of lime. The distributor or water truck is to
be equipped with an agitator to keep the slurry in a uniform and consistent mixture.
D. Mixing with a pulvimixer must immediately follow the application of lime slurry.
3.03 MIXING:
A. First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or
other approved equipment, and mixing continued until, in the opinion of the Engineer, a
homogenous, friable mixture of material and lime is obtained, free from all clods and lumps.
Materials containing plastic clays or other material which will not readily mix with lime shall
be mixed as thoroughly as possible at the time of lime application, brought to proper moisture
content, and left to cure from one (1) to four (4) days, as directed by the Architect/Engineer.
During the curing period, the material shah be kept moist, as directed.
B. Final Mixing: After the required curing time, material shall be uniformly mixed by approved
methods. If the soil binder -lime mixture contains clods, they shall be reduced in size by
LIME TREATED SUBGRADE
4017 02240 - 2
raking, blading, discing, harrowing, scarifying, or the use of other approved pulverization
methods so that when all non - slaking aggregates retained on the No. 4 sieve are removed,
the remainder of material shall meet the following requirements when tested dry by laboratory
sieves.
1. Minimum passing 1 -3/4" sieve 100%
2. Minimum passing No. 4 sieve 60%
C. During the interval of time between application and mixing, hydrated lime that has been
exposed to the open air for a period of six (6) hours or more to excessive loss due to washing
or blowing will not be accepted for payment.
3.04 COMPACTION:
A. Compaction of the mixture shall begin immediately after final mixing and, in no case, later
than three (3) calendar days after final mixing, unless approval is obtained from the
Architect/Engineer. The material shall be aerated or sprinkled as necessary to provide the
optimum moisture.
B. Final compaction shall be to a minimum of ninety -five (95 %) percent of Standard AASHTO
Density as defined by AASHTO Test T -99.
3.05 FINISHING, CURING, AND PREPARATION OF SURFACING: After the lime treated subgrade has
been compacted, it shall be brought to the required lines and grades, in accordance with the typical
sections. The completed sections shall then be finished by rolling as directed with a pneumatic or
other suitable roller sufficiently light to prevent hair cracking. The completed section shall be
moist -cured for a minimum of seven (7) days before the pavement is placed or traffic is permitted,
unless otherwise directed by the Architect/ Engineer. In any case, the compacted lime treated
subgrade shall be maintained by sprinkling until such time as the paved surface is placed. The paved
surface shall be applied within fourteen (14) days, unless otherwise directed by the
Architect/Engineer. The moist curing requirement will be rigidly enforced.
3.06 TESTING: The laboratory shall furnish to the Architect/Engineer test results of field density tests
performed at up to twenty (20) locations (one test per location) selected by the Architect/Engineer.
All tests will be performed by an approved laboratory at the expense of the Owner. Areas failing to
meet density requirements herein specified shall be reconstructed and re- tested at the expense of
the Contractor.
END OF SECTION
LIME TREATED SUBGRADE
4017 02240 - 3
SECTION 02660
PAVEMENT MARKINGS AND SIGNS
PART 1 - GENERAL
1.01 SCOPE: Provide pavement markings and signs as described on the plans and as detailed in this
section.
1.02 SUBMITTALS: Submit complete manufacturer's product data sheets for marking paint.
PART 2 - PRODUCTS
2.01 MATERIAL:
A. Marking Paint: Traffic marking paint F.S. TT- P -115c, Type 11, or THD Specifications WPT-
8b white, yellow or red in color as called for.
B. Signs: Shall be as detailed on the plans.
2.02 EQUIPMENT: Equipment shall be pressurized, self- contained paint machine capable of applying a
straight line from two (2 ") inches to six (6 ") inches wide, with consistent coverage of a minimum of
200 square feet per gallon.
PART 3 - EXECUTION
3.01 PREPARATION:
A. Upon completion of new pavement installation the Contractor shall stripe, mark or line all
pavements per the layout shown on the drawings.
B. Provide a qualified technician to supervise equipment and application of markings. Lay out
markings using guide lines, template, and forms.
C. Thoroughly clean surfaces free of dirt, sand, gravel, oil and other foreign matter prior to
application of paint.
3.02 APPLICATION OF PAINT:
A. No striping shall be done until the new pavement has been approved by the
Architect/Engineer. All paint shall be applied in accordance with the recommendations of the
paint manufacturer.
B. Surfaces shall be dry. Application shall not be made when weather is foggy or rainy, or
ambient or pavement temperatures are below 40 degrees Fahrenheit, nor when such
conditions are anticipated during eight hours after application.
C. Apply marking paint at a rate of one gallon per 200 square feet using a power sprayer. Apply
markings straight and even in accordance with approved layout. Stripes shall be four (4 ")
inches wide, except where noted otherwise.
3.03 CLEANING: Remove any overspray from surfaces other than those requiring marking paint.
PAVEMENT MARKINGS AND SIGNS
4017 02660 - 1
3.04 SIGNS: Signs shall be installed as located and as detailed on the drawings.
END OF SECTION
PAVEMENT MARKINGS AND SIGNS
4017 02660 - 2
SECTION 02800
TURFGRASS PLANTING
PART 1 - GENERAL
1.01 SCOPE: This work includes all labor, materials, and equipment for soil preparation, fertilization,
planting, and other requirements regarding turfgrass planting areas shown on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02200 - Earthwork.
B. Section 02810 - Irrigation System.
1.03 SUBMITTALS:
A. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials used
for this work shall be subject to checking by the Owner or his representative and shall be
subsequently delivered to the office of the Owner.
B. Samples and Producers' Specifications: Various samples, certificates, and specifications of
fertilizer and other materials shall be submitted for approval as required by subsequent
sections of this specification.
PART 2 - PRODUCTS
2.01 TURFGRASS:
A. Common Bermuda Sod: Turfgrass sod shall be "Cynodon dactylon" (Bermudagrass). Sod
shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of
dense, thickly matted roots throughout the soil of the sod for a thickness not less than
three - quarters (1/4") inch. Sod shall be alive, healthy, vigorous, free of insects, disease,
stones, and undesirable foreign materials and grasses. The grass shall have been mowed
prior to sod cutting so that the height of the grass shall not exceed two (2 ") inches. Sod shall
have been produced on growing beds of sandy -loam topsoil. Sod shall not be harvested
or planted when its moisture condition is so excessively wet or dry that its survival will be
affected. All sod is to be harvested, delivered, and planted within a thirty -six (36) hour period
of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked,
it shall be kept moist and shall be stacked roots -to -roots and grass -to- grass.
1. Dimensions: All sod shall have been machine cut in rolls to uniform soil thickness
of one (1 ") inch plus or minus one - quarter ( inch. All sod shall be of the same
thickness. Rectangular sections of sod may vary in length, but all shall be of equal
width and of a size that permits the sod to be lifted, handled, and rolled without
breaking. Typical roll size shall be 42" wide by 100' long. Broken pads and torn,
uneven ends will be unacceptable.
2. Architect/Engineer must approve sod and supplier prior to shipment.
2.02 FERTILIZER:
A. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and
suitable for application with approved equipment. Fertilizer shall be delivered to the site in
fully labeled original containers. Fertilizer which has been exposed to high humidity and
TURFGRASS PLANTING
4017 02800 - 1
moisture, has become caked or otherwise damaged making it unsuitable for use, will not be
acceptable.
B. Initial Planting Application: Fertilizer for the initial planting application shall be of an organic
base containing by weight the following (or other approved) percentages of nutrients:
15 -15 -15 (N -P -K), also containing 10 -15% sulphate and traces of iron and zinc as required
and approved by the Owner.
1. Specification Submittal: Submit a sample label or specification of the fertilizer
proposed to be used for the Owner's approval.
C. Post Planting Application: Fertilizer for the post planting application will be a chemical base
fertilizer containing by weight the following ratio of nutrients: 3 -1 -2 (N -P -K).
1. Specification Submittal: Submit a sample label or specification of the fertilizer
proposed to be used for the Owner's approval.
PART 3 - EXECUTION
3.01 GENERAL: All turfing operations are to be executed across the slope, parallel to finished grade
contours.
3.02 SCHEDULE: Grass planting can proceed only after the fine grading has been approved by the
Architect/Engineer.
3.03 SOIL PREPARATION:
A. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and
prepare an acceptable seed /sod bed. All areas shall be tilled with a heavy duty disc or a
chisel -type breaking plow, chisels set not more than ten (10 ") inches apart. Initial tillage shall
be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of
tillage shall be five (5 ") inches.
B. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish,
weeds, and stones larger than three - quarter (%") inches in diameter.
C. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded,
and drug with a weighted spike harrow or float drag. The required result shall be the
elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final
soil preparation step to be completed before the commencement of fertilizing and planting.
D. Rock Removal: During the soil preparation process, a "Rock Pick" or other approved piece
of machinery shall be used to gather surface stones as small as three - quarter ( ") inch in
diameter. The Contractor shall be responsible for the disposal of collected materials as waste
per "Clean Up," Paragraph 3.12.
3.04 FERTILIZING:
A. Initial Planting Application: The fertilizer shall be applied at the rate of nine (9) pounds per
one thousand (1000) square feet (400 pounds per acre).
1. Timing: The initial planting application of fertilizer for seeded areas shall be applied
after the soil preparation, but not more than two (2) days prior to turfgrass planting.
Fertilizer shall be applied over sodded areas after planting, but not more than two (2)
days later.
TURFGRASS PLANTING
4017 02800 - 2
B. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive the
specified post planting fertilizer at the rate of one (1) pound of nitrogen per one thousand
(1,000) square feet (45 pounds per acre).
1. Timing: The Owner or his representative will determine if it is too late in the growing
season for the post planting application. In the event that it is, the application shall
be made in the spring of the next year, or the cost of the application may become a
credit due to the Owner.
2. Post Planting Maintenance: See Paragraph 3.9. Areas without a uniform stand
(complete coverage) that must be maintained later than thirty (30) days after the
initial planting shall receive subsequent applications of fertilizer, as described above,
every thirty (30) days until a uniform stand is achieved.
3.05 PLANTING:
A. Solid Sodding:
1. Laying sod: Prior to laying the sod, the planting bed shall be raked smooth to true
grade and moistened to a depth of four (4 ") inches, but not to the extent causing
puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with
staggered joints.
2. Rolling: The sod shall be pressed firmly into contact with the sod bed by rolling so
as to eliminate all air pockets, provide a true and even surface, and insure knitting
without displacement of the sod or deformation of the surfaces of sodded areas. All
transitions between sod and existing turf areas shall be undercut and rolled to
provide a smooth, level transition.
3. Smoothing: Following compaction, fine screened soil of good quality shall be used
to fill all cracks between sod sections. Excess soil shall be worked into the grass with
suitable equipment and shall be well watered. The quantity of fill soil shall be such
that it will cause no smothering of the grass.
4. Topdressing: Approximately one week after initial planting of sod the entire sodded
area shall be mowed to a height of one half (' /2') inch, then topdressed with a fine
sandy loam material that is similar to the topsoil on the field. Topdressing shall be
applied at a rate of approximately 0.3 cubic yards per thousand square feet, (0.1"
deep). Subsequently, the topdressing shall be worked in and smoothed over with
a flexible steel drag mater by brushing.
5. Topdressing and /or rolling shall be repeated at no cost to the owner if the A/E
determines additional smoothing is required.
3.06 PROTECTION: No heavy equipment shall be moved over the planted turf area unless the soil is again
prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all
paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage.
Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate
and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work.
3.07 IRRIGATION SYSTEM:
A. The proposed irrigation system must be complete in all respects and must be completely
operational before turfgrass planting may begin. After planting, any breakdowns in the
irrigation system attributable to warranty items must be immediately repaired by the
TURFGRASS PLANTING
4017 02800 - 3
Contractor. Otherwise, the cost of replacing the lost turf caused by the Contractor's failure
to promptly repair the irrigation system will be fully borne by the Contractor.
B. All turf areas not covered by the proposed irrigation systems must be irrigated with a
temporary above - ground irrigation system. The above - ground temporary irrigation system
shall remain in place until all non - irrigated turf areas have established an acceptable stand
of turfgrass. Contractor shall be responsible for installation, operation and removal of the
temporary system. All cost associated with the temporary system shall be borne by the
Contractor.
