Loading...
ST1002-CN110913CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Old Town Coppell and Bethel Road Infrastructure oF ���� Improvements ��P••••••TF j Project No. ST 10 -02 � 'o,ol00 0 f too, / * •� • o� t o * Bid No. *: oserioseeoeeeesoeoeoeooteeo e• s o e•••• o 0 o e 10 0 o TRICIA H. HATLEY Q- 0811 -0 e s o RO J. KINKEL i o %o*$**e000seooeeoo69 ••••.•••.••�. P * °� 83282 ; 3279 :$ *00000 s o 8 q FOR Z - t 1330 Py ru� THE CITY OF COPPELL August 2011 FREESE AND NICHOLS, INC. OS' TEXAS REGISTERED ENGINEERING FIRM F -2144 1 -1 OF ff - P t o s• * e ::6 eeee00000000000ee9W 0 WADE ZEMLOCK 04 eo %ooeoeoe0000soeoeoeeeY�. / 92 701 •. c C r T • o � Q • r ,, ss ee ENS to % 6 , o. 1 �; ONAL ��� Bidding Documents TABLE OF CONTENTS Section 1 - Bidding Documents Page # Notice to Bidders 1 -5 Instructions to Bidders 1 -7 Proposal/Bid Schedule 1 -23 Prevailing Wage Rates 1 -42 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 Conflict of Interest 2 -16 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions Section 4 - Specific Project Requirements 4 -1 Section 5 Description of Pay Items 5 Section 6 - Technical Specifications 6 -1 Project Sign 02402 Care of Water During Construction 26 05 00 General Electrical Requirements 2605 19 low- Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and bonding for Electrical Systems 26 0.5 29 Supports for Electrical Systems 2605 33 Raceways and Boxes for Electrical Systems 1-2 Bidding Documenis 26 05 43 26 05 48 26 05 53 26 24 16 26 27 26 2643 13 32 84 23 32 90 00 Section 7 - Franchii Underground Ducts and Raceways for Electrical Systems Vibration Controls for Electrical Systems Identification for Electrical Systems Panelboards Wiring Devices Transient- Voltage Suppression for Low - Voltage Electrical Power Circuits Landscape Irrigation Landscape Planting .e Utility Specifications 7 -1 ONCOR Three Phase Pull Box ONCOR Single Phase Pull Box ONCOR Installation of Conduit Notes and Instructions ONCOR Instructions for Joining PVC Conduit Verizon 17x30x24 Handhole and Cover Verizon 24x36x24 Handhole and Cover Atmos List of Approved Contractors ONCOR Specifications not provided in documents to be located below ONCOR Specifications for Electrical Underground Residential Distribution Systems http://www.oncor.com/pdf/construct/y,uidelities/dds2.pdf ONCOR Specifications for Electrical Underground Distribution Systems from Overhead Transformation, Secondary Service Accounts b ttp://www.oncor.com/pdf/construct/gl!idelines/dds4ug.pd 1 -3 Bidding Documents SECTION I BIDDING DOCUMENTS T H E - C I T Y • O F 1-4 Bidding Documents NO`T'ICE TO BIDDER The City of Coppell is accepting bids for the construction of Old Town Coppell and Bethel Road Infrastructure Improvements (Construction of Main St, East Main St, West Main St, Houston St, Travis St, Burnet St, Crockett St, four alleys and Bethel Road) — Project No. ST 10 -02. The work shall consist of the installation of 27,000 S.Y. of 8" concrete pavement, related drainage and utility improvements, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non - refundable cost of $125.00 (half size) or $150.00 (full size) from the office of Freese and Nichols, Inc., 1701 North Market Street, Suite 500, Dallas, Texas, 75202; or telephone (214) 920 -2500 for additional information. The geotechnical report may also be obtained for a non - refundable cost of $25.00. Documents will be made available Wednesday August 10` 2011. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Old Town Coppell and Bethel Road Infrastructure Improvements - Project No. ST 10 -02 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., August 30' 2011 and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q 0811- 01 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on August 23 rd , 2011. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. This project will be awarded on the A + B bidding format with an incentive of up to $295,000 for early completion. Bids submitted with more than 365 Calendar Days for the time of completion will be considered non - responsive and will be rejected. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, NO SALES TAX ON TANGIBLE PERSONAL PROPERTY SHALL BE INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for 1 -5 Bidding Documents labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -6 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St 9500, Dallas, TX 75202. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the construction of Main St, East Main St, Wcst Main St, Houston St, Travis St, Bethel Rd, Crockett St, Burnet St, South Coppell Rd, and alley work. These roads will be constructed as concrete roadways with on street parking for approximately 3850 linear feet. Sidewalks will only be constructed along both sides of Main St and along the interior square between East Main St and West Main St. An underground storrn drain system will be installed along all roadways. In addition, approximately 6300 linear feet of 8" waterline and 3500 linear feet of 8" sanitary sewer with services will be completed with the project. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Proiect No. ST 10 -02. 1-7 Bidding Documents 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the office of Freese and Nichols, Inc., 1701 N. Market Street, Suite 500, Dallas, Texas, telephone (214) 920 -2500 for a non- refundable cost of $125.00 (half size) or $150.00 (full size). The geotechnical report may also be obtained for a non - refundable cost of $25.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted within five [5] days if requested). The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (within five [5] days if requested). 1 -8 Bidding Documents The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from South Coppell Rd, Hammond St, and Bethel Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the 1 -9 Bidding Documents responsibility of fulfilling all of the tens of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon perfonning and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terrns and conditions for performance and furnishing of the Work. 1 -10 Bidding Documents 7. Interpretations and Addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements. 8.1 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.2 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 103.7 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. It, Subcontractors, Suppliers, and Others. I I.I If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so 1 -11 Bidding Documents requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney -m- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. I -12 Bidding Documents 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 10:00 a.m., August 25 2011, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0- 0811 -01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of : Old Town Coppell and Bethel Road Infrastructure Improvements, (Main St, East Main St, West Main St, Houston St, and Travis St, Bethel Road) — Project No. ST 10 -02 on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. "Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to I -13 Bidding Documents waive any irregularities in the bids as received and to reject any and all bids without qualitication(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 365 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of'.. Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. "I'he lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A). Total Bid = Base Bid (A) All payments will be based on actual quantities and bid unit prices. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such altercates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 1 -14 Bidding Documents 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Incentive/Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Original Contract Time: Original Contract Time will be defined as 365 Calendar Days. (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $1,000.00. In the event the contract takes less than 365 calendar days, there will be incentives assessed of $ 1,000 per day. In the event the contract takes longer than 365 calendar days, there will be damages assessed of $1,000 per day. The total incentive payment for Contract Time shall not exceed $100,000.00. 1 -15 Bidding Documents Phase 1 Construction Time: For construction phase 1, if two way traffic on Bethel Road, from Main Street to South Coppell Road, is opened in less than 60 calendar days, there will be incentives assessed at $3,000 per day with a maximum incentive set at $100,000. If two way traffic on Bethel Road is not opened beyond 75 days a $3,000 per day disincentive will be assessed until traffic is open. The total incentive payment for Phase 1 Construction shall not exceed $100,000.00. Phase 2 Construction Time: For construction phase 2, if two way traffic on Bethel road beyond Coppell Road is opened in less than 60 calendar days there will be incentives assessed of $1,500 per day with a maximum incentive set at $45,000. The total incentive payment for Phase 2 Construction shall not exceed $45,000.00. Phase 3 Construction Time: For construction phase 3, a $1000 per day incentive will be assessed for every day that phase 3 access and utilities are complete before June 1, 2012 with a maximum incentive of $50,000. Phase 3 construction shall not begin until Phase l construction is completed. The total incentive payment for Phase 3 Construction shall not exceed $50,000.00. 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 1 -16 Bidding Docionents 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid fom1. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 24. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 1-17 Bidding Documents 30. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required bV the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re- inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor at a rate of $54 per hour. If not paid, such cost may be deducted from partial payments." 33. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 190.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 34. Documentation of existing conditions. Contractor must video and provide a copy to City of existing conditions within entire work area prior to the start of constriction. This is subsidiary to Pay Item #103 Preparing ROW. 35. Bid Security. Contractor must submit a bid security in the amount of five (5 %) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 1 -18 Bidding Documents 36. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1 -19 Bidding Docunnenis BID FORM PROJECT IDENTIFICATION Old Town Coppell and Bethel Road Infrastructure Improvements S`h 10 -02 in Coppcll, Texas BID OF S �'( =� ".t i s -'�w �r _DATE;..: , t' (NAME OF FIRM THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called O'VNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: - 0811 -01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terns and conditions of the Contract Documents. ?. BIDDER accepts all of the terms and conditions of the Advertisement or Notice tr) Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting? this Bid. BIDDER represents, as more fully set forth in the :'lcreement, that: (a) BIDDER has examined copies of all the Bidding Documents arld of the fello��in Addenda (receipt of all which is hereby ackno� ]edged): No: 1 Date: Decd. �•���.,: Zc F / - - - -- `__10 - -- 1-20 BiddMg DOC2U79CW1 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relatine to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost. progress, performance or famishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract. Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents: and no additional examinations, investigations, explorations, tests reports or similar information or data are or %gill 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 Eacilities 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 iii order to perform and famish the %Vork at the Conti - act Price, within the Contract Time and in accordance with the other terns and conditions of the Contract Documents. I BIDDER h.aS correlated the results of all such ob`enations, e ?:anninations, investigations, explorations, tests, reports and studies with the terns and conditions of the Contract Documents. 