3.08 ESTABLISHMENT AND ACCEPTANCE:
A. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting
operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor
to establish a uniform stand of turfgrass as herein specified. When adverse conditions such
as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such
an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any
phase of the work until conditions change to favor the establishment of turfgrass.
B. A uniform stand with complete coverage of the specified grass in seeded areas shall be
defined as not less than 80% coverage in a ten foot square area. Growing plants shall be
defined as healthy grass plants of two blades or more at least 1 1 /" inches tall.
C. Complete coverage of sodded areas shall be defined as no visible joints showing or felt
between individual sections of sod and all sections of sod must be firmly rooted to the
prepared subgrade.
3.09 POST- PLANTING MAINTENANCE: Maintenance shall begin immediately after each grass area is
planted. All planted areas will be protected and maintained by watering, weed control, and replanting
as necessary for at least thirty (30) days after initial planting and for as long as necessary to establish
a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project has been accepted by
the Owner. It is anticipated that a minimum of one (1) mowing will occur before the grass are
accepted by the Owner. All areas which are not completely covered with the specified grass at the
end of thirty (30) days will continue to be replanted and maintained by the Contractor until complete
coverage and acceptance are achieved.
A. Water: Apply at least one -half ( % ") inch of water over the entire planted area every three
days. Contractor shall water thoroughly and infrequently once grass is established to
encourage deep root growth.
B. Mowing: Once grass is established the planted area shall be mowed at least twice a week
during the growing season. Grass shall be mowed to a height of one -half ('/ ") inch. Mowing
during dormant season will be done as necessary. Contractor shall include at least eight (8)
mowings in his bid.
C. Weed Control: No sooner than 45 days after grass has germinated any weed growth shall
be arrested by applying MSMA broadcasted over the entire planted area. Additional
applications of MSMA will be required to eliminate weed growth that continues to grow after
the initial application. MSMA will only be used during the growing season. All week growth
during the dormant season will be controlled with spot applications of "Round -Up." "Round -
Up" will not be used until the grass is totally dormant.
D. Replanting: All areas that do not produce a UNIFORM STAND OF GRASS must be replanted
until a UNIFORM STAND OF GRASS is established. The Project is not "Substantially
Complete" until the turfgrass exists in a uniform stand.
TURFGRASS PLANTING
4017 02800 - 4
E. Edging: All turf areas adjacent to paved areas shall be edged to maintain a neat appearance.
3.10 GRADING: All grading and placing of topsoil on any given area will be done prior to the turfgrass
installation. It will be this Contractor's responsibility to maintain the existing grades and leave them
in a true and even condition after planting turfgrass.
3.11 EROSION CONTROL: Throughout the project and the maintenance period for turfgrass, it is the
Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass
losses due to erosion will be replaced by the Contractor until establishment and acceptance is
achieved.
3.12 CLEAN UP: This Contractor shall remove any excess material or debris brought onto the site or
unearthed as a result of his turfgrass operations.
3.13 GUARANTEE: This Contractor shall guarantee all materials used for this work to be the type, quality,
and quantity specified.
END OF SECTION
TURFGRASS PLANTING
4017 02800 - 5
SECTION 02830
ORNAMENTAL METAL FENCING
PART 1 - GENERAL
1.01 WORK INCLUDED
A. The Contractor shall provide all labor, materials and appurtenances necessary for installation
of the ornamental metal fencing system defined herein at (specify project site).
1.02 RELATED WORK
A. Section 02200 - Earthwork.
B. Section 03300 - Cast -In -Place Concrete.
1.03 DESCRIPTION
A. The manufacturer shall supply a total ornamental metal fencing system of the Majestic
design. The system shall include all components (i.e., pickets, rails, posts, gates and
hardware) required.
1.04 QUALITY ASSURANCE
A. The Contractor shall provide laborers and supervisors who are thoroughly familiar with the
type of construction involved and materials and techniques specified.
1.05 REFERENCES
A. ASTM A526/A 526 -M - Steel Sheet, Zinc- Coated (galvanized by the hot dip process).
B. ASTM B117 Test Method - Salt Spray (Fog) Testing.
1.06 SUBMITTAL
A. The manufacturer's literature shall be submitted prior to installation.
1.07 PRODUCT HANDLING AND STORAGE
A. Upon receipt at the job site, all materials shall be checked to ensure that no damages
occurred during shipping or handling. Materials shall be stored in such a manner to ensure
proper ventilation and drainage, and to protect against damage, weather, vandalism and
theft.
PART 2 - PRODUCTS
2.01 MANUFACTURER
A. The ornamental metal fencing system shall conform to Aegis, Majestic 3 -Rail style
manufactured by Ameristar Fence Products, Inc., Tulsa, Oklahoma, or approved equal.
ORNAMENTAL METAL FENCING
401 02830 - 1
2.02 MATERIALS
A. The materials for fence framework (i.e., pickets, rails and posts) shall be manufactured from
coil steel having a yield strength of 50,000 psi. The steel shall be galvanized to meet the
requirements of ASTM A526 with a minimum zinc coating weight of .90 ounces per square
foot (coating Designation G -90), hot -dip process. Galvanized framework shall be subject to
six -stage pretreatment/wash (with zinc phosphate) followed by an electrostatic spray
application of a two coat powder system. The base coat is a thermosetting epoxy powder
coating (gray in color) with a minimum thickness of 2 -4 mils. The top coat is a "no -mar" TGIC
polyester powder coat finish with a minimum thickness of 2 -4 mils. The color shall be (specify
black, brown, white or desert sand). Coated galvanized framework shall have a salt spray
resistance of 3,500 hours using ASTM B117 Test Method without loss of adhesion.
B. Material for fence pickets shall be 1" square X 14 ga. tubing. The cross - sectional shape of
the rails shall conform to the manufacturer's Forerunner TM design, with outside cross - section
dimensions of 1.75" square and a minimum thickness of 14 gauge. Posts spacing shall be
(specify 71 1/4' for 6' o.c. nominal or 96" for 8' o.c. nominal with 2 'A" square posts). Picket
holes in the ForerunnerTM rail shall be spaced 4.98" o.c. Picket retaining rods shall be 0.125"
diameter galvanized steel. Posts shall be a minimum of 2" diameter x 12 gauge. Rubber
grommets shall be supplied to seal all picket to rail intersections.
2.03 FABRICATION
A. Pickets, rails and posts shall be precut to specified lengths. ForerunnerTM rails shall be
prepunched to accept pickets.
B. Grommets shall be inserted into the prepunched holes in the rails and pickets shall be
inserted through the grommets so that predrilled picket holes align with the internal upper
raceway of the ForerunnerTM rails. (Note: This can best be accomplished by making an
alignment jig.) Retraining rods shall be inserted into each ForerunnerTM rail so that they pass
through the predrilled holes in each picket.
C. Completed sections (i.e., panels) shall be capable of supporting a 600 Ib. load applied at
midspan without permanent deformation. Panels shall be biasable to a 25% change in grade.
D. Each upright and rail intersection shall be joined by welding. Each picket and rail intersection
shall also be joined by welding.
PART 3 - EXECUTION
3.01 PREPARATION
A. All new installation shall be laid out by the Contractor in accordance with the construction
plans.
3.02 INSTALLATION
A. Fence posts shall be set at spacing of 6' plus or minus' /z'. The "Earthwork" and "Concrete"
sections of this specification shall govern post base placement and material requirements.
AEGIS panels shall be attached to posts using panel brackets supplied by the bolt -on
hardware supplied by the manufacturer.
ORNAMENTAL METAL FENCING
4017 02830 - 2
3.03 CLEANING
A. The Contractor shall clean the jobsite of excess materials; post hole excavations shall be
scattered uniformly away from posts.
END OF SECTION
ORNAMENTAL METAL FENCING
401 02830 - 3
SECTION 02832
SEGMENTAL RETAINING WALLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
1. This Section includes the following:
a. Segmental retaining walls with soil reinforcement.
2. Related Sections include the following:
a. Division 2 Section "Earthwork" for excavation for segmental retaining walls.
b. Division 3 Section "Cast -in -Place Concrete" for retaining wall footings.
3. Work includes furnishing and installing concrete modular block retaining wall units
to the lines and grades designated on the construction drawings and as specified
herein.
1.3 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide segmental retaining walls capable of withstanding the
effects of loads due to soil pressures resulting from grades indicated.
1.4 SUBMITTALS
A. Product Data: Manufacturer's literature describing materials and installation instructions.
Required for each type of segmental retaining wall and other manufactured products
specified.
B. Samples for Verification: Sets for each color, finish, and pattern of unit required. Include 2
or more samples in each set showing the full range of variations expected.
C. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with project
names and addresses, names and addresses of Architect/Engineers and Owners, and other
information specified.
D. Product Test Reports: Indicate compliance of retaining wall units and soil reinforcement with
requirements based on comprehensive testing of current products.
1. Include test data verifying properties used as basis of structural design.
2. Include test data required by "Source Quality Control" Article for soil reinforcement.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced installer who has completed segmental
retaining walls similar in material, design, and extent to that indicated for Project that has
resulted in construction with a record of successful in- service performance.
SEGMENTAL RETAINING WALLS
4017 02832 - 1
B. Testing Agency Qualifications: An independent testing agency with the experience and
capability to conduct the testing indicated without delaying the Work, as documented
according to ASTM E 548.
C. Mockups: Before installing segmental retaining walls, construct sample wall panels to verify
selections made under Sample submittals and to demonstrate aesthetic effects and qualities
of materials and execution. Build mockups to comply with the following requirements, using
materials indicated for completed Work.
1. Locate mockups in the locations indicated or, if not indicated, as directed by
Architect/Engineer.
2. Build mockups as shown on Drawings.
3. Build mockups for each type of segmental retaining wall in sizes approximately 72
inches (1800 mm) long by a height as shown on the plans above finished grade at
front of wall.
a. Include typical base and cap or finished top construction.
b. Include backfill to typical finished grades at both sides of wall.
c. Include typical end construction at one end of mockup.
d. Include 36 -inch (900 -mm) return at 1 end of mockup with typical corner
construction.
4. Notify Architect/Engineer 7 days in advance of the dates and times when mockups
will be constructed.
5. Maintain mockups during construction in an undisturbed condition as a standard for
judging the completed Work.
a. Approval of mockups does not constitute approval of deviations from
Contract Documents contained in mockups, unless such deviations are
specifically approved by Architect/Engineer in writing.
b. When directed, demolish and remove mockups from Project site.
c. Approved mockups in an undisturbed condition at the time of Substantial
Completion may become part of the completed Work.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project Site in an undamaged condition.
B. Store and handle retaining wall units and related materials to prevent deterioration or damage
due to moisture, temperature changes, contaminants, corrosion, breaking, chipping, or other
causes.
C. Store accessories, including metal items, to prevent corrosion and accumulation of dirt and
oil.
D. Store and handle geotextiles according to ASTM D 4873.
1.7 EXTRA MATERIALS
A. Furnish Owner with five (5) replacement units identical to each unit and color of unit installed
on the Project.
PART 2 - PRODUCTS
SEGMENTAL RETAINING WALLS
4017 02832 - 2
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include the following:
1, Retaining Wall Units:
a. Licensees of Anchor Wall Systems, Inc.
2. Soil Reinforcement:
a. Amoco Fabrics and Fibers Co.
b. Nicolon Corp.; Nicolon /Mirafi Group.
c. Strata Systems, Inc.
2.2 RETAINING WALL UNITS
A. Concrete Units: High- strength, regular - weight concrete units, designed for use in segmental
retaining walls, complying with ASTM C 90, except with net -area compressive strength of
3000 psi (20.7 MPa) for average of 3 units and 2500 psi (17.2 MPa) for individual unit,
maximum water absorption of 8 percent, and variation in height limited to 1/16 inch (1.6 mm).
1. Provide units with lugs, projections, or hollow cores that locate successive courses
in relation to the course below and maintain that alignment as backfill is placed, and
that interlock with units above and below.
2. Provide units with lugs, projections, or hollow cores for filling with drainage fill to
interlock with units above and below.
B. Colors: Provide units that result in colors of exposed wall surfaces complying with the
following requirements:
1. Provide Architect/Engineer's selections from manufacturer's full range of colors for
materials and products of type indicated.