1 -21 Bidding Docun _'r ;IS (�) BIDDER has given F:NGINTER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid- BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (1) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as plaruled and contemplated, and that all quantities of work, whether increased or decreased, are to be perforned at the unit prices set forth, except as provided for in the Contract Documents. I. Bidder understands that the work will be completed in multiple. phases. Phasing will require mo%e -ins by utility and paving contractors. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion rill be a consideration in the avvard of the bid. It is understood and agreed that the contractor's experience in this type of' work vill be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER , ill cornpicte the Work for the 1611owing price(s). 1 -22 Bidding oocuinews CI'I'S' OF C'OPPELI, C 4A) 'I'O \>v'N (OPPELL cS BETHEL RD INFRAS']FRUC f €;HE PR0,11 ^,C "I' ,JOB # S'F 10 -02 BID NO. Q- 0811-01 ADDE.wDU.1fS RECEIVED J R J PAVING L.P. 1805 Roval Lane. Suite 105 Dallas. 'Texas 75229 PHONE 214- 466 -8940 I ?,X 214 -466 8354 T'NYF P RICK BID fiCHEDt'E.L: - BAS BII) Item Est. No. 6th. Emit Description unit Pri Total Amount 101 1 LS Mobilization of Contract) $' 106.327.10 S 106.32.10 102 1 LS Traffic Control $ 25,021.50 $ 25.021. 103 26 AC Prep ROW $ 1.329.91 $ 34.57 -66 104 1 LS Prepare and Implement S`uVPPP $ 11,987.00 17.987.00 105 4 EA Project Signs 500.00 S 2. 000.00 106 32.066 CY unclassified Excavation (Roadway and Channel) S -- 40. 101 30.456 CY Embankment (on -site) 316 $ ]0 5377 76 100 9 Remove and Reset. Existlllg JM1allhoxes 300 U0 2.700.00 109 14 -1 1 S Removc and Impose of Asphalt Pavement 4.9 -1 69.737. 110 180 SY Concrete Removal 3.62 2157.60 1 11 7 EA Remo\c Existnag Inlet Box S 1 - 10 9.70 Adiuvt E:xi. \\ Valve \9c 11:. _ � EA -zing ater and 11u�es to G adc EA Remov( and Relocate Watei vl ter 1 1 4 5 EA Remove and Salvage Water Metet — -- — - -- — -- — -- — — 2 2 9 5 - - -1.36 4 7 5 j � I I15 �� 5 J 0 0 � S 2 - - �� . _ - - - -- - - -- - -- — -, .00 - — �— 210 S1` 8" Lime Suh,rade Treatnic K 2 : - 11 . 740 T()", Lim" I -1. 10 - -1. 1 118 26.872 SY Reinforced Concrete Pavement va it.h 0" Inte ri � Curb w 3 1.0 1 1180 0 ------- 119 7U LF TXDOT Type 1 2" -4" Mountable Curb 15,00 1,015 .00 8" Reinforced Concrete Stam Roadwav 1 120 957 S5 CrossVN alks 5 82.43 $ 78.885.51 121 95 SY 6" Reinforced Concrete Stamped Pavement- N- ledians 8 ; 6.13 7. 232 35 6" Reinforced Concrete Stamped Pavement - 12 ]6 ��_ Drivewm s 5 76.13 8 1 .218.08 6" Reinforced Concrete Pavement -Drn ewati & 123 5, -19 SY Alleys g; 29.78 s 1 74.183.22 124 141 LF Concrete Street Header S. 8 !05.00 125 129 SY 11 " II_11AC Lh ve� N P" " "eMent 16.50 2128 126 1 15 SY GRAVEL DRIVEWAY (6" Ag; _ zttle) 2 7 G7 1" -1 12. 15 i27 1 .060 SY Asphalt Pavement f();° Pavo 'Fransit.iorn �6'' $ _19.50 8�_ - 470_00 1'8 4��0 SY 1 Crushed Stone foi Temper�r u-cc' - D ivc� - - — - 5 2- S h.89 S' 1 .30 7 2 .0 _ 4 ] c� i 1 Temporai , Pav� , n,ent ion 6" Arp. Fuse) 25.41 $ 13, =46.F �; 1 1;50 1 200. S 1.800 -0(? --- 1 50C) S)' 1" Reinf Cc t� tn r�� �� _ _ 0_ 1 1;G 39 J _00 - „ - E.A I `., i1n4 '1�� } � � , s;., I)>> tie;;, � C ur mN ', lI c 750.00 S 24.0`0.00 133 4 E:� T?CL)OT T�pc ?Para11e1 Curb ramp: S> 650 00 2. 600.0 0 il" :).37500 ---- ---------- T FA TXDOTT�p(: 5 Curb ramps - 100,00 $ 4 -00 136 2 IM TXDOT IV, 8 Curl, Ymps $ i 00.00 $ L 40U 00 13; I EA Barrier Free Ramps ( At Crockett St.) 25M S 2.900 00 4" Round yNow Acrylic Double Reflective Bow 138 1.350 ICA (HOUStOn, Travis and Bethel) $ 110 S 4A85 -00 139 8 EA 4" White Acrylic Double Reflective Button (Bethel) $ 110 24 140 44 EA 4" White Acrylic Single Reflective Button (Bethe 110 S 136.40 141 345 LF 24' White, Solid Type 11 Pavement ?Markings 2120 $ 8194.00 142 9 LF r Mtn. Solid Type I Pavement Markings 5.78 1; 54,690 36 143 26 EA Pavement Mai Symbols 75172 S — 19552 72 Roadside Sign Assembly - Salvage and Remount 11 G EA Sign 11100 S 1 .890.0 0 145 40 EA Roadside On Assembb— (New Installation) 10-!.25 I G I TO - 00 1-16 1 i,S T' TnpSoil A 15100 00 $ 41 .65200 1 -17 1 LS Block Sodding 1 S 16189.5) S 1658120 14i; 1 LS H�'d! Seeding 20 43.419.20 1 19 4 EA ('onf*. Light i t, h F x i e n.•i n $ 782.80 Remove & Dehi Existing 1':°a Signal Asserably 150 3 E, A Demo Base S 117,75 S MIT Remove and Dehvei existing pedestrian pole 1511 EA assenMy. demo base 370, 0 ii lAmi(Ke and Deh\oi existi-ng traffic uynal 152 EA controller. demo bas(? jq (02 55 602 55 hulnI h _nd In r,,]Lj Ir,,l of Tli.hw.,., T, I L,, :al�. 1.351'.5 S 9. 5 0 L A Pole G 4 -1 0 ' � 4[ vv! '1 ralfic ,signal r I;tc :3- �,e;nhl� 1U.840.�5 � ]0.810.75 I56 J:3 LF D1 -III Shaft i30 1nt 19 ``11 GA1 1 .10 157 ] 2 LF Drill Shaft (36 in 206.00 $ 2.972.00 158 8 EA Pedestrian Push Button and Sig_ n Assemblies $ 278.10 2 2`'4 159 30 LF 2'' RNI Conduit. 8 1. 8 411.00 160 2.100 LF 3" PVC Conduit $ 5.26 11,046.00 1C1 20 LF T' PVC Conduit 8 6 70 134.00 102 5 EA Ground Loxes (TY A) vv;' Apron 412.00 F 2.060.00 I E_A Ground Luxes (T I)) w. Apron c 4 ; 3.80 8 1.895.20 64 G E'A Lackplate for 3 section slgnai head 62.5 165 2 I:1 Backplatc for 5 section signal head — -- 85 -19 LL 1 10 98 I 166 1 EA VEH :SIG SIC (12 IN) LFA) IGR : AMV) i — — — - -- - -- -- 23 9 f -- I H, _ \ EI{ S1Ct ,>, l I1._ l_v LED C F,L AF`t I 203) 9 1 n f> 15 T 6 163 G E i VE11 ..;1 G SEC ( 12 1 N) LED I �9 0 I J ill i''. I� :�1�\ 1 - ;I7 �I E, ( IiZ IX T 1 7 . T) ( Al L)! �PED X19.09 1 672 r._ — 1 8 —_ EA 1 SIGNAL SI;CTIUN� (12 1r111) LED l2 \'D1CATIONS) 51 590 ^ - - -- 4 3 6_ -0 I Condli loi ,�() Hjle S 0 S ill I Conduct,)) 14; XjiH\V Wire (K) s - ------ 2 6 - S I ].GW I'll I Cond u-tor t 12 XHI Wijv 0 -12 S - 1()0 56 i7 1 EA EILC SPIV TY 1) 120:'2 - 10 100 (N'S) AL (E) PS ).625 60 S 3.62,5.60 I 365 LF Traffic Signal (';Ab]L-. 5 Conductor ('n A)04 AWG) 0.98 357,70 17" 110 LF Traffic Signal Cable. T Conductor (TY A AWG) 1.2 S 136.40 178 444 LF Traffic Signal Cable 16 Conductor (TY A)(14AWG) $ 2. 68 S 1,189.92 179 7911 LF Traffic Signal Cable, 3 Conductor (TY A)(16 AWG) 1 1$ 0,78 $ 619.3 180 4 EA Video Imaging Vehicle Detection SYstem, Camera Asseml-)JN I $ d.794 65 - S 19.1 1 S.W ]81 1 EA Video Imaging Vehicle Detection System, Proce , S:-ing s "i 5 1 . 62 S 3.3 51 _ G2 G 24 LF VIVI)S CoMMUMC�, MI C�Ihh� 1 29 S 8011.96 EA !',m-Directwmal Opticom Detector 5 6 8 2,30 2 0 1 .S4 EA Relocated tilun Si -reel Narm, (ILSNj Sign 42 1.282.35 I EA Muminated St.. "I'arne (ILSN) sign 3 296 00 S 3.29G 00 t i L14 1 j ('I iG 05 $ 15.00 „ -561 LF 2 1' R P (('L I FICP WL 11 4 -T 2 S 1 48.690.08 8 1,F 190 8 13 LF 1 - -1 1 T I T ))G" RCP (CL 111) (-11.80 22. 19_ $ 7 G 4. 2 5 "i 4 6 i91 I_,F ;:'. I;CP (CLill) 10 1 9 i - - -� 4.;.� }i; ltti2 1.:1� LIB 4S" I,CP (('L 1111 193 5S LF 6" PVC Di ml hp( - - - -- - -- - -- 191 } LA Clan, I3 Concrete Plus 195 6 --1 - }2 1A Trench Safety �). I 1 S i 08 G2 196 11 EA Std_ 5' Curb Inlet S 2.034 25 S 22 3 6 - 1 5 191 16 EA Std. 10' Curb Inlet 5 2.538.95 $ 40.623.20 198 2 EA Std. 15' Curb Inlet 3.435.05 6.870.1 199 2 EA Std. 5' Recessed Curb Inlet 2.03-125 4. OGS 50 200 6 EA Std. 10' kece ,sed Curb Inlet 201 1 EA Std 15' Reccss� Cuw Inlet 3.4 35.(15 S 3.435 Uo 202 11 EA 1' 1 T Grate Inlet 1 -- '_20.00 S 15_; 203 ,...- - - - - -- i - - -_ EA - - " x ' Crrate Inlet __—_..--------- -- y; I .S Is S5 S 1 8 48 FF5 20 4 EA 4' :� "torin Pram Manhok L _ - - - - -- - -- 7r`6U' _. )�c, .,5 4'. .. 10 15 5 b(, 0 b EA U I I -11n LI1uIi_' 2 5(1 1 ;> 1 C 500 6O `'(CH Dr�.irn A1L)nhol 94;.GO 0 1C1.I LF 12" ( I)R 1�? PVC �� ,� r l_ I \� \� V,1 1 1 V iJ_I Ci lll� 00 S( -.008 00 �, �. Ii- I ,�11 -1. 12", I 1� � 209 5.25.; LF T h rf - nc �afet� - -�_- I I 9.96010 �).9(iCi.10 ?11 1 E'A 1C a,8" Tap1)111 Slecyc and LIIV( (iZ I'i 7f(1 G5 $1 ,81 C5 16 "0 ;' "happn;, lcevc and \aloe (Ductale Irani (1.,11(1.10 S 6.� 0 E:1_ 16''N's Tappinh `. ;leeye ,end V'ak e WVC) S; G. 15.70 G. 3 1 5 1 0 "XF" 21 1 2 E 8 Tl Jpping Sleeve and Valve 3 (;25 G0 S 7.251. 215 1 G EA 8" Gate Valve $ 999.10 s 15,985.60 216 1 LA 12" Gate Valve 1,864.30 'S 1.864.30 217 1 EA 16" Gate Valve $ 5.809.20 S 5.809.20 218 15 EA Fire Hydrant Al - ,embly 1294.50 S 48 - 667.50 219 1 1;A 2" Water Service 'hap (RCCF') (no meter) 8 2- 4 51.10 S 2.45140 _ - -- - -- — -- — - 220 2 1 Ser - � :(:( Tap (Ductllc' I]'U1)" 221 46 h;_1 1" Domc�,t1c S( (no mereri 9(i;i O,`1 C 4 '.iO) i0 2" Domestic Scr•vice with 1" dome =tic and 1" E: "� irrigation (nc) meted I i 60 ;7.20 -G0 223 2 EA 2'' Dom,•stic Service ino meter') I ( 6;3.45 : 3.3 90 I 221 i 1,:a 1 irrit =aucln Servi( (no m(-ter) I a 896 -10 1; 1=10 1) 1 1g�i110 1 Vicc ino 11 tcr j 2,(1:,4.25 2.0:14.25 226 ?. h : lrrq�ation Servicc, ( meter) .` c I PVC , 386 90 228 1 1 E_1 Fire S i-N rce installation Including Valve) $ 1524.40 8 16 165.40 Li' Concrcu En - sscn�c,nt S ;30.90 -- - - -`= `_'0 �;3E) >�� I.F Flo „ariE_ hdl w aLE`l - lln� 30.90 (1.921 Ei0 2 F 2 P'"C Conduit (III ivation) 641 -90 232 3.039 LF S'' PVC wastewater Pipe (SDI's 2. 13 EA SanitarY Sewer Manhole S 2.904 60 3 3 7 59.<80 234 2 FA adjust Existing Sanitary Sewer :Manhole 1.533.40 S 3.6Cih 235 3 EA Install New 6” Sewer Services ^5705 S 2271.15 236 1 EA Install New T' Sewer Services 442.90 S 31 .445 - 90 237 3.0;9 LF Trench Safety Sewer C ( 334.2 236 G3 LF Flowable Fill - SevN er - - -- — _ l J 0 l C . 9 1.946. ( ") 7 ------------------------- 239 l 14 EA ---------- - - - - -- Street 1_,iVht Pula Base Foundation --- - - - - -- - - -� -- 561 ,35 S 6:3 993.9 '2 -10 2 E ;a Street Light tape °A,2" Street I,1ght Pullbox (I5) :)5 � v2 1 5 I 2 f 1 5 EA _._ -- 132 60 S 2 .16 3.0 U 242 G6 F,A Tr - ee NX211 Receptacle 1 S L:�1 L1(ClT7 1, se . 1, := I - S 55 -'4 1 L 1 ".,1 1;1 <';'tl "ii:231 hltllel 4 P uridrlPr-ound S 3.646.20 S; 7.2 32.40 _45 i bJ LF 11 00 PVC Opol�1 undr , F r ound 247 3.41 C) LF Circuits for receptacles. 2 910- -#10G. Y PVC Conduit. underp -ound 4; 5.2E> S 17 .936.60 252 15 EA Multi TI-Lluk T,e(- Potomac crap, myi 25") i EA Multl Trunk Tree Tree Yaupon HollY 262 50 S 1.050.00 254 EA Evergreen Tree - Little Gem Magnolia 255 4 EA Evergreen Tree - Savannah HAY 273.00 1,092,00 56 385 9 5.20 IS 5 Is 1.1 rati on TO TANGIBLE PERSON PROPERTY COST T OTAL B ID I TEMS 13ASE BID (A) TOTAL BID TIME TOTAL OF CALENDAR D'AI'S X$1000 4.350.190.39 S, 1,522.566.64 4..350.1.80.39 350.00 $ 350,000.00 4 , 7 1 00,190.31) Er, 1f, f,l V rnduit u- 1 1 150 2<1 16 266 Lf >56 1.1 , 1'\C Conduit k a 1 115.29')' 14 i 269 3.690 LF 4" PV'C Conduit 240 LF 6" PVC Conduit S 12 36 aw 2.9F,G.40 2 71 l LS 2'' Gas Main 102.2 , 9 00 102.2 272 2 EA 30" x 48" x 3G" Pull Box 3.090 00 8 6.180.00 273 1 EA 4' x 8' x 4' Pull Box 8-240.00 8.24 .00 274 30 EA 2' x 3' Telecom Handhole 257.50 $ 1.725 275 27 EA 17" x 30'' Telecom Handhole 3 206.00 n 5.5 62 -00 276 8 EA Old Town \Va. finding Signs 4 53 60 S 3.628.80 TO TANGIBLE PERSON PROPERTY COST T OTAL B ID I TEMS 13ASE BID (A) TOTAL BID TIME TOTAL OF CALENDAR D'AI'S X$1000 4.350.190.39 S, 1,522.566.64 4..350.1.80.39 350.00 $ 350,000.00 4 , 7 1 00,190.31) I I&T:U till) ITEMS BASF BCD (A) ( :ALENDAR D /\YS 11) 1 A]. I INI F MI) - =— -- - FC TA1 OF UA LEN D:AR DA V x 51,000 t;Ij) BASIS TOR CONIM BISON OF BIDS (A) + (B)" S l *The bid'ith the lov�est amount for (A) :- (13) be considered the lo%v hid. The awarded Conti amount will be on the bans of the Base Bid (A) only NOTE; A TIME BID OF MORE THAN 365 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 8 Communications concerning this Bid shall he addressed to the address of B[DDFR indicated on the applicable signature pap. �) BIUDF;R understands that the is e,cngA from State Limited Sale and t�`se Tax can tangible personal propertti to I incor into the project. Said Ines an not included m the Contract Price (sec Instructions to Bid(fers). % !,e terms Mcd in this Bid Mich arc defined in the (energy l Conditions ()f dic Conslruclioi, Contract included as pwi of the Contract Documents have the meanings assigned to tun i,i We General Conditions. The City of Coppell reserxes the right to delete any portion of this project as it may deem necessar' to sta. ,1ithin the Cit }'s mailable funds. Should the Cite elect to delete any p(glion, tic contract acilustcd a(:coldirq'!N'. PROPOSAL (sf!.�R.- �Nh�' A. Pruhosal Guarant) shall be pnoided its accordance x;kh Win 102,_ Of the T* CJ `COWS .`Standard SPeWcations I& Public 'Noaks Construction, Sig"atur e- PREVAILING WAGE RATES Air 'Foot Operator ...... ..........................10.60 13.56 Asphalt Raker ..... ............................... 11.01 Asphalt Shoveler .. ............................... 8.80 .)atching Plant Weigher ........................ 14.15 Carpenter .......... ............................... 12.80 Concrete Finisher - Paving ...................... 12.85 Concrete Finisher - Structures ...................13.27 16.30 Concrete Rubber .. ............................... 10.61 Electrician .............. ..........................18.12 11.83 Flagger.............. ............................... 8.43 Form Builder- Structures ........................ 9.82 Form Liner - Paving and Curb .................. 9.00 Form Setter - Paving and Curb .................. 9.24 Form Setter - Structures ......................... 11.63 Laborer - Common . ............................... 9.18 Laborer - Utility ......... ..........................10.65 10.92 Mechanic .......... ............................... 16.97 Oiler............... ............................... 14.98 Servicer ................. ..........................12.32 11.42 Painter - Structures ............................... 13.17 Pipe Layer .............. ..........................11.04 Blaster ............. ............................... 11.50 Asphalt Distributor Operator .................. 13.99 Asphalt Paving Machine ..................... 12.78 Broom or Sweeper Operator .................... 9.88 Bulldozer ........ ............................... 13.22 Concrete Curbing Machine ..................... 12.00 Concrete Finishing Machine .................. 13.63 Concrete Paving Joint Machine ............... 12.50 Concrete Paving Joint Sealer .................. 9.00 'Truck Driver Lowboy /Float ................ . 14.93 Truck Driver- Transit Mix .............. ...... 12.08 Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type ...... ........... 7.32 Welder .... ............................... ... 13.57 Concrete Paving Saw . ............................... 13.56 Concrete Paving Spreader .............. ........... 14.50 Slipform Machine Operator ..........................12.33 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 14.12 Foundation Drill Operator Crawler Mounted ..... 13.67 Foundation Drill Operator Truck Mounted ....... 16.30 Front End Loader ...... ............................... 12.62 Milling Machine Operator ........................... 11.83 Mixer ................... ............................... 11.58 Motor Grader Operator Fine Grade ............... 15.20 Motor Grade Operator ............................... 14.50 Pavement Marking Machine .........................10.04 Roller, Steel Wheel Plant -Mix Pavements .........1 1.28 Roller, Steel Wheel Other Flatwheel or Tamping .......... ............................... 10.92 Roller, Pneumatic, Self- Propelled ..................1 1.07 Scraper................... ............................... 9.63 Tractor- Crawler Type ............................... 11.42 Tractor - Pneumatic .......... ..........................12.91 Traveling Mixer ............. ..........................12.03 Wagon - Drill, Boring Machine ..................... 14.00 Reinforcing Steel Setter Paving .................... 14.86 Reinforcing Steel Setter Structures ................ 16.29 Steel Worker- Structural ............................ 14.80 Spreader Box Operator ..................... I ..... ... 10.92 Work Zone Barricade ...... ..........................10.09 Truck Driver - Single Axle Light .....................10.91 Truck Driver - Single Axle Heavy ....................1 1.47 Truck Driver - Tandem Axle Semi Trailer .........1 1.75 1 -42 Bidding Documents CITY OF COPPELL OLD TOWN COPPELL AND BETHEL RD INFRASTRUCTURE IMPROVEMENTS PROJECT NO. ST 10 -02 CPL09446 ADDENDUM NO. 1 August 23, 2011 BID DATE: The date and time for the submission of bids has been changed to Wednesday, August 31, 2011 at 2:00 pm. The location for the submission of bids remains at the City of Coppell Town Center, 255 Parkway Blvd, Coppell TX 75019. All questions concerning the bid documents are now due Friday August 26, 2011 by 5:00 pm. All addendums will be issued no later than 2:00 pm on Monday August 29, 2011. Addendum No. 2 addressing bid document modifications to follow. The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. END OF ADDENDUM NO. 1 �E OF �PDD °mmdaDm® F�. I D � i o °c� °o °1 t DDODDDDDOp DOODDBDODDDDOODO / TRICIA H. HATLEY / o0 omm°DDm ®m°DDaem°e o °eDO Qo 1 m 83282 ° °T °D ®e S . i 0 +11 /D N L a � / FREE`_;E AND NIGHOLS. INIC TEXAS REGISTERED ENGINEER;NG F 1R �s F -2144 Addendum No.! 00900 -1 Project No. ST 10 -02 - CPLO9446 CITY OF COPPELL OLD TOWN COPPELL AND BETHEL RD INFRASTRUCTURE IMPROVEMENTS PROJECT NO. ST 10 -02 CPLO9446 ADDENDUM NO. 2 August 29, 2011 BID DATE: Wednesday, August 31, 2011, 2:00 pm The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. BIDDING REQUIREMENTS: A2 -1 SECTION 1 - BIDDING DOCUMENTS A. Reference Page 1 -15, 20. Incentive /Disincentive Modification: Modify the paragraph by deleting "QFigiRal C;GRtFaGt Time will be def Red as 2-6-5 GalendaF Days" and replacing with the following "Original Contract Time will be defined as total time bid" B. Reference Page 1 -15, 20. Incentive /Disincentive Modification: Modify the paragraph by deleting " the eVeRt the c_^^+rart +;kes less th, Q; Ga days, theFe will be RGeR assessed of $1 nog d a ° and replacing with the following "In the event the contract takes less than total time bid, there will be incentives assessed of $1,000 per day" C. Reference Page 1 -15, 20. Incentive /Disincentive Modification: Modify the paragraph by deleting " 36-&saaeadar days, there will be damages assessed of $1,000 per day", and replacing with the following "In the event the contract takes longer than total time bid, there will be damages assessed of $1,000 per day" D. Reference Page 1 -23 - 1 -40. Modification: Delete these pages and replace it with the Bid Schedule included with this Addendum. The revised form is to be attached to the contract documents and submitted with the Bid. TECHNICAL SPECIFICATIONS A2 -2 SECTION 5 — Description of Pay Items A. Reference Page 5 -3, Addition: Add the following to Pay Item #102 after the first paragraph "The Contractor shall also be required to fabricate, install, maintain and remove business access signs within the project site. Business access signs shall clearly display the business names along with directional markings. All access points shall be included in the traffic control plan. Addendum No. 2 00900 -2 Project No. ST 10 -02 - CPL09446 Business to be included on the access signs are as follows: 1. Kinder Music 2. Hard 8 Bar -B -que 3. Coppell Chamber of Commerce 4 Coppell Chamber Youth Soccer and Baseball 5. Bethel Rd Barber Shop 6. Coppell Home Decor 7. Coppell Barber Shop and House of Style 8, Citizen's Advocate 9. Michael's Wood Floors 10. Coppell Deli 11. Old Town Center 12. Coppell Senior Center 13. Any other business that may be operating during construction B. Reference Page 5 -6, Modification: Modify the paragraph for Pay Item #107 by deleting "Plas#+G ty I Rde - x4W-) between R and 2 and replace with the following " Plasticity Index (PI) between 8 and 35" C. Reference Page 5 -30 Modification: Modify pay item #228 "Fire Service Installation (4 ")" by deleting `k4. )" and replace with the following "(6") ". D. Reference Page 5 -30 Modification: Modify the paragraph for Pay Item # 228 by deleting wate se,Y;Ge " and replace with the following "installation of new 6° fire water services ". E. Reference Page 5 -36 Modification: Modify the paragraph for Pay Item #263 by adding the following "All excavation necessary to complete construction of the tree well shall be considered subsidiary to the cost of the root barrier." F. Reference Page 5 -38, Addition: Add pay item #276 "Old Town Wayfinding Signs" included with this addendum. See attached "OLD TOWN WAYFINDING SIGNS" and Old Town way finding sign dimensions. DRAWINGS: A2 -3 SHEET GN -1, SEQ. 2 of 140 A. Add note 47, "TYPE 2185 -1 ramps to be constructed per City of Coppell Standard Details." A2 4 SHEET PV -7, SEQ. 22 OF 140 A. Replace sheet with the attached version A2 -5 SHEET PV -11, SEQ 26 OF 140 A. Replace sheet with the attached version. A2 -6 SHEET PV -18. SEQ. 33 OF 140 A. Remove callout "STRIPED FOR FIRELANE °. A2 -7 SHEET DT -1, SEQ. 37 OF 140 A. Modify Detail 2 by removing "2" Type B HMAC" Addendum .No. 2 00900 -2 Project No. ST 10 -02 - CPL09446 A2 -8 SHEET UT -1, SEQ. 80 OF 140 A. Replace sheet with the attached version. .k2 -9 SHEET UT -2, SEQ. 81 OF 140 A. Replace sheet with the attached version. A2 -10 SHEET UT -3, SEQ. 82 OF 140 A. Replace sheet with the attached version. A2 -11 SHEET UT -4, SEQ. 83 OF 140 A. Replace sheet with the attached version. A2 -12 SHEET UT -5, SEQ, 84 OF 140 A. Replace sheet with the attached version. A2 -13 SHEET UT -6, SEQ, 82 OF 140 A. Replace sheet with the attached version. A2 -14 SHEET UT -8, SEQ. 87 OF 140 A. Replace sheet with the attached version. A2 -15 SHEET UT -9, SEQ. 88 OF 140 A. Replace sheet with the attached version. A2 -16 SHEET UT -14, SEQ. 93 OF 140 A. Replace sheet with the attached version. A2 -17 SHEET UT -15, SEQ. 94 OF 140 A. Replace sheet with the attached version. A2 -18 SHEET UT -16, SEQ. 95 OF 140 A. Replace sheet with the attached version. A2 -19 SHEET UT -17, SEQ. 95 OF 140 A. Replace sheet with the attached version. A2 -2 SHEET UT -18, SEQ. 97 OF 140 A. Replace sheet with the attached version A2 - -21 SHEET UT -19 SEQ 98 OF 140 A. Replace sheet with the attached version. A. - -22 SHEET IR -1, SEQ 113 OF 140 A. Replace sheet with the attached version Addendum No. 2 Project No. ST 10 -02 - CPLO9446 00900 -2 SECTION 2 CONTRACT DOCUMENTS T H E - C I T Y- 0 F STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE "THIS AGREEMENT is dated as of the 1 3th day of September in the year 2011 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and JRJ Paving LP (hereinafter called) CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the construction of Main St, East Main St, West Main St, Houston St, Travis St, Bethel Rd, Crockett St, Burnet St, South Coppell Rd, and alley work. These roads will be constructed as concrete roadways with on street parking for approximately 3850 linear feet. Sidewalks will only be constructed along both sides of Main St and along the interior square between East Main St and West Main St. An underground storm drain system will be installed along all roadways. In addition, approximately 6300 linear feet of 8" waterline and 3500 linear feet of 8" sanitary sewer with services will be completed with the project. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST 10 -02. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the Old Town Coppell and Bethei Road Infrastructure Improvements - Project No. ST 10 -02 for the City of Coppell Bid No. - 0811 -01 Article 2. ENGINEER. The Project has been designed by Freese and Nichols, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2 -2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 350 calendar days from the date when the Contract time commences to run as provided in Item 103.2 of the General Provisions, and completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. For the purposes of this project, an incentive /disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive /disincentive as set forth in Item 1.6 of the Specific Project Requirements. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $ 4, 3 5 0 , 19 0 . 3 9 The total tangible personal property cost included in the contract sum is $ 1,522,566.64 Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. 2 -3 Contract Documents Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC- 105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 2-4 Contract Documents Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Conflict of Interest 8.5. Notice of Award. 