C. Surface Texture: Provide units with rough textured split faces and smooth, as -cast beds.
D. Shapes: Provide units with exposed face as follows, of the shapes and dimensions specified
that will produce retaining walls of the dimensions and profiles indicated without interfering
with other elements of the Work.
1. Exposed Face: Flat face with rough split texture.
2. Batter: Provide units that offset from the course below as indicated.
A. Special Units: Provide corner units, end units, cap units, and other special shapes as
necessary to produce retaining walls of dimensions and profiles indicated and to provide
indicated textures on exposed surfaces.
2.3 INSTALLATION MATERIALS
A. Cap Adhesive: Product supplied or recommended by retaining wall unit manufacturer for
adhering cap units to units below. Use "Kapseal" waterproof adhesive or better.
B. Base: Gravel or crushed stone complying with ASTM D 448 for Size No. 57 or 67.
C. Base: Quality - controlled, graded aggregate complying with ASTM D 2940 for base material.
SEGMENTAL RETAINING WALLS
4017 02832 - 3
D. Base: Comply with requirements of Division 2 Section "Earthwork" for subgrade of base
material.
E. Drainage Fill: Washed gravel or washed crushed stone complying with ASTM D 448 for Size
No. 57 or 67.
F. Filter Fabric: Nonwoven pervious geotextile manufactured from polyester, nylon, or
polypropylene fibers, as follows:
1. Apparent Opening Size: No. 100 (0.15 mm) per ASTM D 4751.
2. Permeability: 150 gpm /sq. ft. (100 L/s x sq. m) per ASTM D 4491.
3. Grab Strength: 100 Ibf (445 N) per ASTM D 4632.
G. Drainage Pipe: Refer to Section 02240 - Site Underdrains.
H. Soil Reinforcement: A geotextile or geogrid, specifically manufactured for use as soil
reinforcement, and with necessary properties for completed segmental retaining walls to
comply with the published performance requirements of Anchor Wall Systems, Inc.
1. Products may include AMOCO 2044, Miragrid 5T, or Stratagrid 200.
Granular Fill: Select fill as specified under SELECT MATERIALS of "EARTHWORK," Section
02200 of the technical specifications. Select fill will be tested for material analysis and
installed per the specification.
2.4 SOURCE QUALITY CONTROL
A. Provide tests and inspections for soil reinforcement at the factory for minimum average roll
values for geosynthetic index property tests including the following:
1. Weight.
2. Roll size.
3. Grab or single -rib strength.
4. Aperture opening.
5. Rib or yarn size.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas to receive segmental retaining walls and conditions under which walls will be
installed, with Installer present, for compliance with requirements for excavation tolerances,
condition of subgrades, and other conditions affecting performance of retaining walls.
B. Do not proceed with installation until unsatisfactory conditions have been corrected.
1. At the time of construction, the exposed bearing surface must be observed for soft
zones or for other anomalies that will reduce the bearing capacity of the soil. If soft
zones or pockets are observed, these weaker areas must be removed and replaced
with compacted material. Weak zones which are removed may be replaced with
compacted soil similar to that removed, with crushed limestone, with cement - treated
soil, or with a non - expansive select fill. The need for material replacement and the
proper type of material to use will require a decision at the time of construction. The
SEGMENTAL RETAINING WALLS
4017 02832 - 4
intent is to provide a uniform and sufficiently strong bearing surface for the wall
footing.
3.2 EXCAVATION
A. The Contractor shall excavate to the lines and grades shown on the construction drawings.
Over - excavation shall not be paid for and replacement with compacted fill and /or wall system
components will be required at the Contractor's expense. The Contractor shall be careful not
to disturb base beyond the lines shown.
3.3 RETAINING WALL INSTALLATION
A. General: Place units according to manufacturer's written instructions. Lay units in running
bond, overlapping half units of course below.
1. Form corners and ends by using special units.
2. Form corners and ends by cutting units with motor - driven saw.
3. Form corners and ends by splitting with mason's hammer and chisel.
4. Form corners and ends by any method above as indicated in manufacturer's written
instructions.
B. Leveling Base: Place and compact base material to thickness indicated and with not less
than 95 percent of maximum dry density according to ASTM D 698.
1. Base material shall be compacted to provide a level, hard surface on which to place
the first course of units. Compaction will normally be done with mechanical plate
compactors.
2. Base shall be prepared to ensure complete contact of retaining wall unit with base.
Gaps shall not be allowed.
3. Place and compact in 2 layers not to exceed 8" in loose depth.
4. At Contractor's option, unreinforced lean concrete may be substituted for upper 1 to
2 inches (25 to 50 mm) of base. Compact and screed concrete to a smooth, level
surface.
C. Leveling Course: Place unreinforced, lean concrete over base course to thickness indicated;
compact and screed to a smooth, level surface.
D. First Course: Place first course of retaining wall units on leveling base /leveling course for full
length of wall. Place units in firm contact with each other, properly aligned and level. Ensure
that units are in full contact with the base.
1. Tamp units into leveling base as necessary to bring tops of units into a level plane.
2. Place and compact fill, either drainage fill or granular fill as indicated, to top of first
course. Place fill on both sides of wall at same time without disturbing alignment of
units. Fill voids between and within units with drainage fill.
E. Subsequent Courses: Sweep excess fill from tops of course below. Place units in firm
contact, properly aligned, and directly on course below.
1. For units with lugs designed to fit into holes in units of adjacent course, lay units so
lugs are accurately aligned with holes and bedding surfaces are firmly seated on
beds of units below.
2. For units with lips at backs of units, slide units as far forward as possible for firm
contact with lips of units below.
SEGMENTAL RETAINING WALLS
40 1 02832 - 5
2.05 PLANT MATERIALS:
A. Plant Name and Location: The names and locations of all plants are noted on the drawings.
The nomenclature of all plant materials is per Hortus Third by L. H. Bailey. Plant materials
not conforming with this reference will be rejected by the Architect/Engineer.
B. Quality and Size: All plant materials shall be first class representatives of their normal species
or variety unless otherwise specified. They shall have a habit of growth that is normal for the
species and shall be healthy, shapely, well- rooted, and vigorous. All plant materials shall be
free from insect pests, plant diseases, and injuries. The containers and balls of all plants
delivered to the site shall be free from any weeds or grasses which could be considered
noxious or objectionable; i.e., nutgrass or Johnsongrass. ALL PLANT MATERIALS SHALL
BE EQUAL TO OR EXCEED THE MEASUREMENTS SPECIFIED ON THE PLANTING
PLAN WHICH ARE THE MINIMUM ACCEPTABLE SIZES. They shall be measured after
pruning with the branches in normal position. The requirements for measurement, branching,
grading, quality, balling and burlapping of plants specified generally follow the code of the
standards currently recommended by the American Association of Nurserymen, Inc., in the
American Standards for Nursery Stock.
C. Packaging:
1. Container Grown Plants: Plants designated as "Cont." on the plans shall be full or
heavy grade and shall have been growing in the specified size container for one full
season prior to delivery to the site.
2. Balled and Burlapped Plants (B &B): Plants designated "B &B" on the plans shall be
balled and burlapped. They shall be dug with firm, natural balls of earth of sufficient
diameter and depth to encompass the fibrous and feeding root system necessary for
full recovery of the plant. Balls shall be firmly wrapped with burlap or similar materials
and bound with twine, cord, or wire mesh. Where necessary, to prevent breading or
cracking of the ball during the process of planting, the ball may be secured to a
platform.
3. Trees grown in root control bags will not be accepted as container grown. They will
be accepted as "balled and burlapped" if they meet the American Standards for
Nursery Stock standards for balled and burlapped trees.
4. Alternate to B &B: Plants grown in containers may be accepted as B &B provided that
the plant has been growing in the container for one full growing season prior to
delivery. Alternate must be approved by Owner.
D. Substitutions: Substitutions will be permitted only upon submission of proof that any plant is
not obtainable and authorization by the Owner or his representative by a Change Order
providing for the use of the nearest equivalent obtainable size or variety of plant having the
same essential characteristics with an equitable adjustment of contract price.
PART 3 - EXECUTION
3.01 LAYOUT: Location and spacing for plants and outline of areas to be planted shall be as denoted by
stem location or by notations on the plan. All tree and shrub planting locations shall be staked by the
Landscape Contractor and shall be approved by the Owner prior to digging the planting pits.
TREE, SHRUB AND GROUNDCOVER PLANTING
4017 02900 - 2
3.02 SOIL PREPARATION:
A. Planting Beds:
1. Existing topsoil shall be used.
2. Excavation: Bed areas to receive planting shall be scarified to a depth of six (6 ")
inches. All debris, stone, rubbish, and weeds shall be removed from the site.
3. Soil Mix for Planting Beds: Apply three (3 ") inches of compost, lava sand at the rate
of sixty (60 lbs.) pounds per one thousand (1,000 SF) square feet, and the specified
fertilizer at the rate of twenty (20 lbs.) pounds per one thousand (1,000 SF) square
feet, then rototill to mix thoroughly with soil to a depth of seven (7 ") inches.
C. Tree Planting Pits:
1. All tree pits shall be a minimum of three times larger in diameter than the tree ball
or root spread as shown on the planting details.
2. Tree pits shall be backfilled with the soil excavated from the tree pits.
3.03 DELIVERY OF PLANT MATERIALS: Plants shall be packed and protected during delivery and after
arrival at the site, against climatic, seasonal, wind damage, or other injuries, and at no time shall be
allowed to dry out.
3.04 PROTECTION OF PLANT MATERIALS: All plants shall be handled so that roots are adequately
protected at all times from drying out and from other injury. The balls of balled plants which cannot
be planted immediately on delivery shall be "heeled in" for protection with soil mulch, straw, or other
acceptable material.
3.05 SETTING THE PLANTS: All plants shall be planted in pits, centered, and set to touch such depth that
the finished grade level at the plant after settlement will be the same as that at which the plant was
grown. Each plant shall be planted upright and faced to give the best appearance or relationship to
adjacent plants or structures. No burlap shall be pulled out from under balls or balls broken when
taken from containers. All broken or frayed roots shall be cut off cleanly. When the hole is nearly filled
with the specified soil, add water and the specified root stimulator, and allow it to soak away. Fill the
hole to finished grade and form a shallow saucer around each tree by placing a ridge of topsoil around
the edge of each pit after planting.
3.06 MULCHING: All trees, except as noted in the planting details, shall be mulched after planting with a
one (1 ") inch deep layer of compost and a three (3 ") inch deep layer of mulch entirely covering the
excavated area around each plant. All shrubs and groundcover shall be mulched with a one (1") inch
layer of compost and a two (2 ") inch deep layer of mulch.
3.07 GRADING: The surface of all planting areas shall slope as shown on the plans. Unless otherwise
shown, slope one - quarter (1/4") inch per foot (two (2 %) percent gradient) away from foundations and
walk.
3.08 CLEANUP: All excess soil, soil preparation materials, fertilizer, or plant containers shall be removed
form the site upon completion of the work.
3.09 PRUNING AND SPRAYING: Each tree will be pruned only as necessary to preserve the natural
shape and character of the plant. All pruning will be done after delivery to the site, under supervision
of the Architect/Engineer. All soft wood or sucker growth and all broken or badly bruised branches
and roots shall be removed.
TREE, SHRUB AND GROUNDCOVER PLANTING
4017 02900 - 3
3.10 MAINTENANCE: The Landscape Contractor is responsible for watering, cultivating, and other
necessary maintenance until the completion and acceptance of all the work.
3.11 WEED INFESTATION: Any shrub or groundcover bed that becomes infested with noxious weeds or
nut sedge shall be excavated to a minimum depth of 18 ", the soil removed, and completely replaced
with new materials at no additional cost to the Owner.
3.12 INSPECTION FOR ACCEPTANCE:
A. Inspections: Inspection of work and planting to determine completion of the work, exclusive
of possible warranty plant replacement, will be made by the Owner at the time of the final
inspection for the entire project.
3.13 GUARANTEE:
A. Terms: All shrubs, perennials, and ornamental grasses shall be guaranteed for six (6)
months and all trees for one (1) year. Guarantee begins upon final acceptance of work by the
Owner.
B. Plant Replacement: At the end of the guarantee period, inspection will be made by the Owner
and the Contractor. Any plant material required under this contract that is dead or not in
satisfactory growth condition shall be removed and replaced with the same size and kind of
plant specified, at no cost to the Owner.
END OF SECTION
TREE, SHRUB AND GROUNDCOVER PLANTING
4017 02900 - 4
SECTION 02970
IRRIGATION SYSTEM
PART 1 - GENERAL
1.01 RELATED DOCUMENTS: The General Conditions of the contract and all Supplemental and Special
Conditions are a part of these Specifications and should be consulted in detail for instructions
pertaining to the work.
1.02 SCOPE: Furnish all work, material, appliances, tools, equipment, facilities, transportation and
services necessary for and incidental to performing all operations in connection with the installation
of the underground sprinkler irrigation system complete as shown on the drawings and /or specified
herein. When the term "Contractor" is used in this section, it shall refer to the Irrigation Contractor.
1.03 APPLICABLE STANDARDS:
A. ASTM - D2241 - Poly Vinyl Chloride (PVC) Plastic Pipe (SDR -PR)
B. ASTM - D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 40
C. ASTM - D2466 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40
D. ASTM - D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings
E. ASTM - D2855 - Making Solvent Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and
Fittings
1.04 GUARANTEE AND MAINTENANCE:
A. The Contractor shall guarantee material and workmanship and shall provide maintenance for
one year after final acceptance including repair and replacement of defective materials,
workmanship and repair of backfill settlement.
B. Guarantee and maintenance shall include but not necessarily be limited to the following:
1. Adjustment of sprinkler height and plumb to compensate for settlement and /or plant
growth.
2. Backfilling of all trenches.
3. Adjustment of coverage (arc, trajectory and distance of spray) as necessary.
4. Unstopping heads plugged by foreign material.
5. Adjustment of controller as necessary to insure proper sequence and watering time.
6. All maintenance necessary to keep the system in good operating order.
C. Guarantee and maintenance after final acceptance does not include alterations as necessitated
by re- landscaping, re- grading, addition of trees or the addition and /or changes in sidewalks,
walls, driveways, etc.
IRRIGATION SYSTEM
4017 02970 - 1
1.05 SUBMITTALS:
A. The Contractor shall submit to the Architect/Engineer six (6) copies of shop drawings or
manufacturer's "cut sheet" for each type of sprinkler head, pipe, controller, valves, valve box,
wire, wire connector, fittings and all other types of fixtures and equipment which he proposes
to install on the job. Each cut sheet shall have the manufacturer's name, model number
(specifically highlight the model number intended for use on the project), equ- ipment capacity
and manufacturer's installation recommendation, if applicable, for each proposed item.
B. Each copy of the submittal shall be logically organized into a binder (Contractor's choice) with
a cover sheet that shall include the following information:
1. Project name and location.
2. Date of submittal.
3. Company name of Irrigation Contractor.
4. Company address of Irrigation Contractor.
5. Company phone and fax no. of Irrigation Contractor.
6. Name of person to contact about project.
7. Stamp of Licensed Irrigator responsible for installation of the irrigation system.
C. No incomplete or partial submittal will be accepted. After the submittal has been approved,
substitutions will not be allowed except by written consent of the Architect/Engineer.
D. Shop drawings shall include dimensions, elevations, construction details, arrangements and
capacity of equipment as well as manufacturer's installation recommendations.
1.06 APPROVED EQUAL SUBSTITUTIONS:
A. Several items in this section and on the plans are specified by a manufacturer's brand name
and model number followed by the phrase "or approved equal." This is not intended to unduly
restrict competitive procurements or bidding but it is done to assure a minimum standard of
quality which is believed to be best for the item specified. If a bidder wishes for a substitute item
to receive consideration as an "approved equal," the bidder and each item must meet all of the
following requirements without exceptions:
1. An item, to be considered a substitute, must meet the same specifications of materials,
fabrication or construction, dimension or size, shape, finish, performance standards,
warranty or guarantee, and any other pertinent and salient features of quality as indicated
in manufacturer's specifications for original specified item.
2. A sample of the item, along with a written request for consideration, shop drawings and
written specifications, must have been received by the Architect/Engineer a minimum of
ten (10) days before the bid opening date. The item shall then be examined and the bidder
shall be notified in writing seven (7) days later whether or not the item is an "approved
equal." The Architect/Engineer shall be the final judge of whether or not an item submitted
for consideration qualifies as being an acceptable substitute.
B. Under no circumstances shall an item be given consideration as an "approved equal" substitute
later than ten (10) days before the bid opening. After that date, all items shall be bid per the
original specifications. Likewise, unless certified as an "approved equal" per the time frame and
the requirements above, the successful bidder, known as Contractor after signing the contract,
shall install all items per the original plans and specifications.
IRRIGATION SYSTEM
4017 02970 - 2
C. The Contractor alone shall bear complete responsibility for the installation and operation of any
material or equipment installed on the job, as a substitute for any specified equipment or
material, should such substituted material prove defective, inoperable or inapplicable.
1.07 CODES /PERMITS:
A. All work under this contract shall comply with the provisions of these specifications, as
illustrated on the accompanying drawings or as directed by the Architect/Engineer, and shall
satisfy all applicable local codes, ordinances or regulations of the governing bodies and all
authorities having jurisdiction over this project.
B. Installation of equipment and material shall be done in accordance with the requirements of the
National Electric Code, city plumbing codes and standard plumbing procedures. The drawings
and these specifications are intended to comply with all the necessary rules and regulations;
however, some discrepancies may occur. Where such discrepancies occur, the Contractor
shall immediately notify the Architect/Engineer in writing of the discrepancies and apply for an
interpretation. Should the discovery and notification occur after the execution of a contract, any
additional work required for compliance with the regulations shall be paid for as covered by
these contract documents.
1.08 CONTRACTOR RESPONSIBILITIES:
A. The Contractor shall give all necessary notices, obtain all permits and pay all costs in
connection with his work; file with all governmental departments having jurisdiction; obtain all
required certificates of inspection for his work and deliver to the Architect/Engineer before
request of acceptance and final payment for the work.
B. The Contractor shall include in the work any labor, materials, services, apparatus or drawings
in order to comply with all applicable laws, ordinances, rules and regulations whether or not
shown on the drawings and /or specified.
C. The installation of the irrigation system shall follow all requirements of and shall be made by an
individual or firm duly licensed under Chapter 34, Texas Water Code, "Licensed Irrigators and
Installers," as amended by H.B. No. 2510, 74th Texas Legislature and effective June 28, 1996.
D. The Contractor shall be responsible for all work performed under this contract. No
subcontractor shall relieve the Contractor of liability to complete the work shown on the drawing
and indicated in the specifications.
E. The Contractor shall at all times protect his work from damage and theft and replace all
damaged or stolen parts at his expense until the work is accepted in writing by the Owner.
F. The Contractor shall protect the Owner's property from injury or loss. All damage to existing
property, such as buildings, utilities, irrigation systems, etc., or plantings such as trees or lawns,
caused by the Contractor during his operation or as a result of a malfunction of installed work
during the guarantee period shall be repaired to its original condition at Contractor's expense.
G. The Contractor shall carefully note all finish grades before commencing work. Any finish grade
changed during the course of work shall be restored to the original contours.
H. The Owner shall not be responsible for damage, caused by labor or materials furnished by the
Contractor under this contract, which might have been prevented by the Contractor's prudence.
IRRIGATION SYSTEM
4017 02970 - 3
1.09 SUPERINTENDENT:
A. An English- speaking A superintendent satisfactory to the Architect/Engineer shall be present
on the site at all times during progress of the work.
B. The superintendent shall not be changed except with the consent of the Architect/Engineer.
C. The superintendent shall be authorized to represent the Contractor.
1.10 NOTIFICATION OF ARCHITECT /ENGINEER: The Architect/Engineer shall have free access to the
work whenever it is in preparation or progress and the Contractor shall provide safe, convenient and
proper facilities, for such access and inspection. The Contractor shall notify the Architect/Engineer
when he will and will not be on the job. Should the Contractor work periodically on the job, the
Architect/Engineer shall have the right to require the Contractor to give a 24 -hour notice of each and
every day or partial day that he intends to work on the project. The Contractor shall perform no work,
unless the Architect/Engineer has been properly notified. Failure to notify the Architect/Engineer may
require the Contractor to redo, uncover pipe, expose for inspection, etc., all that the
Architect/Engineer was unable to inspect.
1.11 EXISTING UTILITIES - LOCATION AND ELEVATIONS:
A. Locations and elevations of various utilities included with the scope of this work have been
obtained from the most reliable sources available and should serve as a general guide without
guarantee to accuracy. The Contractor shall examine the site and verify to his own satisfaction
the locations and elevation of all utilities and availability of utilities and services required. The
Contractor shall inform himself as to their relation to the work and the submission of bids shall
be deemed as evidence thereof. The Contractor shall repair at his own expense, and to the
satisfaction of the Architect/Engineer, for damage to any utility shown or not shown on the
plans.
B. Should utilities not shown on the plans be found during excavations, Contractor shall promptly
notify the Architect/Engineer for instructions as to further action.
C. Contractor shall make necessary adjustments in the layout as may be required to connect to
existing water and electrical stubouts and sleeves, should such stubouts and sleeves not be
located exactly as shown, at no increase in cost to the Owner. All such work will be recorded
on record drawings and turned over to the Architect/Engineer prior to final acceptance.
1.12 COOPERATION OF TRADES: Work under this contract may be accomplished with other
contractors and trades on the project site at the same time. The Contractor shall allow each
contractor and trade adequate time at the proper stage of construction to fulfill his contract.
1.13 RECORD DRAWINGS:
A. Record dimensioned locations and depths for each of the following.
1. Point of connection to the city water supply.
2. Sprinkler pressure line routing. Provide dimensions for each 100 lineal feet (maximum)
along each routing, and for each change in directions.
3. Quick coupling valves.
4. Electric remote control valves.
IRRIGATION SYSTEM
4017 02970 - 4
5. Control wire routing.
6. Other related items as may be directed by the Architect/Engineer.
B. Locate all dimensions from two permanent points such as buildings, monuments, sidewalks,
curbs or pavements.
C. Record all changes which are made from the Contract Drawings, including changes in the
pressure and non - pressure lines.
D. Record all required information on a set of black line prints of the Drawings. Do not use these
prints for any other purpose.
E. Maintain information daily. Keep drawings at the site at all times and available for review by the
Architect/Engineer.
F. When record drawings have been approved by the Architect/Engineer, transfer all information
to a set of reproducible mylars using permanent india ink. Changes using ball -point pen are not
acceptable. Make dimensions accurately at the same scale used on the original drawings, or
larger. If photo reduction is required to facilitate controller chart, notes or dimensions must be
a minimum 1/4 inch in size.
G. Reproducible mylars shall be furnished by the Architect/Engineer at cost for printing and
handling.
1.14 CONTROLLER CHARTS:
A. Do not prepare charts until record drawings have been approved by the Architect/Engineer.
B. Provide one controller chart for each automatic controller installed.
1. Chart may be a reproduction of the Record Drawing, if the scale permits fitting the
controller door. If photo reduction prints are required, keep reduction to maximum size
possible to retain full legibility.
2. Chart shall be black line print of the actual system, showing the area covered by that
controller..
C. Identify the area of coverage of each remote control valve, using a distinctly different pastel
color, drawn over the entire area of coverage.
D. Following approval of charts by the Architect/Engineer, they shall be hermetically sealed
between two layers of 20 mil thick plastic sheet.
E. Charts must be completed and approved prior to final acceptance of the irrigation system.
1.15 OPERATION AND MAINTENANCE MANUALS:
A. Provide two individually bound manuals detailing operation and maintenance requirements for
irrigation systems.
B. Manuals shall be delivered to the Architect/Engineer no later than 10 days prior to completion
of work.
IRRIGATION SYSTEM
4017 02970 - 5
C. Provide descriptions of all installed materials and systems in sufficient detail to permit
maintenance personnel to understand, operate and maintain the equipment.
D. Provide the following in each manual:
1. Index sheet, stating Irrigation Contractor's name, address, telephone number and name
of person to contact.