8.6. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. 8.7. Supplementary Conditions to the NCTCOG, Part l: General Provisions (pages 3 -2 thru 3 -10, inclusive). 8.8. Specifications bearing the title: "Construction Specifications and Contract Documents for the " Coppell Road and Bethel Road infrastructure Improvements - Project No. ST 10 -02 for the City of Coppell ". 8.10. Drawings (Construction Plans) entitled: "Old Town Coppell and Bethel Road Infrastructure Improvements" - Project No. ST 10 -02 for the City of Coppell ". 8.11. The following listed and numbered addenda: 8.12. CONTRACTOR's Bid Proposal and Bid Schedule of Section I - Bidding Documents. 8.13. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.14. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.15. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 2 -5 Contract Documents The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. "Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on 't't r ??'� �(!� �' , 2011. 1 , OWNER: City of Coppell CONTRACTOR: J R J Paving, LP 255 Parkway Boulevard 1805 Royal L n., u i t e 107 Coppell, TX 75019 Dallas, TX 75 TITLE: ATTEST: Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) Marty Murphy TITLE: Manager /Esti 91 ing ATTEST: r 4 �:�2 ---'' Ru cella B ease Address for giving notices: P.O. Box 59934 Dallas, TX 75229 (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2 Contract Documents MINUTES OF A SPECIAL MEETING OF THE MEMBER OF JRMJ [-HOLDINGS, L.L.C. BY UNANIMOUS WRITTEN CONSENT January 14, 2011 Pursuant to the provisions of Article 2.23 of the Limited Liability Company Act, the undersigned being the sole member entitled to vote at the annual m.ecting of JRMJ Holdings, , L.L.C., ( "Limited Liability Company ") for the following described actions, authorizes by his signature below, the following resolutions: RESOLVED, that the following named individuals, be and they hereby arc, elected to the offices set forth by their name, each to serve the Limited Liability Company until their respective successors are duly elected and qualified: John R Marriott, Sr. John R. M arriott, J r. Vickie Marriott Tcry Chapman Marty Murphy Glenn Highland General Manager Manager / Operations Manager / Operations Manager / Sales Manager / .Estimating Manager / Finance FURTHER RESOLVED, that the General Manager and Managers / Operations shall be granted unlimited authority to bind the Limited Liability Company to any contract, agreement or other document subject to the Regulations of the Limited 1_iability Company and that the Manager / Sales or the manager / Estimating shall each be granted authorized to enter into contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ Holding, L.L.C. is the General Partner of JRJ Paving, LP), and that the Manager / Finance be authorized to sign financial ati tax reporting documents of the Limited Liability Company. / IN WITNESS WHEREOF, the undersigned has hereunto Zgt�d, his name effective January 14, 2011. X 4/ Ja }1} ►1 . Marriott, Jr., Sole M fiber SUBSCRMED and SWORN TO bciore mc, on this, the %a day of &K& 2011. NOTAR PUBLIC Commission Expires: _/02 7 a a SHERRY L. GRAY ' Notary Public, State of lexas =v. - My Commission Expires December 07. 2013 Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. • Contractor's Insurance • Worker's Compensation — As set forth in the Workers Compensation Act • Commercial General Liability - $1,000,000 Accident/Occurrence • Automobiles - $500,000 Combined single limit per occurrence • Owner's Protective Liability - $600,000 /occurrence; $1,000,000 aggregate • "Umbrella" Liability - $1,000,000 per occurrence w/ drop down coverage • Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate. • Railroad Protective Insurance — See pg 4 -13 "Standard Construction Agreement and Contractor's Right of Entry", 4(a) for insurance requirements • Additional Insured - The Owner and Freese and Nichols, Inc. shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess /Umbrella Liability Insurance Policies furnished by the Contractor Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2 -8 Contract Documents q� �® CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/Y`(YY) 1 9/23/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (Mullis Newby Hurst LP 5057 Keller Springs Road, Suite 400 Liberty Plaza II Addison, TX 75001 CONTACT Sandy Fugitt (972)201 -0127 FAX (972)201 -0123 PHONE A/C No EA-MAIL sfugitt @mnhins.com INSURERS AFFORDING COVERAGE NAIC a INSURERA:Old Rep ublic General Ins Cor A INSURED JRJ Paving, LP ( P. O. BOX 59934 Dallas, TX 75229 INSURER B :Great American Insurance Co INSURER C: 8/29/2011 INSURER D: EACH OCCURRENCE INSURER E: DAMAGE TO REN PREMISES Ea occurrence INSURER F : COVERAGES CERTIFICATE NUMBER:2011 -2012 1. REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADIDLSUBR POLICY NUMBER POLICY EFF MM /DDNYYY POLICY EXP MM /DDNYYY LIMITS A GENERAL LIABILITY IL6CG48831105 8/29/2011 8/29/2012 EACH OCCURRENCE $ 1 DAMAGE TO REN PREMISES Ea occurrence $ 500, 000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 50,000 CLAIMS -MADE a OCCUR PERSONALBADVINJURY $ 1 GENERAL AGGREGATE $ 2,000,000 1 GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP /OP AGG $ 2,000,000 $ POLICY X PRO LOC A AUTOMOBILE LIABILITY 6CA48831105 8/29/2011 8/29/2012 CEOM'cNdeDISINGLELIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO f BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS X HIRED AUTOS X AUTOS ED Per acEcR AMAGE de D $ $ B X UMBRELLA LIAB X OCCUR W6627691 8/29/2011 8/29/2012 EACH OCCURRENCE $ 10,000, 000 AGGREGATE $ 10,000, 000 EXCESS LIAB CLAIMS -MADE DIED RETENTION $ $ A WORKERS COMPENSATION 6CW48831105 8/29/2011 8/29/2012 X WCSTATU- O I AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ 1 E DISEASE - EA EMPLOYEE $ 1 000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA E.L. DISEASE - POLICY LIMIT $ 1,000, 000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Old Town Coppell and Bethel Road Infrastructure Improvements / Project No. ST10 -02, Bid No. Q- 0811 -01 If required by written contract signed by Named Insured, City of Coppell (Project Owner) and Freese and Nichols, Inc. (Project Engineer) named Additional Insured as Primary and Non - Contributory basis, excluding Professional Liability, for coverages except Workers' Compensation and are provided Waiver of Subrogation for all coverages. General Liability includes Endorsement CG2503 - Per Project Aggregate. Thirty (30) Day Cancellation is provided for all coverages. GEKIIFIGAIt: MULUtK 1,A19VCLLFNIIVIY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Coppell Purchasing Department 255 Parkway Boulevard Coppell, TX 75019 AUTHORIZED REPRESENTATIVE Scott Stagner /SANDYF - -- - ACORD 25 (2010/05) INS025 r ?ninnal m U1UtW-ZUIU AL;L)KU L:UKt VKA I Ivry. Aft ngnts reserveu. Tha Arr)pn ­ma and Innn ora ranictararl mnrlec of Ar r)Rn General Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 - -9 Contract Documents Bond No. 09027899 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, LP whose address is 1805 Royal Lane, S 10 7, Dallas, TX 75204 hereinafter called Principal, and Colonial American Casualty and Surety Company and Fidelity a Dep Company corporation organized and existing under the laws of the State of Maryland and full of Maryland Y licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Four Million Three Hundred Fifty Thousand, One Hundred Ninety and 39/100 DOLLARS ($ 4,350,190.39 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price,. but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 13 of September , A.D. 20 11 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Old Town Coppell and Bethel Road Infrastructure Improvements Project No. ST 10 -02 Bid No. Q- 0811 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 240 Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Pallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the "Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Apfiotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this i one of which shall be deemed an original, i PRINCIPAL JRJ Paving, LP 13y: Title: Marty Murphy, Mgr tim. nt is executed in Three copies, each 26 day of S 7p SURETY Colonial American Casualty and Surety Company and elity and Deposit Company of Maryland 13y jslv((M`% -. I itic Christine Davis, Attorney -in -Fact ATTE ' ATTEST: Resident Agent of'the Surety in Dallas or Denton County, l exas, for delivery of notice and service of the proccas is: NAME: Don E. Corn ADDRESS: 2711 N. Haskell Avenue, Suite 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2 -II Contract Documents PAYMENT BOND Bond No. 09027899 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, LP whose address is 1805 Royal Lane, Suite 107, Dallas, TX 75229 hereinafter called Principal, and Colonial American Casualty and Surety Company and Fidelity and Dep gsitCom any corporation organized and existing under the laws of the State of Maryland , and fully of Maryland licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter tailed 'Beneficiary", in the penal sum of Four Million, Three Hundred Fifty Thousand, One Hundred Ninety and 39/100 DOLLARS ($ 4,350,190.39 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the 13 o f September , A.D. 20 11 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Old Town Coppell and Bethel Road Infrastructure Improvements Project No. ST 10 -02 Bid No. Q -0811 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any 2 -12 Contract Documents such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Three ( , copies, each one of which shall be deemed an original, this the 26 day of S eptember 2l7 11 PRINCIPAL /SURETY Colonial American Casualty and Surety Company and JRJ Paving, LP , Fidelity and Deposit Company of Maryland Christine Davis Title: Marty Mu rphy, Mgr s t i m . 'l'itle: Attorney - in - Fact ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Don E. Cornell ADDRESS: 2711 N. Haskell Avenue, Suite 800, Dallas, TX 75204 MUTE: Dale of Performance Bond retest be date of (.oraraci /f Retidenl Ageni is not a corporation, give a person's name. '- �3 Contract Docunnnls Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the �S aryland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pur. a ( 1 ranted by Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on t C � o n re certified to be in full force and effect on the date hereof, does hereby nomina f t' t po on E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Ricardp4 e J� wjl yd Ray PITTS, JR. and Christine DAVIS, all of Dallas, Te �'� - alfd l�i) i � N"� Forney - in - Fact, to make, execute, seal and deliver, for, and on its behal ' , s s a �� y nd all bonds and undertakings, EXCEPT bonds on behalf of Indepen or , �3 and Community Guardians. and the execution of such bonds or undertakings in v1psecte s�ts(-- all be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they y uted and acknowledged by the regularly elected officers of the Company at its office ersons. This power of attorney revokes that issued on behalf of Jerry m Baltimore, Md., to tie proper p p y Y P. ROSE, Don E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Ricardo J. REYNA, Luke J. NOLAN, JR., Lloyd Ray PITTS, JR., Beverly M. TRIMBLE, Cynthia Watson FOWLER, Christine DAVIS, dated August 13, 2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 4th day of Octohcr. A.D. 2010. ATTEST: �p OEPp SEAL State of Maryland SS: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secrctari c G'% lit b rank E. Martin Jr. Vice President On this 4th day of October, A.D. 2010, before the subscriber, a Notan Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President. and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same. and bcing b me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the Said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA -F 168 -0589 D Fidelity and Deposit Companies Home Office: 3910 Keswick Road Bal imott MD 21211 c V#W * IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1- 800 - 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1 -800- 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543ATX) (08/01) MAINTENANCE BOND Bond No. 09027899 STATE OF TEXAS COUNTY OF DALLAS i KNOW ALL MEN BY THESE PRESENTS: THAT JRJ Paving, LP as Principal, corporation organized under the laws of Maryland do hereby expressly acknowledge themselves to an dQ�orial Ar�rican�sualt and u rea Cnpany and ASty an a nci n n f Aar an , as sureties, be held and bound to pay unto the City of Coppell , a Municipal Corporation, Fou Million Three Hundred Fifty Thousand, One Hundred Ninety Dollars and 39 Cents ($ 4 ,350,190.39 ) , for the payment of which sum will and truly be made unto said City of Coppell , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said JRJ Paving, LP has this day entered into a written contract with the said City of Coppell to build and construct Old Town Coppell and Bethel Road Infrastructure Improvements, Project - No. ST 10 -02, Bid No. Q- 0811 -01, which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said JRJ Paving, LP shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, Texas, the sum of 2-14 Contract Documents and the same shalt not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said JRP Paving, LP _ has caused these p resents to be executed by — _ and the saidF Co lonial American Casualty and Surety Uom`pany en-d —'T has caused these resents to delity an— d nPTocit (nmpanV oLluarj� y be executed by its Attorney in fact and the s d Attorney in fact C hristi ne Davi has hereunto set his hand, the 26 day of September 20 11 PRINCIPAL SURETY Colonial American Casualty and Surety Company and JRJ Paving, LP ridelity and Deposit Company of Maryland By-. _ ___ ._ A 'A By(_�,_ Title: M a r t M u r h M r/ E s t i m. Title: Christine Davis, Attorney - in - Fact WIT NESS: ATTEST: .VOTE.' Dale of Maintenance /fond must not be prior to dale of Contract. 2 -15 Conlract Documents CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. I Name of person doing business with local governmental entity. N/A 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed q uestionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. N/A 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. N/A 2 -16 Contract Documents FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B. C & D. must oe cornpleted for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire'? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to cc( e tazablc income from or at the direction of the local G overnment officer named in this section AND the tX,:1blc income is not from the local governmen[al entity'' ❑Yes o No C. Is the tiler of this questionnaire affiliated with a corporation or other business enu that the. local government officer serves as an officer or director, or holds an ownership of 10 percent or more'? Yes ❑ No D. Describe each affiliation or business relationship. 6 N/A __ Signature of person doing business with the governmental entity -- - Date - -- - 2-17 Contract Documents SECTION 3 STANDARD SPECIFICA TIONS SUPPLEMENTARY CONDITIONS COFFELL CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAI, TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 Engineer The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. Calendar Day Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54 /hr. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 103.3 — SURETY BONDS 3 -2 Standard Specifications Supplementary Conditions SC- 103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC- 103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC- 103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC- 103.4.7a Add the following new item: "103.4.7a Freese and Nichols, Inc. shall be included as an "Additional Insured" on all project liability insurance." ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. 3 -3 Standard Specifications Supplementary Conditions "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC- 104.2.1 104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 105.1 — CONTRACT DOCUMENTS SC- 105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC- 105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies ". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: Geotechnical Engineering Study by Terra -Mar, Inc, April 2003 (available upon request). The Contractor may take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP. WARRANTIES AND GUARANTEES SC- 105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years ". 3 -4 .Standard Specifications .Supplementary Conditions ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein. No extra pay will be made for construction staking. Contractor shall re- establish all benchmarks and monumentation at the end of the project." ITEM 107.3 - OWNER'S OFFICERS. EMPLOYEES OR AGENTS SC- 107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC- 107.14 Delete Item 107.14 and substitute the following in lieu thereof: 3 -5 Standard Specifications Supplementary Conditions 107.14 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit 3-6 Standard Specifications Supplementary Conditions any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC- 107.23.2a Add the following new Item 107.23.2a immediately after Item 107.23.2: "107.23.2a Existing Utilities and Sewer Lines The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1 — PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor ". ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC- 108.3 Delete the last sentence of the second paragraph and substitute the following in lieu thereof 3-7 Standard Specifications Supplementary Conditions "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 — SITE PREPARATION 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 203.7 - EMBANKMENT 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 un its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. 3 -8 Standard Specifications Supplementary Conditions ITEM 303.5 - CONSTRUCTION METHODS 303.5. -4 Joints 303.5.4.2 Expansion Joints: Replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. 303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer ". 303.5.43 Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." 303.5.6 Finishing. 303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." 303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — ,OPEN CUT - BACKFILL 504.2.3.3.3 Additional Requirements (2) Additional Requirements for Type "B" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as detennined by ASTM D -698 at, or up to five (5) percentage points above, optimum 3.9 Standard Specifications Supplementary Conditions moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the Engineer." ITEM 504.5 - EMBEDMENT 504.5.3.2 Compaction. 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 — SLOPE AND CHANNEL PROTECTION 803.3.3 Riprap Construction Methods 803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387 -83. 3 -10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E - C I T Y - 0 F SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - Fourth Edition North Central Texas Council of Governments ( NCTCOG). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A. W. W. A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TKDOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas 1'.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4 -2 Specific Project Requirements Li OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.2a CONSULTING ENGINEER: The word "Consulting Engineer" in these contract documents and specifications refers to the DESIGN ENGINEER or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work shall consist of the construction of Main St, East Main St, West Main St, Houston St, Travis St Crockett St, Burnet St and Bethel Road from Freeport Pkwy to Mitchell St. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation of related drainage, water and sanitary sewer improvements and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST 10 -02. 1.6 EXPLANATION OF CONTRACT TIME: In the event the Contractor completes specified construction phase prior to the expiration of the designated time, the Owner will pay the Contractor incentive payments as specified in Item 20 of the Instructions to Bidders in the Contract Documents. The term "Original Contract Time" as used herein will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time will not be adjusted for any 4-3 Specific Project Requirements reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time so that such extended Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, the Owner shall unilaterally determine the number of calendar days to extend the Original contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time. 4 -4 Specific Project Requirements 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or - pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all- inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non - election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time and/ or Phase 1, Phase 2, Phase 3 Construction Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. 4 -5 Specific Project Requirements In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.9 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.10 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items. 1.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for 4-6 Specific Project Requirements any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.12 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch each payable to the Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warming devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. 4-7 Specific Project Requirements If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. if the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item 1 -48 — Traffic Control. 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 4 -8 Specific Project Requirements 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 CLEANUP: During Construction The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. Final Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an' appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract -- documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: I . Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4 -10 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: I . For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. S. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re- submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a \coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. D. REVIEW: 4-11 Specific Project Requirements I . Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -12 Specific Project Requirements SECTION S DESCRIPTION OF PA Y ITEMS i SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the new sign paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d) surveying to re- establish grade, (d) maintenance of streets during construction, (e) sprinkling for dust control, (f) project trailer if needed, (g) Construction Staking, (h) any other incidentals necessary to complete the work. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, unless modified by these Special Provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. 2.1. Pay Items #101 Mobilization: This pay item shall consist of actual cost: a. Bonds and insurance b. Transportation and setup for equipment c. Transportation and/or erection of all field offices, sheds and storage facilities d. Salaries for preparation of submittals required before the first payment request e. Salaries for field personnel assigned to the project related to the mobilization of the project f. Mobilization may not exceed 5 percent of the total contract amount g. Cost for mobilization may be submitted only for work completed. Note: The total amount bid for Mobilization shall not exceed five percent (5 %) of the Base Bid (A) amount, exclusive of this pay item (adjusted contract amount). Measurement and Payment shall be as follows: Ten percent (10 %) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount 5 -2 Description of PaV Vents completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.2. Pay Item #102 Traffic Control: This pay item shall consist of the placement of the required traffic control devices in accordance with the approved traffic control plan and the 2009 Edition of the TMUTCD. The contractor shall also be required to maintain a changeable message board at each end of the construction area, in working order, for the duration of the project. These locations will be near the following intersections: North side of Bethel Road and Coppell Road North; West side of Bethel Road and Freeport Parkway; East side Bethel Road and South Coppell Road. The Contractor shall submit a traffic control plan to be approved by the Owner. Two -way traffic shall be maintained on all roadways at all times unless otherwise noted in the plans. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the plan has been approved. The traffic control plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for preparing traffic control plan, placing and maintaining barricades and signs and for furnishing all other materials, tools, street markings, changeable message boards, flagmen, equipment, labor, and any other incidentals necessary to implement the traffic control plan and maintain two -way traffic, except where shown, during construction of the project. Payment for this item shall begin on the first payable monthly construction estimate after barricades, signs and traffic handling devices have been installed in accordance with the traffic control plan. Monthly payment based on the calendar days bid shall be made each succeeding month for this item provided the barricades, signs and traffic handling devices have been installed and maintained in accordance with the traffic control plan until the contract amount has been paid. Failure to complete the scheduled work in the bid time will not increase this pay item. 3. Pay Items #103 Prep of ROW: This pay item shall consist of the preparation of the existing right -of -way for construction as required by the plans and specifications. It will include the area between the right -of- way limits, Old Town Site Development north of Burns Street, east of Hammond Street, south of Bethel Road and west of South Coppell Road, and additional areas beyond the right -of -way such as temporary construction, slope, and drainage easements, and any other easements shown on the plans. Work shall be in accordance with NCTCOG Item 203 and shall include, but not be limited to: all obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation, logs, trash concrete, asphalt, fences, structures, foundations, lumber, scrap metal, abandoned appliances, abandoned utility pipes or 5-3 Description of Pay Items conduits and any other items not included as pay items elsewhere in the contract documents, or identified in NCTCOG Section 203.3, but necessary for the preparation of the rights -of -way and /or permanent or temporary easements for construction. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. All material and debris removed as described above shall become the property of the Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the Engineer and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and /or photograph the existing right -of -way, and designated Old Town site prior to construction. Payment shall be made on the basis of the price bid per acre (AC). Payment shall be total compensation for providing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. If this pay item exceeds 10% of the total project cost, exclusive of this pay item, then any amount over the 10% will not be paid until the final payment. 3.1. Pay Items #104 Prepare and Implement SWPPP: This pay item is subject to the Texas Commission on Environmental Quality (TCEQ) requirements for construction projects. Under the Texas Pollution Discharge Elimination System general construction permit (TXR 150000) an operator of a construction site that will disturb one (1) or more acres is required to obtain a permit for the discharge of storm water runoff. The contractor shall be required to develop and implement a site specific Storm Water Pollution Prevention Plan (SWPPP) and submit a Notice of Intent to the TCEQ as part of the permit. Any rock filter dams, silt fencing, inlet protections, or other type of erosion control required are subsidiary to pay item #104. The SWPPP must describe and ensure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and ensure compliance with the terms and conditions of the permit. A Texas Registered Professional Engineer must sign and seal the erosion control plan submitted as part of the SWPPP. The erosion control plan on Sheets GR- land EC -I of the plans should not be considered as a final SWPPP. If used by the contractor, then it also must be signed and sealed by a Texas Registered Profession Engineer representing the contractor. The SWPPP shall be subject to approval by the Owner and must be retained on site during the term of the construction. The Contractor shall submit a Notice of Termination upon completion of the project. Contractor shall submit the plan on behalf of Contractor and Owner as joint operators on task. For silt fence requirements refer to NCTCOG Standard Drawings 1020A and 10208. For inlet protection requirements refer to NCTCOG Standard Drawings 1120, 1130, 1140, and 1150. For rock filter dam requirements refer to NCTCOG Standard Drawings 1060A, and 1060B. The silt fence measurement is 6,087 linear feet (LF) and is supplied for bidding purposes only. The inlet 5 -4 Description of Pay Iten :s protection measurement is 55 each (EA) and is supplied for bidding purposes only. The rock filter dam measurement is 63 square yards (SY) and is supplied for bidding purposes only. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWPPP. This includes any necessary revisions to the erosion control plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. Failure to complete the scheduled work in the bid time will not increase this pay item. 3.2. Pay Items #105 Project Signs: This pay item shall consist of the installation of a project sign on each end of the project. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work and maintaining sign throughout project. 3.3. Pay Items #106 Unclassified Excavation: This pay item shall consist of the roadway and channel excavation of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Excavation shall include all materials encountered regardless of their nature or of the manner in which they are removed. Work shall be in accordance with NCTCOG Items 203.4 and 203.5. Any excess material shall be hauled to Lot 1 Block G in the Old Town development site and spread out evenly per direction of Owner's Representative. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Measurement shall be determined on the basis of the natural ground cross - section and the finished lines and grades as shown in the plans and computed by the method of average end areas from the project cross - section. Shrinkage or swelling factors will not be considered in determining the calculated quantities. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Items 203.4 and 203.5, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Any damage to existing improvements and /or property, including manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR'S performance of this work shall be repaired in a timely manner by the CONTRACTOR, at his sole expense. 5 -5 Description of Pay Items 3.4. Pay Items #107 Embankment(on site): This pay item shall consist of the roadway embankment of material in the areas shown on the plans and to the lines, grades and typical sections as specified. Work shall be in accordance with NCTCOG Item 203.7. The fill material shall be compacted in lifts of loose depth not exceeding 8" and compaction shall not be less that 95% of the density as determined in accordance with test method ASTM D698. Hauling, placement, sprinkling, rolling, and obtaining final compaction are all considered as part of this fill item. Proctors will be taken on all fill materials before they are placed to check plasticity index and composition. The fill material for embankments shall be suitable and shall be classified as a Sandy Clay (SC) or a Lean Clay (CL) based on the Unified Soil Classification System. The material shall have a Plasticity Index (PI) between 8 and 25, or other such materials forming a stabilized embankment as approved by the engineer. No offsite fill material will be allowed without approval from the Owner. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Measurement shall be determined on the basis of the natural ground cross - section and the finished lines and grades as shown in the plans and computed by the method of average end areas from the project cross - section. Shrinkage or swelling factors will not be considered in determining the calculated quantities. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.7, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Any damage to existing improvements and /or property, including manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR's performance of this work shall be repaired in a timely manner by the CONTRACTOR, at his sole expense. 3.5. Pay Items #108 Remove and Reset Existing Mailboxes: This pay item shall consist of the permanent relocation of existing mailboxes in the locations as shown in the plans. This pay item shall include any temporary relocation of mailbox assemblies and providing portable mailbox stands as required. The Contractor shall videotape and/or photograph each mailbox prior to starting construction. Each mailbox relocated shall match the existing mailbox condition to the extent possible. The Contractor may need to demolish the existing mailboxes and replace them with new mailboxes as directed by the Owner's representative. Mail service must be maintained at all times. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.6. Pay Items #109 Remove and Dispose of Existing Asphalt Pavement: This pay item shall consist of the saw cut, removal, and disposal of the existing asphalt pavement to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The roadway improvements shall be constructed in phases and the removal of .5 -6 Description of Pay /tens the asphalt pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the asphalt is to be removed, the asphalt shall be saw cut full depth to avoid damage to that portion of the asphalt to remain in place. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. The Contractor and the Owner's representative shall measure the asphalt pavement prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. This item does not include the removal of any asphalt constructed for detours. It only includes removal of existing asphalt prior to construction beginning. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.7. Pay Items #110 Concrete Removal: This pay item shall consist of the saw cut, removal, and disposal of concrete sidewalks, driveways, curb and gutter, brick pavers, pavement, and riprap as designated and to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. Where only a portion of the existing concrete is to be removed, the concrete shall be saw cut full depth and removed to the saw lines as shown in the plans. Removal of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The limit of pay shall only be to the original saw line. The Contractor and the Owner's representative shall measure the concrete items prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.8. Pay Items #111 Remove Existing Inlet Box: This pay item shall consist of the removal and disposal of the existing inlets as shown in the plans. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per each (EA) inlet removed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.9. Pay Items #112 Adjust Existing Water Valve and Meter Boxes to Grade: This pay item shall consist of adjusting existing water and meter valve boxes, which are to remain in service, to grade. Any adjustment to residential or commercial meter valve boxes 5 -7 Description of Pay /lents shall also include adjusting the meter to within 8" of the top of the box per City of Coppell Standard Construction Details 4130 -4155. Measurement and Payment shall be made on the basis of price bid per each (EA) water valve and meter box adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.10. Pay Items #113 Remove and Relocate Water Meter This pay item shall consist of relocating existing water meters l' inside of the proposed right of way. Any relocation of water meters shall be made per City of Coppell Standard Construction Detail 4130 -4155. This item shall include all necessary pipe, fittings, blocking, valves, and other appurtenances necessary to relocate water meters. Measurement and Payment shall be made on the basis of price bid per each (EA)water meter relocated and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.11. Pay Items #114 Remove and Salvage Water Meter This pay item shall consist of removing and delivering existing water meters to the City of Coppell Department of Public Works or as directed by Owner's Representative. Measurement and Payment shall be made on the basis of price bid per each (EA)water meter removed and shall be total compensation for furnishing all materials, tools, equipment, labor, delivery to final destination and any other incidentals necessary to complete the work. 3.12. Pay Items #115 Relocate Fire Hydrants This pay item shall consist of relocating existing fire hydrants outside of the proposed pavement. Any relocation of fire hydrants shall be made per City of Coppell Standard Construction Detail 4120. This item shall include all necessary pipe, fittings, blocking, valves, and other appurtenances necessary to relocate the fire hydrants. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant relocated and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.13. Pay Items #116 8" Lime Subgrade Treatment: This pay item shall consist of treating the top 8" and the full width of subgrade by pulverization, addition of 42 LBS /SY of lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Full width shall be that distance from F behind the back of curb on each side of roadway where roadways are proposed. Subgrade shall be constructed to the lines and grades as required by the plans and specifications. Work shall be in compliance with NCTCOG Item 301.2. 5 -8 Description of Pay Denis Measurement and Payment shall be made on the basis of price bid per square (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.14. Pay Items #117 Lime: This pay item shall consist of the hydrated lime required for the lime treatment of the top 8" and the full width of subgrade. Full width shall be that distance from V behind the back of curb on each side of roadway where roadways are proposed. The lime shall be placed in a slurry form at the minimum rate of 42 LBS /SY. Work shall be in compliance with NCTCOG Items 301.2. Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.15. Pay Items #118 8 Reinforced Concrete Pavement with 6" Integral Curb This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted The 6" monolithic curb, where indicated is subsidiary to this pay item, therefore, no separate payment will be made for the curb. All concrete, except for City approved "leave outs ", shall be placed with a self - propelled paving machine. The cost for furnishing and placing reinforcement is subsidiary to the price bid. At locations indicated on the plans, lay down curbs shall be constructed and shall be considered subsidiary to this pay item. The lay down curb shall consist of a 10' taper from a 6" curb to no curb with a 1" lip. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a maximum of 20 feet apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and Payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.9, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5 -9 Description of Pay Items 3.16. Pay Items #119 TXDOT Type 12"-4" Mountable Curb: This pay item shall consist of the furnishing and placing of reinforced monolithic concrete curb in accordance with the details in the plans at the locations and grades shown on the plans. All concrete for construction shall be Class "A" concrete having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with TXDOT item 529. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.17. Pay Items #120 8" Reinforced Stamped Concrete: This pay item shall consist of the furnishing and placing of stamped reinforced concrete pavement to the specified depth as shown on the plans. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979, City of Coppell standard detail 2185 -1, manufacturer's specifications, and NCTCOG Item 303. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.18. Pay Items #121 6" Reinforced Stamped Concrete — Medians: This pay item shall consist of the furnishing and placing of reinforced concrete stamped median to the specified depth as shown on the plans. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979, City of Coppell standard detail 2140, manufacturer's specifications, and NCTCOG Item 303. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bornanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. 5 -10 Description gf Pay / tents Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.19. Pay Items #122 6" Reinforced Stamped Concrete— Driveways: This pay item shall consist of the furnishing and placing of reinforced concrete stamped median to the specified depth as shown on the plans. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with City of Coppell stamped concrete ordinance 2002 -979, City of Coppell standard detail 2190, manufacturer's specifications, and NCTCOG Item 303. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.20. Pay Items #123 6" Reinforced Concrete Driveways and Alleys: This pay item shall consist of the construction of concrete driveways as shown on the plans. All concrete for construction shall be Class "C " concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG Item 303. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. J. Pay Items #124 Concrete Street Header This pay item shall consist of the installation of concrete street headers at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details 2070 and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.22. Pay Items #125 2" HMAC Driveway Pavement This pay item shall consist of the construction of HMAC driveways and driveway transitions as shown in the plans. The driveway shall be 2" thick HMAC surface course, 5 -11 Description of Pay /tents Type "D ", on a 4" thick flexible base. The flexible base shall be Grade 2 and include compaction of the subgrade under the driveway. Work shall be in compliance with the NCTCOG Items 301.5 and 302. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.23. Pay Items #126 Gravel Driveway (6" Aggregate and Geotextile) This pay item shall consist of the construction of gravel driveways as shown in the plans. The driveway shall be 6" thick flexible base. The flexible base shall be Grade 2 and includes compaction of the subgrade under the driveway and installation of a geotextile fabric between the subgrade and the gravel surface course. Work shall be in compliance with the NCTCOG Item 301.5. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.24. Pay Items 4127 Asphalt Pavement for Pavement Transition (6" HMAC): This pay item shall consist of the construction of HMAC transitions in the locations shown in the plans. The transition will connect the new concrete roadway to the existing asphalt roadway and shall be 2" thick HMAC surface course, Type "D ", on a 4" Type "B" HMAC binder course in accordance with City of Coppell Standard Construction Details (2110). This item includes compaction of the subgrade under the transition and the concrete street header constructed on the new concrete roadway. Work shall be in compliance with the NCTCOG Items 301 and 302. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.25. Pay Items #128 Crushed Stone for Temporary Access Drives: This pay item shall consist of the construction of temporary gravel driveways for all driveways during construction. The driveway shall be 6" thick flexible base. The flexible base shall be Grade 2 and includes compaction of the subgrade under the driveway in compliance with the NCTCOG Item 301.5. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.26. Pay Items #129 Temporary Pavement for Traffic Control (2" HMAC on 6" Agg Base): This pay item shall consist of the construction of temporary HMAC pavement in the locations shown in the plans. The temporary pavement shall be 2" thick HMAC surface 5-12 Description of Pay Items course, Type 'U% on a 6" thick flexible base Grade 2. This item includes compaction of the subgrade and shall be in compliance with the NCTCOG Items 301.5 and 302. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor; maintenance; final removal; and any other incidentals necessary to complete the work. 3.27. Pay Items #130 Monolithic Median Nose: This pay item shall consist of the installation of monolithic median noses of various types at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2140) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.28. Pay Items #131 4" Reinforced Concrete Sidewalk: This pay item shall consist of the construction of a concrete sidewalk in the locations as shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 - days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Sidewalk work shall be in compliance with the City of Coppell Standard Construction Details (2170). Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.29. Pay Items #132 Type 2185 -1 Barrier Free Ramps: This pay item shall consist of the construction of Type 2185 -1 barrier free ramps in the locations as shown in the plans. All barrier free ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any barrier free ramp found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with City of Coppell Standard Construction Details (2185- 1,2). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -13 Description of Pay hems 3.30. Pay Items #133 -137 Barrier Free Ramps: This pay item shall consist of the construction of Type 2, 3, 5, 8 and Crockett St barrier free ramps in the locations as shown in the plans. All barrier free ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any barrier free ramp found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the details specified in the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.31. Pay Items #138 -140 Raised Pavement Markers: This work includes the placement and installation of all reflectorized 3M Series 290 traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with City of Coppell standard details, specifications and the latest version of Texas MUTCD guidelines. Surface preparation, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy and/or bituminous adhesive shall be carefully followed. Measurement and Payment for traffic button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) for the various types and sizes and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 3.32. Pay Items #141 -142 Pavement Markings: This pay item shall consist of the placement and installation of various stop bars, lane striping or any other unit in the color, width and thickness as shown on the plans. New Portland- cement - concrete surfaces shall be cleaned to remove curing membrane, dirt, grease, loose and/or flaking existing construction markings and other forms of contamination. Pavement to which material is to be applied shall be completely dry. Work shall be in compliance in accordance with the City of Coppell standard details and the latest Texas MUTCD guidelines. Pavement marking material shall be in accordance with City standards as outlined in the appropriate plans and details. Measurement and payment for striping shall be made on the basis of price bid per linear foot (U) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.33. Pay Items #143 Pavement Markings Symbols: This pay item shall consist of the placement and installation of various words, arrows, handicap symbols or any other unit in the color, width and thickness as shown on the plans. New Portland - cement- concrete surfaces shall be cleaned to remove curing membrane, dirt, 5 -14 Description of Pay Vents grease, loose and/or flaking existing