2. Duration of guarantee period.
3. Equipment list providing the following for each item:
a. Manufacture's name
b. Make and model number
c. Name and address of local manufacturer's representative
d. Spare parts list in detail
e. Detailed operation and maintenance instructions of major equipment
1.16 CHECKLIST:
A. Provide a signed and dated checklist and deliver to the Architect/Engineer prior to final
acceptance of the work.
B. Use the following format:
1. Plumbing permits: if none required, so note.
2. Material approvals: approved by and date.
3. Pressure line tests: by whom and date.
4. Record drawings: received by and date.
5. Controller charts: received by and date.
6. Operation and maintenance manuals: received by and date.
7. Manufacturer's warranties if required: received by and date.
8. Written guarantee: received by and date.
1.17 ELECTRIC POWER: Electric power to operate the controller shall be furnished by the General
Contractor at the location shown on the drawings. Service wiring to the controller cabinet from the
power source shall be furnished by the Contractor.
1.18 WATER FOR TESTING: The General Contractor shall furnish all water necessary for testing,
flushing, jetting and general operation until final acceptance.
1.19 SLEEVES AND ELECTRICAL CONDUITS: Sleeves and electrical conduits for irrigation needs shall
be installed by the General Contractor. Contractor shall be responsible for locating all sleeves and
conduits at no additional cost to the Owner.
1.20 PROGRESS MEETINGS: Contractor shall attend all progress meetings as requested by the
Architect/Engineer during installation (max. of one per week).
IRRIGATION SYSTEM
4017 02970 - 6
1.21 STORAGE: The Contractor shall be allocated space on the site for storage of material but he shall
coordinate such storage with the General Contractor. He shall keep such storage areas clean and
neat at all times. The Owner assumes no responsibility for protection of this storage area or
materials within it.
PART 2 - PRODUCTS
2.01 GENERAL: Unless otherwise noted on the plans, all materials shall be new and unused. The
irrigation equipment model numbers used for reference in these specifications are to establish
minimum quality standards and may be substituted with an "approved equal"' as outlined in Part I -
Item 1.06.
2.02 POLYVINYL CHLORIDE PIPE (PVC PIPE):
A. PVC pipe manufactured in accordance with ASTM Standards noted herein.
1. Marking and Identification: PVC pipe shall be continuously and permanently marked with
following information: Manufacturer's name, size, type of pipe and material, SDR number,
Product Standard number and the NSF (National Sanitation Foundation) Seal.
2. PVC Pipe Fittings: Shall be of the same material as the PVC pipe specified and compatible
with PVC pipe furnished. PVC pipe fittings for sizes %2 " -2'/" shall be Schedule 40 solvent
weld type. PVC pipe fittings 3" in size shall be e rubber gasket type.
3. PVC Pipe: Shall be Class 200 solvent weld, SDR -21, PS 22 -70 for all sizes 1/4" - 2'/2'. All
/2" pipe shall be solvent weld SDR -13.5, Class 315. All 3" pipe shall be Class 200 and shall
conform to SDR -21, ASTM D -2241, D -1784 Cell Class 12454 -B, D -3139 Gasket Bell with
locked -in RSS gasket joint.
4. Flexible PVC Risers: All flexible PVC risers shall be made from virgin PVC material, shall
comply with ASTM D2287, shall be tested at 200 P.S.I. static pressure for 2 hours and
have a quick burst rating of a minimum 400 P.S.I. Flexible PVC risers shall be Agricultural
Products 1174 Standard or approved equal.
2.03 SWING JOINTS: Swing joints shall be Lasco factory assembled 0-ring seal type. Swing joints for
quick coupling valves shall be Model G17B -218 with brass insert stabilizer elbow and ' /z" retaining
lugs. Swing joints for gear driven rotary heads shall be Model G172 -314 or approved equal.
2.04 WIRE AND SPLICES: All wire shall be single strand solid copper, minimum 14 gauge with Type OF
insulation which is Underwriters Laboratory approved for direct underground burial when used in a
National Electrical Code Class II Circuit (30 volts AC or Tess) as per Articles 725 and 300. Voltage
drop shall be taken into consideration. All wire shall be color coded so that the common wire shall
have white insulation and the signal wires shall have red insulation. All wire connectors shall have
a pre - filled insulator tube with a Scotchlok Y connector which, when pressed together, forms a
permanent, one - piece, moisture -proof wire splice. All connectors shall be U.L. listed and rated 600
volts maximum as a wire connector system for use with underground conductors. All direct bury wire
splice kits shall be DBY -6 as manufactured by the Electrical Products Division of the 3M
Corporation.
2.05 QUICK COUPLING VALVES: Quick coupling valves shall be heavy -duty brass construction with a
locking purple thermoplastic rubber cover and shall be marked with special "Do Not Drink!" warnings
in English and Spanish for use on non - potable systems. Quick coupling valves shall be Rainbird
Model 44 NP or approved equal. Provide six (6) 44k keys and six (6) SH -2 swivel hose ells.
IRRIGATION SYSTEM
4017 02970 - 7
2.06 BALL VALVES: Ball valves 2" and smaller in size shall be made of PVC, have a non -shock rating
of 200 psi, have ball seals made of Teflon, have Viton O -rings and socket end connectors. Ball
valves shall be Spears "Safe -T- Shear" Compact or approved equal.
2.07 VALVE BOXES: A box shall be provided for all hydrometers, water meters, backflow preventers,
electric valves, quick coupling valves and wire splices. Valve boxes shall be made of high- strength
plastic, shall have covers with bolt down or locking mechanisms and shall be colored green. Boxes
shall be suitable in size and configuration for the operability and adjustment of the valve. Extension
sections will be used as appropriate to the depth of piping.
1. Electric Valves: Boxes for remote control valves two (2)" inches and smaller shall be "Pro
Series" Model 218 BC or approved equal as manufactured by NDS, Inc.
2. Quick Coupling Valves: Boxes for quick coupling valves shall be "Pro Series" Model 214
BC or approved equal as manufactured by NDS, Inc.
3. Backflow Preventers: Boxes for backflow preventers two (2 ") inches or smaller shall be
"Pro Series" Model 226 BC or approved equal as manufactured by NDS, Inc.
4. Wire Splices: Boxes for wire splices shall be "Pro Series" Model212 BC or approved equal
as manufactured by NDS, Inc.
5. Water Meters: Boxes for water meters two (2 ") inches or smaller shall be "Pro Series"
Model 218 BM or approved equal as manufactured by NDS, Inc.
6. Hydrometers: Boxes for hydrometers two (2 ") inches or smaller shall be "Pro Series"
Model 214 BC or approved equal as manufactured by NDS, Inc.
2.08 ROTARY HEADS: Rotary pop -up sprinklers shall be in -line combination type with positive drive by
means of a water - driven gear motor. Nozzles shall be readily accessible without removing the upper
head assembly. Sprinkler head shall rotate uniformly at a speed not to exceed one -fifth (1/5)
revolution per minute. Gear driven rotary pop -up heads shall meet the requirements stated on the
plans and shall be Hunter 1 -25 series or approved equal.
2.09 4" POP -UP SPRAY HEADS: Spray heads shall have a minimum 4" pop -up. The sprinkler body and
all related parts shall be plastic, cycolac or polycarbonate. They shall have a spring retraction for
positive return action of the pop -up nozzle. The spring for retraction and the nozzle shall be made
of corrosion resistant materials. 4" pop -up spray heads shall be Rainbird 1804- SAM -PRS series or
approved equal.
2.10 ELECTRIC CONTROLLER:
A. The satellite /stand -alone controller shall be Inter Spec No. IS- 12A- U4N- 00 -SS; a 32 station MIR
5000 lrrinet controller, with Secondary Surge protection, and remote capabilities, installed in a
stainless steel cabinet with the following option: Motorola V308 Portable Keyboard /Display.
B. The satellite /stand -alone controller shall be capable of two -way communication with the MIR
5000C central computer (CICS). It shall receive, store, and send all commands generated by
the central. It shall self- initiate communication to the central (polling or interrogation not
required) for reporting alarms, failures, changes made at the satellite, and changes in the status
of certain sensors. It shall upload on ref quest form the central satellite status, program content
and accumulation tables.
C. The satellite /stand -alone controller shall be a 4- inputs (sensors), 16- station (outputs) control
unit. Expandable to 12 inputs and 48 outputs through the addition of the AC mixed I/O module.
IRRIGATION SYSTEM
4017 02970 - 8
Each station shall be capable of timing in increments of Minutes - Seconds or Hours - Minutes,
as well as in the case where the volumetric control feature is used metering water in volumetric
increments of 1, 10, 100, 1000 or 10,000 gallons. Each station may have 1 - 98 cycles, with the
feature of infinite cycles if 99 is entered.
D. The satellite /stand -alone controller shall also support irrigation by time and include the checking
of the flow rates per program and shall support the ability to combine multiple flow meter inputs
and derive a "virtual" main line meter (the sum of all physical meters' flow rates).
E. The satellite /stand -alone controller shall be capable of delivering .50 amperes (holding) at 24
VAC per station and shall be capable of operating as many as ninety -nine (99) main lines each
with capacity for six (6) stations programmed simultaneously.
F. The satellite /stand -alone controller shall be capable of operating any stations that are not
assigned to main lines as auxiliary devices. These outputs may be combined with irrigation
valve stations on the same program (for booster pump selection) as well as completely
independently on their own program lines. Programs with only auxiliary outputs shall not be
affected by a percentage increase /decrease to the water budgeting factor.
G. The satellite shall have ninety -nine (99) possible programs. Each program shall have:
1. Up to 98 cycles, or infinite where 99 is entered.
2. Up to 6 stations assigned.
3. No nominal flow rate expected (volumetric operation).
4. Option of fertilizer injection control., with pre- watering and proportional control.
5. A start condition.
6. A wait condition.
7. A stop condition.
8. A stop time.
9. Choice of day interval (1 -99) or individual days.
H. The satellite /stand -alone controller shall provide global percentage increase or decrease per
main line, from one (1) to nine hundred ninety -nine (999) percent, in one (1) percent
increments.
I. The satellite /stand -alone controller shall provide water management reporting by either the
central or in a stand -alone configuration. Reports shall include:
1. Status of each program (High Flow, Low Flow, Unopened, Waiting, In Program, Stopped).
2. Water remaining in each program.
3. Actual flow rate.
4. Cycles remaining and next start time.
5. Actual Water Factor for each program.
J. The satellite /stand -alone controller shall provide software support for 250 outputs, 99 main
lines, 99 programs and shall provide random assignment of the physical outputs and inputs to
the logical "station" and "input" names used in the software programming process.
K. The satellite /stand -alone controller shall provide both the radio communications data -link and
software to support remote inputs and outputs installed on Scorpio remote terminal units.
L. The satellite /stand -alone controller shall provide random access capability to assign any station
to any program as well as combining stations (up to six) on a program. Automatic protection
shall prevent mixing stations from different main lines on a single program line. All stations shall
be able to be turned on /off manually from the keyboard /display terminal unit (option V308).
IRRIGATION SYSTEM
4017 02970 - 9
M. The satellite /stand -alone controller shall be able to communicate via Motorola UHF radio with
the MIR 5000C central computer. Additionally, up to five (5) satellites may be linked together
via 2 -wire communication cable and one of the units shall provide the radio link to the central.
N. The satellite /stand -alone controller shall provide a read -out of current sensor inputs' status.
O. The satellite /stand -alone controller shall provide internal H.V. surge protection for each of the
24 VAC field wire outputs. Satellite inputs shall also incorporate surge protection.
P. The satellite /stand -alone controller shall include an optional keyboard - display terminal unit that
includes a 2 -line, dot matrix liquid crystal display and function -keys for menu driven operation.
It shall have alphanumeric displays of descriptive English menus, with built -in HELP as a
dedicated key on the unit that calls up context - sensitive help screens. The hardware shall be
dedicated in function as the terminal, and shall have no on -board RAM (Random Access
Memory).
Q. The satellite /stand -alone controller shall provide status read -outs from Light Emitting Diodes
(LED's) located on the face of each module.
R. The Central Processing Unit (CPU) module shall provide the following status LED's:
1. POWER FAIL
2. REMOTE FAIL
3. RESET FAIL
4. IRRIGATING
5. STOP
6. BATTERY LOW
7. TERMINAL
8. FLOW ALARM
9. LEAK ALARM
10. UNOPENED ALARM
11. FLOW ALARM
12. CENTRAL COMMUNICATION TX, RX, CM
13. REMOTE COMMUNICATION TX, RX, CM
S. Each I/O module shall provide the following status LED's:
1. MODULE DIAGNOSTIC FAIL
2. CLOCK FAILURE
3. OUTPUTS (1 -16)
4. INPUTS ('1 -4)
T. The satellite /stand -alone controller shall be F.C.C. type accepted and listed.
U. The satellite /stand -alone controller shall have 117VAC 50/60 Hz input, and 24 VAC 50/60 Hz
output to up to 48 stations for operating 24 VAC solenoids.
2.11 ELECTRIC REMOTE CONTROL VALVES: Electric remote control valves shall have plastic glass -
filled bodies and covers and shall be globe -type diaphragm valves of normally closed design.
Operation shall be accomplished by means of an integrally mounted heavy -duty 24 -V AC solenoid
complying with National Electrical Code, Class II Circuit. Solenoid coil shall be potted in epoxy resin
within a plastic coated stainless steel housing. Solenoids shall be completely waterproof, suitable
for direct underground burial. A flow stem adjustment, shall be included in each valve. Electric
remote control valves shall be Hardie 200 B series or approved equal.
IRRIGATION SYSTEM
4017 02970 - 10
2.12 BACKFLOW PREVENTER: A double gate valve, double check assembly (DCVA) shall be located
and sized as shown on the drawings. Construction shall be all brass for sizes'/ " -2 ". The double gate
valve, double check valve assembly shall be Febco Model 805Y or approved equal.
2.13 WATER METER: The water meter shall be turbine type with a maximum operating pressure of 150
psi within a temperature range of 32° to 130 °. The top and bottom case shall be made of bronze,
the rotor shall be thermoplastic, the thrust bearings shall be constructed of tungsten carbide,
magnets shall be e ceramic, shafts and bolts shall be stainless steel and the inlet hub shall be
thermoplastic. The water meter shall meet all performance and material standards of AWWA and
shall be Sensus Series "S" or approved equal.
2.14 HYDROMETER: The hydrometer shall combine a turbine type water meter and a diaphragm
actuated solenoid controlled valve mounted in a single globe style valve body. The meter shall power
a gear mechanism which activates a reed switch that transmits a pulse at a pre- determined amount
of flow. The unit shall include integral flow guides to eliminate the need for straight pipe allowances
before and after the valve. The main valve shall fully open and close drip tight in response to an
electrical signal. Remote control hydrometer shall be Bermad Model 910 -P (2" in size) as
manufactured by Bermad Control Valves or approved equal.
2.15 CONCRETE MATERIALS: All concrete for thrust blocks shall have a minimum compressive strength
of 2,000 psi after 28 days of curing. Concrete shall be a mix not leaner than 1 part cement, 2 1/2 parts
sand, 5 parts gravel. Dry mix will not be permitted. The slump shall not be more than three inches
nor less than one inch.
PART 3 - EXECUTION
3.01 INSTALLATION - GENERAL:
A. Design Pressure: This irrigation system has been designed to operate with a minimum static
inlet water pressure of 65 psi at the point of connection to city water supply. The Contractor
shall take a static pressure reading prior to beginning construction. If the static pressure reading
is less than the number shown above, the Contractor shall notify the Architect/Engineer for
further instructions.
B. Contractor Responsibility: The Contractor shall not willfully install the irrigation system as shown
on the drawings when it is obvious in the field that obstructions, grade differences or
discrepancies in equipment usage, area dimensions, or static water pressure exist that might
not have been considered in the design. Such obstructions or differences shall be brought to
the attention of the Architect/Engineer. In the event this notification is not performed, the
Contractor shall assume full responsibility for any revision necessary at Contractor's expense.
C. Staking: Before installation is started, place a stake or flag where each sprinkler is to be
located, in accordance with the drawing. Staking shall be approved by the Architect/Engineer
before proceeding.
D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees in such
manner as to avoid damage to plantings. Do not dig within the ball of newly planted trees. In
areas where trees are present, trenches will be adjusted on site to provide a minimum
clearance of ten times the trunk diameter of the tree (at its base) between any tree and any
trench.
E. All material and equipment shall be delivered to the jobsite in unbroken reels, cartons or other
packaging to demonstrate that such material is new and of a quality and grade in keeping with
the intent of these specifications.
IRRIGATION SYSTEM
4017 02970 - 11
3.02 EXCAVATION AND TRENCHING:
A. The Contractor shall perform all excavation to the depth indicated in these specifications and
drawings. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall
be wide enough to allow a minimum of four (4 ") inches between parallel pipelines or electrical
wiring. Where rock excavation is required, or where stones are encountered in the bottom of
the trench that would create a concentrated pressure on the pipe, the rock or stones shall be
removed to a depth of six (6 ") inches minimum below the trench depth indicated. The over
depth rock excavation and all excess trench excavation shall be backfilled with loose, moist
earth or sand, thoroughly tamped. Whenever wet or otherwise unstable soil that is incapable
of properly supporting the pipe is encountered in the trench bottom, such shall be removed to
a depth and length required, and the trench backfilled to trench bottom grade as hereinafter
specified, with course sand, fine gravel or other suitable material.
B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets
and low collection points in the line. The minimum cover specifications shall govern regardless
of variations in ground surface profile and the occasional deeper excavation required at banks
and other field conditions. Excavation shall be such that a uniform trench grade variation will
occur in all cases where variations are necessary.
C. Trench excavation shall comprise the satisfactory removal and disposition of all materials and
shall include all shoring and sheeting required to protect the excavation and to safeguard
employees,
D. During excavation, material suitable for backfilling shall be stockpiled in an orderly manner a
sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave -
ins. Material unsuitable for backfilling shall be wasted as directed by the Architect/Engineer.
When excavated material is of a rocky nature and the topsoil or any other layer of excavated
material is suitable for pipe bedding and backfill in the vicinity of the pipe, such material shall
be separately stockpiled for use in such bedding and pipe backfill operations, unless
satisfactory imported material is used.
E. All excavations and backfill shall be unclassified and covered in the basic bid. No additional
compensation will be allowed for rock encountered.
F. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the
excavations to their original conditions in a manner acceptable to the Architect/Engineer.
3.03 PIPE INSTALLATION:
A. Sprinkler Mains: Sprinkler mains are that portion of piping from water source to electric valves
and quick coupling valves. This portion of piping is subject to surges since it is a closed portion
of the sprinkler system. Sprinkler mains shall be installed in a trench with a minimum of 18
inches of cover.
B. Lateral Piping: Lateral piping is that portion of piping from electric valve to sprinkler heads. This
portion of piping is not subject to surges since it is an "open end" portion of the sprinkler
system. Lateral piping shall be installed in a trench with a minimum of 12 inches of cover.
C. Remove lumber, rubbish and rocks from trenches. Provide firm, uniform bearing for entire
length of each pipe line to prevent uneven settlement. Wedging or blocking of pipe will not be
permitted. Remove foreign matter or dirt from inside of pipe before welding, and keep piping
clean during and after laying of pipe.
IRRIGATION SYSTEM
4017 02970 - 12
D. PVC pipe shall not be installed when there is water in the trench, nor shall PVC pipe be laid
when temperature is 40 degrees or below or when rain is imminent. PVC pipe will expand and
contract as the temperature changes. Therefore, pipe shall be snaked from side to side of
trench bottom to allow for expansion and contraction.
3.04 PVC PIPE AND FITTING ASSEMBLY:
A. Solvent: Use only solvent recommended by manufacturer to make solvent - welded joints
following standards noted herein. Thoroughly clean pipe and fittings of dirt, dust and moisture
with an approved PVC primer before applying solvent.
B. PVC to Metal Connection: Work metal connections first. Use a non - hardening pipe dope such
as Permatex No. 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench
pressure.
C. Threaded PVC Connections: Where required, use threaded PVC adapters into which pipe may
be welded.
3.05 HYDROSTATIC TESTS: Pressure Test: After the pipe is laid, the joints completed and the trench
partially backfilled leaving the joints exposed for examination, the newly laid piping or any valved
section of main pressure line piping shall, unless otherwise specified, be subjected for four hours
to a hydrostatic pressure test of normal city water pressure. Each valve shall be opened and closed
during the test. Exposed pipe, joints, fittings, and valves shall be carefully examined during the
partially open trench test. Joints showing visible leakage shall be replaced or remade as necessary.
Cracked or defective pipe, joints, fittings, or valves discovered in consequence of this pressure test
shall be removed and replaced with sound material, and the test shall be repeated until the test
results are satisfactory. All replacement and repair shall be without additional expense to the Owner.
3.06 CONTROL WIRE INSTALLATION:
A. All control wire less than 1000 feet in length shall be continuous without splices or joints from
the controller to the valves. Connections to the electric valves shall be made within 18 inches
of the valve using connectors specified.
B. All control wires shall be installed at least 18 inches deep. Contractor shall obtain the
Architect/Engineer's approval for wire routing when installed in separate ditch. Control wires
may be installed in a common ditch with piping; however, wires must be installed a minimum
of 4 inches below or to one side of piping. Bundle all wires together with a moisture -proof tape
at a maximum interval of every 20 feet.
C. All wire passing under existing or future paving, sidewalk, construction, etc., shall be encased
in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving, sidewalks or
construction.
3.07 ROTARY HEADS: Rotary pop -up heads shall be installed with the top of the sprinkler head
flush with the top of the installed sod. Rotary pop -up sprinklers shall be installed on swing
joint assemblies as detailed on the drawings. Under the warranty, the Contractor shall return
within 90 days or upon establishment of the grass whichever comes first and adjust the
sprinklers to proper grade at sod level. Locate all rotary sprinklers four (4 ") inches from the
edge of pavement or hardscape.
3.08 POP -UP SPRAY HEADS: Provide heads and nozzles as specified and install in locations as shown
on the drawings. Pop -up spray heads shall be installed on a flexible PVC riser directly on to lateral
piping as detailed on the drawings. Heads shall be installed with the top of head flush with the
IRRIGATION SYSTEM
4017 02970 - 13
finished grade. Contractor will be required to adjust heads as necessary after establishment of grass
or other plant material.
3.09 QUICK COUPLING VALVES: Quick coupling valves shall be installed on a swing -joint assembly as
detailed on the drawings. Under the warranty, the Contractor shall return after grass is established
and adjust valves and valve boxes to proper grade.
3.10 VALVE AND VALVE BOX PLACEMENT: All valves shall be in boxes as specified and shall be set
with a minimum of six (6 ") inches of space between their top surface and the bottom of the valve
box. Valves shall be fully opened and fully closed to ensure that all parts are in operating condition.
Valve boxes shall be set plumb, vertical and concentric with the valve stem. Any valve box which
has moved from this required position so as to prevent the use of the flow control of the valve shall
be reset by the Contractor at his own expense.
3.11 IRRIGATION CONTROLLER:
A. Irrigation controller shall be located as shown on the plans and shall be capable of operating
the number of stations indicated. The system is designed to operate only one section at a time
unless otherwise noted on the plans. The controller may be sized for future irrigation expansion
and may have more stations than valves. The Contractor shall install the size controller
specified on the plans in accordance with the manufacturer's published installation instructions.
B. Controller shall be located where shown on the plans and oriented in such a manner as to allow
the operator to view a maximum area of the irrigation system, unless required to be installed
inside a structure.
3.12 ELECTRIC REMOTE CONTROL VALVES:
A. Remote control valves shall be located and sized as shown on the plans. All electrical
connections shall be made when the weather is dry with connection kits as specified in
accordance with manufacturer's recommended procedures. All remote control valves shall be
installed in a horizontal position, and according to the manufacturer's published installation
instructions.
B. It shall be the responsibility of the Contractor to furnish and install the proper size wire on each
of the low voltage circuits from the irrigation controller to the various electric remote control
valves.
C. Consideration shall be given to each circuit for allowance of voltage drop and economy
consistent with accepted practices of electrical installation. Under no circumstances shall the
voltage of any branch circuit be reduced more than proper due to length of run exceeding the
maximum allowable for the wire size used.
3.13 DOUBLE CHECK VALVE ASSEMBLY (DCVA): Install the double check valve assembly per
manufacturer's published installation instructions in a valve box as specified and detailed on the
drawings or as required by local plumbing codes.
3.14 WATER METER: Install the water meter per manufacturer's published installation instructions in a
meter box as specified or as required by local plumbing codes.
3.15 HYDROMETER: Install the hydrometer per manufacturer's published installation instructions in a
valve box as specified. Provide and install from the hydrometer to the controller sensor inputs, two
(2) each color coded 14 gauge OF wires (total of 4). Two (2) wires shall have blue insulation and two
wires shall have yellow insulation.
IRRIGATION SYSTEM
4017 02970 - 14
3.16 BACKFILL AND COMPACTION:
A. After system is operating and required tests and inspections have been made, the trenches
shall be carefully backfilled with the excavated materials approved for backfilling, consisting of
earth, loam, sandy clay, sand, gravel, soft shale or other approved materials, free from large
clods of earth or stone. Rock, broken concrete or pavement and large boulders shall not be
used as backfill material. The backfill shall be thoroughly compacted and evened with the
adjacent soil level.
B. Compact trenches in areas to be planted by thoroughly flooding the backfill. Compact all other
areas by flooding or hand tamping. The jetting process may be used in areas when flooding.
C. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to a
minimum 95% Standard Proctor Density.
D. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth
required for compaction, then refilled and compacted with the surface restored to the required
grade and left in a completed surface condition as described above.
E. Specifically tamp backfill under heads and around the flange of heads for one (1') foot by a
suitable means after trench backfill has dried from flooding to prevent heads loosening in the
ground.
F. DUE TO THE LOCATION AND ACCESSIBILITY OF THIS PROJECT, Contractor WILL NOT
BE ALLOWED TO LEAVE ANYTRENCHES OPEN AFTER WORK HOURS OR OVERNIGHT.
ALL TRENCHES MUST BE BACKFILLED ON A DAILY BASIS.
3.17 CONCRETE THRUST BLOCKS: Concrete thrust blocks shall be installed on 3" main line
(Contractor's option for main line 2 1 /2' and smaller) at plugs, caps, bends, tees, crosses, elbows,
and other fittings as necessary to prevent surge damage to the piping system. Concrete shall be
formed and placed so that fittings, joints, valves, etc., are not contained in the thrust blocking and
they are accessible for future repair. Blocking shall be placed between solid ground and the fitting
to be anchored. Unless otherwise indicated or directed, the base and thrust bearing sides of the
thrust block shall be poured directly against undisturbed earth. The sides of the thrust blocks not
subject to thrust may be poured against forms. The area of bearing shall be as shown in the details
or as directed.
3.18 FINAL ADJUSTMENT:
A. After installation has been completed, make final adjustment of sprinkler system prior to
Architect/Engineer's final inspection.
B. Completely flush each section to remove debris from lines by removing all nozzles from heads
and turning on system.
C. Replace nozzles and check sprinklers for proper operation and proper alignment for direction
of throw.
D. Check each section for operating pressure and balance to other sections by use of flow
adjustment on top of each valve.
E. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc or angle
of spray should be other than as shown on drawings. In this case, change nozzles to provide
correct coverage and furnish record date to Architect/Engineer with each change.
IRRIGATION SYSTEM
4017 02970 - 15
3.19 CLEAN -UP: The project site shall be thoroughly cleaned of all waste materials and all unused or
salvaged materials, equipment, tools, etc. After completion of the work, areas disturbed shall be
leveled and the site shall be raked clean and left in an orderly condition.
END OF SECTION
IRRIGATION SYSTEM
4017 02970 - 16
SECTION 03100
CONCRETE FORMWORK
PART 1 - GENERAL
1.01 SCOPE: The extent of formwork is indicated by the concrete items shown on the drawings. The work
includes the design, construction, erection, maintenance, and removal of all formwork for concrete
paving, and any other appropriate concrete items called for.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 03200 - Concrete Reinforcement.
B. Section 03300 - Cast -In -Place Concrete.
1.03 CODES AND STANDARDS: Comply with provisions of the following codes, specifications, and
standards, except as modified or amended herein.
A. ACI 347 -68, "Recommended Practice for Concrete Formwork."
B. ACI 301 -72, "Specifications for Structural Concrete for Buildings."
PART 2 - PRODUCTS
2.01 DESIGN OF FORMWORK:
A. Design, erect, support, brace and maintain formwork so that concrete items will be of the
correct size, shape, alignment, elevation, and position.
B. Design formwork to be readily removable without impact, shock, or damage to the
cast -in -place concrete surfaces and adjacent materials.
C. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete
placement. Solidly butt all joints and provide backup material at joints as may be required to
prevent leakage and fins.
D. Wood Forms: Shall be No. 2 common southern pine, or equivalent, materials milled to
reasonably uniform width and thickness, at least two (2) edges and one (1) side dressed for
tight fit.
E. Metal Forms: Clean, unpainted, and in good condition to provide members of widths and
depths required. Severely damaged or indented forms are not acceptable.
PART 3 - EXECUTION
3.01 FORMWORK:
A. All forms shall be observed by the Owner prior to placement of concrete. The Contractor shall
notify the Owner at least twenty -four (24) hours prior to placing concrete.
B. Forms shall be built to the shapes and dimensions of the concrete on the drawings, shall be
set to lines and grades, braced and secured to withstand placing of concrete.
CONCRETE FORMWORK
4017 03100 - 1
3.02 PREPARATION OF FORM SURFACES:
A. Coat the contact surfaces of forms with a form - coating compound before reinforcement is
placed. Provide commercial formulation form - coating compounds that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatment of
concrete surfaces requiring bond or adhesion nor impede the wetting of surfaces to be cured
with water or curing compounds. Thin form - coating compounds only with the thinning agent
of the type and in amount and under the conditions of the form - coating compound
manufacturer's directions. Do not allow excess form - coating material to accumulate in the
forms or to come into contact with concrete surfaces against which fresh concrete will be
placed. Apply in compliance with the manufacturer's instructions.
B. Coat steel forms with a non - staining, rust preventive form oil or otherwise protect against
rusting. Rust stained steel formwork is not acceptable.
3.03 REMOVAL OF FORMS: Forms shall not be removed until concrete has adequately hardened.
3.04 RE -USE OF FORMS: Clean and repair the surfaces of forms that are to be re -used in the work,
except that warped, split, frayed, delaminated, or otherwise damaged form - facing material will not be
acceptable. Apply new form - coating compound material to all concrete contact form surfaces as
specified for new formwork.
When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins
and laitance, and tighten forms to close all joints. Align and secure all joints to avoid offsets. Do not
use "patched" forms for exposed concrete surfaces except as acceptable to the Architect/Engineer.
A. All formwork shall comply with ACI 302 -69, "Recommended Practice for Concrete Floor and
Slab Construction."
END OF SECTION
CONCRETE FORMWORK
4017 03100 - 2
SECTION 03200
CONCRETE REINFORCEMENT
PART 1 - GENERAL
1.01 SCOPE: The extent of concrete reinforcement is shown on the drawings and in schedules. The work
includes fabrication and placement of reinforcement for the cast -in -place concrete, including bars,
ties and supports.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 03100 - Concrete Formwork.
B. Section 03300 - Cast -In -Place Concrete.
1.03 CODES AND STANDARDS: Comply with requirements of the following codes and standards, except
as herein modified:
A. American Concrete Institute, ACI 315 "Manual of Standard Practice for Detailing Reinforced
Concrete Structures."
B. American Concrete Institute, ACI 301 "Specifications for Structural Concrete for Buildings."
C. American Welding Society, AWS, D 12.1 "Recommended Practices for Welding Reinforcing
Steel, Metal Inserts and Connection in Reinforced Concrete Construction.
D. Concrete Reinforcing Steel Institute, "Manual of Standard Practice."
1.04 SUBMITTALS: Submit to the Architect/Engineer in conformance with the requirements of the
GENERAL REQUIREMENTS.
A. For information only, submit two (2) copies of steel producer's certificates of mill tests for
reinforcing steel.
B. Submit shop drawings for fabrication, bending, and placement of concrete reinforcement.
Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete
Structures." Show bar schedules, stirrup spacing, diagrams of bent bars, arrangements and
assemblies, as required for the fabrication and placement of concrete reinforcement.
1.05 PRODUCT, DELIVERY, HANDLING, AND STORAGE:
A. Deliver reinforcement to the project site bundled, tagged, and marked. Use metal tags
indicating bar size, lengths, and other information corresponding to markings shown on
placement diagrams.
B. Store concrete reinforcement materials at the site to prevent damage and accumulation of
dirt or excessive rust.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Reinforcing Bars: ASTM A615 of grade shown on drawings with minimum yield strength of
60,000 psi.
CONCRETE REINFORCEMENT
4017 03200 - 1
B. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing,
supporting, and fastening reinforcement in place. Use wire bar type supports or plastic -type
chairs, complying with P57 -66, unless otherwise indicated. Do not use wood, brick, and other
unacceptable materials.
2.02 FABRICATION:
A. General: Shop- fabricate reinforcing bars to conform to required shapes and dimensions with
fabrication tolerances complying with ACI 315. In case of fabricating errors, do not re -bend
or straighten reinforcement in a manner that will injure or weaken the material.
B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted
in the work:
1. Bar lengths, depths and bends exceeding specified tolerances.
2. Bends or kinks not indicated on drawings or final shop drawings.
3. Bars with reduced cross section due to excessive rusting or other cause.
PART 3 - EXECUTION
3.01 INSTALLATION: Comply with the specified codes and standards and the Concrete Reinforcing Steel
Institute recommended practice for "Placing Reinforcing Bars" for details and methods of
reinforcement placement and supports and as herein specified.
A. Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials
which reduce or destroy bond with concrete.
B. Position, support, and secure reinforcement against displacement by formwork, construction
or concrete placement operations. Locate and support reinforcing by chairs as required.
C. Place reinforcement to obtain the minimum coverages for concrete protection. Arrange,
space, and securely tie bars and bar supports together with No. 16 gauge wire to hold
reinforcement accurately in position during concrete placement operations. Set wire ties so
that ends are directed away from exposed concrete surfaces.
D. Provide sufficient numbers of supports and of strength to carry reinforcement. Do not place
reinforcing bars more than two (2 ") inches beyond the last leg of any continuous bar support.
Do not use supports as bases for concrete conveying equipment and similar construction
loads.
E. Splices: Provide standard reinforcement splices by lapping ends, placing bars in contact, and
tightly wire tying. Comply with requirements of ACI 318 for minimum lap of spliced bars.
END OF SECTION
CONCRETE REINFORCEMENT
4017 03200 - 2
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.01 SCOPE: This item shall consist of concrete paving and miscellaneous concrete items composed of
portland cement concrete, with reinforcing steel, constructed as herein specified on an approved
subgrade, and in conformance with the lines and grades shown on the plans and details.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02200 - Earthwork.
B. Section 03100 - Concrete Formwork.
C. Section 03200 - Concrete Reinforcement.
1.03 CODES AND STANDARDS: Comply with the following codes and standards except as modified or
amended herein:
A. ACI 301 -72 (Revised 1975) "Specifications for Structural Concrete for Buildings."
B. ACI 318 -77 "Building Code Requirements for Reinforced Concrete."
C. ACI 304 -73 (Reaffirmed 1978) "Recommended Practice for Measuring, Mixing, Transporting
and Placing Concrete. "'
1.04 TESTING: Refer to General Provisions.
A. Material Evaluation Tests and Design Mixes: The Contractor's testing agency shall sample
and test proposed concrete materials, test aggregates from each material source and
evaluate for compliance with specified standards. The testing agency shall then compile test
results and proposed concrete mix designs, as specified herein, into a report to be submitted
to the Architect/Engineer for approval.
B. Quality Control Testing During Construction: Perform testing services as outlined in ACI301-
72, except as modified herein:
1. Mold and cure three (3) specimens for each sample in accordance with ASTM C31.
Any deviations from the requirements of this standard shall be recorded in the test
report.
2. For all concrete work, test one specimen at seven (7) days and one at twenty -eight
(28) days. One set of three (3) specimens shall be taken per the schedule in PART
3 - EXECUTION.
C. Contractor shall pay for all testing.
1.05 WORKMANSHIP: All concrete work which does not conform to the specified requirements, including
strength, tolerances, and finishes, shall be removed and replaced or corrected as directed by the
Architect/Engineer at the Contractor's expense, without extension of time.
CAST -IN -PLACE CONCRETE
4017 03300 - 1
1.06 SUBMITTALS: Submit to the Architect/Engineer in conformance with the requirements of the
CONDITIONS OF THE CONTRACT.
A. Laboratory Test Reports: Submit two (2) copies of laboratory test reports for concrete
materials, mix design tests, and field quality control tests as specified under "Testing."
B. Delivery Tickets: Furnish duplicate delivery tickets to the Owner as specified under
"Production of Concrete."
PART 2 PRODUCTS
2.01 CONCRETE: All concrete shall be 3,000 psi or greater at twenty -eight (28) days, five (5) sacks
cement per cubic yard, portland cement mix, reinforced as specified, and shall be of the size,
dimension, and detail shown on the drawings and in accordance with these specifications.
A. Cement: Provide portland cement, Type 1, ASTM C150, except as otherwise indicated.
B. Aggregates for Normal Weight Concrete:
1. Coarse: Shall conform to ASTM C33 and as herein specified. Use clean, uncoated,
processed aggregate containing no clay, mud, loam, or foreign matter. Shall be
crushed stone, processed from natural rock or stone.
2. Fine: Shall conform to ASTM C33 and as herein specified. Use clean, sharp, natural
sand, free from loam, clay lumps, or other deleterious substances.
3. In proportioning, fine and coarse aggregates shall be regarded as separate
ingredients. Each size of coarse aggregate, as well as combination of sizes when
two or more are used, shall conform to the appropriate grading requirements of
applicable ASTM specifications. Maximum sizes of aggregates shall be determined
by proportioning requirements.
4. Provide aggregates of each type from one source to ensure uniformity of color, size,
and shape.
5. Maximum size of coarse aggregate and proportion of design mix as follows:
Concrete All Other Concrete
Paving Construction
Maximum Water and Cement
Ratio, Gal. /Sack 6 6
Aggregate, Maximum Size 1" 1
Weight Normal Normal
Slump Range, Inches 3 -5 3 -5
Percent Air Entrainment 5% Optional
PSI 3,000 min. 3,000 min.
C. Water for Mixing and Curing: Clean, fresh, free from oil, acid, organic matter, or other
deleterious substances. Provide water for curing that does not contain impurities in sufficient
amount to etch concrete surfaces or cause discoloration to concrete indicated to remain
exposed and unpainted.
CAST -IN -PLACE CONCRETE
4017 03300 - 2
2.02 REINFORCING STEEL: Reinforcing steel shall be ASTM A615 -GR40 for stirrups and ties, A615-
GR60 for all other and shall conform to Section 03200.
2.03 EXPANSION JOINT FILLER: Resilient, non - bituminous, Type I, semi - rigid, conforming to ASTM
D545. Provide in all expansion joints as shown on the plans.
2.04 EXPANSION JOINT DOWELS: Shall be No. 4 smooth bar dowels eighteen (18 ") inches long, with
one (1) end capped with plastic or metal cap and placed at thirty -six (36 ") inches on center (or as
shown) through the center of each expansion joint.
2.05 EXPANSION JOINT SEALER: All joint sealer for expansion joints in concrete paving shall be a
two -part pourable polyurethane sealant, conforming to Interim Federal Specification TT -S- 00227E
and shall be Pecora Corporation's Urexpan NR -200 or Tremco Manufacturing Company's THC /900
sealant, colors to be selected by the Owner.
2.06 FORMS: Concrete forms shall conform to Section 03100 - Concrete Formwork.
2.07 CHAIRS: Use plastic -type chairs, as approved by the Owner. Do not use wood, brick or other
unacceptable materials.
2.08 CURING COMPOUND: Curing compound shall be Type I (clear or translucent) or Type II
(white - pigmented), as defined by ASTM Designation C309. Products offered by manufacturers which
comply with the requirements include the following:
Horncure 30D: A. C. Horn/W. R. Grace.
Clear -Bond: Guardian Chemical Company.
LR 151: Protex Industries, Inc.
PART 3 - EXECUTION
3.01 GENERAL: Concrete work will have a thickness as shown on the details and shall be placed on the
specified subgrade as shown. Standard slopes for paving, unless otherwise shown on the plans, will
be one - quarter ( %') inch per foot.
3.02 FORMS: All formwork shall be observed and approved by the Owner's Representative prior to placing
any concrete. See Section 03100 - Concrete Formwork. Forms shall be securely staked to line and
grade and maintained in a true position during the placement of concrete.
A. Forms for Making Placed Concrete: Forms shall be set true to line and grade in advance of
the concreting for a distance sufficient to permit a finished subgrade. They shall be joined
neatly and tightly and shall be set with exactness to grade and alignment. All forms must be
in firm contact with the subgrade throughout their entire length and base width and securely
staked with at least three (3) pins per ten (10') foot section. If the subgrade becomes
unstable, the forms shall be reset using heavy stakes or other additional supports such as
may be required to provide sufficient stability to withstand vibration and movement of all
equipment operated thereon.
1. If forms settle over one - eighth ( ") inch under finishing operation, paving operations
shall be stopped; forms shall then be reset to line and grade, and pavement brought
up to standard section and thickness.
2. Forms must be cleaned and oiled before concrete is placed against them.
3. Forms shall remain in place until the concrete is at least twelve (12) hours old, and
removal of forms shall be followed immediately by coating the sides of the slab with
CAST -IN -PLACE CONCRETE
4017 03300 - 3
curing compound and then banking earth against the sides of the slab and wetting
same.
3.03 PLACEMENT OF REINFORCEMENT: All reinforcement shall be placed in the center of formwork
and securely held in place by the use of chairs.
3.04 PRODUCTION OF CONCRETE:
A. Concrete shall be transit mixed as specified herein. All plant facilities are subject to
acceptance of the Owner.
B. Ready Mixed Concrete: Comply with requirements of ASTM C94, and as herein specified,
provided the quantity and rate of delivery will permit unrestricted progress of the work in
accordance with the placement schedule. Proposed changes in mixing procedures other than
specified herein must be accepted by the Owner before implementation. Modifications to
ASTM C94 are as follows:
1. Provide concrete materials, proportions, and properties as herein specified in lieu of
ASTM Section 4.
2. Slump: Slump range in inches shall be within 3 " -5" in lieu of ASTM Section 5.1.
3. Mixing and Delivery: Delete the references for allowing additional water to be added
to the batch of material with insufficient slump. Addition of water to be batch will not
be permitted as specified in ASTM Section 9.7. In addition to the requirements of
ASTM Section 9.7., when the air temperature is between 85 and 90 degrees
Fahrenheit reduce the mixing and delivery time from 1 -1/2 hours to 75 minutes, and
when the air temperature is above 90 degrees Fahrenheit reduce the mixing and
delivery time to 60 minutes. When the truck mixer is used for the complete mixing
of the concrete, begin mixing operation within 30 minutes after the cement has been
intermingled with the aggregate.
4. Certification: Furnish duplicate delivery tickets with each load of concrete delivered
to the site. In addition to the requirements of ASTM Section 14.1, provide the
following information on delivery tickets: type and brand of cement, cement content
per cubic yard of concrete, maximum size of aggregate, amount and brand name of
each admixture, and total water content expressed as water /cement ratio.
5. Strength: Delete ASTM Section 15 and comply with concrete testing requirements
as herein specified.
6. Maintain equipment in proper operating condition with drums cleaned before
changing each batch. Schedule rates of delivery in order to prevent delay of concrete
too long in the mixer before the addition of water admixtures.
C. Cold Weather Requirements: No concrete shall be placed when the temperature is below
forty (40) degrees Fahrenheit or when the temperature is fifty (50) degrees and dropping.
3.05 EMBEDDED ITEMS: Set and build, into the work, embedded items required for other work, as
required. Refer to drawings for location, type, size, etc.
3.06 APPROVAL: No concrete paving shall be placed until adjacent work has been approved by the
Owner's Representative and heavy equipment traffic across the paving location can be terminated.
All forms shall be observed and approved by the Owner prior to any concrete paving.
CAST -IN -PLACE CONCRETE
4017 03300 - 4
3.07 DRY BRUSH FINISH CONCRETE PAVING:
A. Placing: Prior to placing concrete, the subgrade shall be moistened and then concrete shall
be placed in forms and thoroughly tamped in place so that all honeycombs will be eliminated
and sufficient mortar will be brought to the surface. The surface shall be troweled with a steel
trowel and then brushed to obtain a smooth uniform brush finish.
B. Curing Compound: As soon as possible after the exposed to view concrete has been poured
and finished, it shall be cured by the use of the specified curing compound. The curing
compound shall be applied full strength or as recommended by the manufacturer. It shall in
no way be diluted by the addition of petroleum products.
C. All faces adjacent to the forms shall be spaded before the forms are stripped. The surface
of faces will be smooth and free of honeycombs. Edges of all paving shall be finished to a
one -half ( ") inch radius with a suitable finishing tool.
D. Expansion Joint Sealing: Expansion joints shall be sealed by an experienced applicator with
the sealant specified to a depth equal to joint width with a minimum depth of one -half (' / ")
inch as shown on the plans.
1. Preparation: All surfaces in contact with compounds shall be dry, sound, well
brushed and wiped free. Remove curing compounds, oil, and other such materials
by wire brushing.
2. Application: The ambient temperature shall be as recommended by sealant
manufacturers when sealants are applied. Gun -apply compounds with nozzles of
proper sizes to fit joints. Force into grooves with sufficient pressure to expel air and
fill grooves solidly. Joints shall be free of wrinkles and tooled smooth.
3. Cleaning: Clean surfaces adjoining sealed joints of smears and other soiling
resulting from sealing application. Clean up all debris caused by the work of this
section, keeping the premises clean and neat at all times.
3.08 PROTECTION: After concrete is placed, finished, and cured as required, permit no traffic thereon for
three (3) days thereafter and further protect the surface from damage due to other causes. Vehicles
of all types shall be kept off new concrete pavement during the construction period.
3.09 STRIPPING OF FORMS:
A. Formwork not supporting weight of concrete, such as edges of slabs, etc., may be removed
twelve (12) hours after placing concrete provided concrete is sufficiently hard to not be
damaged by removal operations and provided that curing and protection operations are
maintained.
B. After forms are removed and prior to backfilling with earth, the edges of the slabs shall be
coated with membrane - curing compound. Contractor shall be careful not to allow membrane -
curing compound to fall on any surface to be covered by track surfacing.
3.10 CONCRETE PAVING JOINTS:
A. Contraction Saw Joints: Shall be one - eighth ( ") inch wide by one and one - quarter (1
inch deep, joints placed on ten (10') foot centers, unless otherwise shown. Contraction joints
are not required to be sealed. Joints will be sawed as soon as sawing can be performed
without stripping aggregate from the concrete, generally within eighteen (18) to twenty -four
(24) hours after placement.
CAST -IN -PLACE CONCRETE
4017 03300 - 5
B. Doweled Expansion Joints: Shall be placed where shown on the drawings.
3.11 DEFECTIVE CONCRETE: Any concrete which, in the opinion of the Owner has crazed or cracked
considerably or possesses a bad finish or is not at the proper grade, size or location or does not meet
the specified strength will be subject to rejection, and it shall be removed and replaced at the
Contractor's expense. Any concrete which needs to be repaired shall be repaired by methods
approved by the Owner.
3.12 CLEANUP: It is the intent of this contract to ensure that an adequate cleanup job will be performed
by the Contractor as soon during the construction procedure as possible. In particular, all concrete
paving shall be backfilled as soon as possible. Before the project is accepted by the Owner, all rocks,
stones, and other construction debris shall be removed. All necessary cleanup work shall be
considered subsidiary to the various bid items in this contract.
3.13 SCHEDULE OF TEST SPECIMENS: Provide the indicated number of sets of specimens for testing,
there being three cylinder specimens per set as described in this specification. Specimens shall be
taken during placement of concrete as directed by the Owner and under the supervision of a
representative of the laboratory testing agency.
Concrete parking lot and drives one set per 25 cubic yards (or less) per day
Concrete walks /plaza paving one set per 15 cubic yards (or less) per day
END OF SECTION
CAST -IN -PLACE CONCRETE
4017 03300 - 6