construction markings and other forms of contamination. Pavement to which material is to be applied shall be completely dry. Work shall be in compliance in accordance with the City of Coppell standard details and the latest Texas MUTCD guidelines. Pavement marking material shall be in accordance with City standards as outlined in the appropriate plans and details. Measurement and payment for striping shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.34. Pay Items #144 Roadside Sign Assembly (Salvage and Remount Sign): This pay item shall consist of the furnishing, fabrication, galvanizing and erection of supports; for constructing concrete foundations; for salvaging and reinstalling complete signs including sign connections and all hardware; for attaching the signs to the supports; and for washing and cleaning the signs. Care shall be taken in removal and storage of existing signs such that no damage occurs and the signs are in an equal condition to when they were removed. All signs shall be mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.35. Pay Items 4145 Roadside Sign Assembly (New Installation): This pay item shall consist of the furnishing, fabrication, galvanizing and erection of supports; for constructing concrete foundations; for furnishing complete signs including sign connections and all hardware; for attaching the signs to the supports; and for washing and cleaning the signs. All signs shall be manufactured and mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.36. Pay Items #146 4" Topsoil This pay item shall consist of the furnishing and placing 4" Topsoil as directed in the plans. Work shall be in compliance with NCTCOG Item 202.2. Payment shall be made on the basis of the price bid per lump sum (LS) in accordance with NCTCOG Item 202.2, and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The " plans quantity measurement is 80,879 square yards (SY) and is supplied for bidding purposes only. 3.37. Pay Items #147 Block Sodding 5 -15 Description of Pay /lens This pay item shall consist of the furnishing and planting grass on all disturbed areas within the project limits up to ROW. Work shall be in compliance with NCTCOG Item 202.5. Payment shall be made on the basis of the price bid per lump sum (LS) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The " plans quantity measurement is 7,781 square yards (SY) and is supplied for bidding purposes only. 3.38. Pay Items #148 Hydromulch Seeding This pay item shall consist of the furnishing and seeding on all disturbed areas between ROW within the project limits. Work shall be in compliance with NCTCOG Item 202.6. Payment shall be made on the basis of the price bid per lump sum (LS) in accordance with NCTCOG Item 202.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The " plans quantity measurement is 73,098 square yards (SY) and is supplied for biddin purposes only. 3.39. Pay Items #149 Confirmation Light with Extension This pay item shall consist of the installation of red light confirmation lights as shown in the plans. Work shall include the procurement and installation of the confirmation lights. Confirmation lights shall be mounted on a minimum 8" extension located behind the ILSN signs on the mast arm. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.40. Pay Item #150 Remove and Deliver Existing Traffic Signal Assembly, Demo Base This work shall include the removal and delivery to the City of Coppell, the designated traffic signal poles, push buttons, signs and mast arm assemblies and noted signal heads, signs and other attached items. Item also includes the demolition and removal of traffic signal base. Said traffic signal pole and mast arm assemblies, signal heads, push buttons and signs shall be removed with reasonable care to avoid damage and are to be delivered and unloaded in good condition at a location within the city as designated by the City of Coppell. Store the ILSN signs, Opticom and other attached items in a secure locations protected from damage until ready for relocation onto new signal assemblies. Measurement and Payment shall be made on a lump sum (LS) basis and shall be total compensation for furnishing all labor, materials, and equipment necessary to remove, load, deliver and unload traffic signal pole and mast arm assemblies, signal heads, push buttons signs and other attached items. 5 -16 Description of Pay Items 3.41. Pay Item 4151 Remove and Deliver Existing Pedestrian Pole Assembly, Demo Base This work shall include the removal and delivery to the City of Coppell, pedestrian poles and push button assemblies, signs and other attached items. Item also includes the demolition and removal of the pole base. Said pedestrian pole shall be removed with reasonable care to avoid damage and are to be delivered and unloaded in good condition at a location within the city as designated by the City of Coppell. Measurement and Payment shall be made on a lump sum (LS) basis and shall be total compensation for furnishing all labor, materials, and equipment necessary to remove, load, deliver and unload pedestrian pole assemblies, push buttons, signs and other attached items. 3.42. Pay Item #152 Remove and Deliver Existing Traffic Signal Controller, Demo Base This work shall include the removal and delivery to the City of Coppell, traffic signal controller and other attached items. Item also includes the demolition and removal of the controller base. Said traffic signal controller shall be removed with reasonable care to avoid damage and are to be delivered and unloaded in good condition at a location within the city as designated by the City of Coppell. Measurement and Payment shall be made on a lump sum (LS) basis and shall be total compensation for furnishing all labor, materials, and equipment necessary to remove, load, deliver and unload the traffic signal controller and other attached items. 3.43. Pay Item #153 Furnishing and Installation of Highway Traffic Signals This work includes the furnishing and installation of new highway traffic signals including traffic signal controller and cabinet in accordance with the appropriate details and specifications, including City of Coppell "TS -2 Type 2 Cabinet Specification" and "Specification for Fully- Actuated Solid State Controller Unit (TS -2) with Time -Based Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment for installation of highway traffic signals work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) intersection and shall be total compensation for furnishing all labor, materials, tools, equipment and other incidentals necessary to complete the work. 3.44. Pay Item #154 32' w/ ILSN - Traffic Signal Pole Assembly This work shall include the furnishing and installation of a 32' decorative traffic signal pole and mast arm with ILSN of the finish and style called for on the plans and in the specifications. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly ", and NCTCOG standards. 5 -17 Description of Pay Rents Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to furnish and install the signal pole and mast ami assemblies. 3.45. Pay Item #155 40'w/ ILSN - Traffic Signal Pole Assembly This work shall include the furnishing and installation of a 40' decorative traffic signal ,pole and mast ann with ILSN of the finish and style called for on the plans and in the specifications. Said traffic signal poles shall be installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to furnish and install the signal pole and mast arm assemblies. 3.46. Pay Item #156 Drill Shaft (30 in) This pay item shall consist of the installation of drill shafts of the sizes (30 -A) and at the locations shown in the plans. The drill shafts shall be in compliance with Item 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and TxDOT standard details for reinforced drilled shafts. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) of specified type of drilled shaft foundation. Payment shall be full compensation for installation of all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.47. Pay Item #157 Drill Shaft (36 in) This pay item shall consist of the installation of drill shafts of the sizes (36 -A) and at the locations shown in the plans. The drill shafts shall be in compliance with Item 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and TxDOT standard details for reinforced drilled shafts. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) of specified type of drilled shaft foundation. Payment shall be full compensation for installation of all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.48. Pay Item #158 Pedestrian Push Button and Sign Assemblies This work shall include the furnishing and installation of pedestrian push button and sign assemblies in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons; Installation Procedures ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 -18 Description of Pay hems 3.49. Pay Items 4159 2" RM Conduit This work shall include the furnishing and installation of 2" RM conduit on the power pole supplying the service pole, in accordance with City of Coppell standard detail 3095, specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and TxDOT item 618. All conduit shall include mule tape with tracer wire. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.50. Pay Items #160 -161 PVC Conduit This work shall include the furnishing and installation of 3" and 4" PVC conduit in accordance with City of Coppell standard detail 3095, specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures ", and NCTCOG standards. All conduit shall include mule tape with tracer wire. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work regardless of the method of installation. No extra pay for boring conduit. 3.51. Pay Item #162 -163 Ty A and Ty D Ground Boxes with Apron This work shall include the furnishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements: Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures," and TxDOT item 624. Reference TxDOT Standard Detail ED(3) -03. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.52. Pay Items #164 -165 3- Section and 5- Section Traffic Signal Backplates This work shall include the furnishing and installation of 3- section or 5- section black backplates of the appropriate configuration for the signal heads and in accordance with Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and installed in compliance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads — 12 Inch, Expandable, Adjustable Type," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 -19 Description of Pay /terns 3.53. Pay Items #166 -170 Vehicle Signal Sections (12 IN) LED This work shall include the furnishing and installation of black 12" signal sections of the type and locations called for on the plans and each consisting of one housing case, housing door, visor and optical unit in accordance with Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads — 12 Inch, Expandable, Adjustable Type," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Payment for the signal head shall be incidental to payment for the signal sections. 3.54. Pay Items #171 Pedestrian Signal Sections (12 IN) LED (2 Indications) This work shall include the furnishing and installation of black 12" signal sections of the type and locations called for on the plans and each consisting of one housing case, housing door, visor and optical unit in accordance with Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads — 12 Inch, Expandable, Adjustable Type," and NCTCOG standards. Pedestrian signal head shall be of the "count down" variety. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Payment for the signal head shall be incidental to payment for the signal sections. 3.55. Pay Items #172 1 Conductor #6 Bare Wire This work shall include the furnishing and installation of 1 C #6 gauge bare wire in the locations shown in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.56. Pay Items #173 1 Conductor #6 XHHW Wire This work shall include the furnishing and installation of IC #6 gauge wire in the locations shown in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.57. Pay Items #174 1 Conductor #12 XHHW Wire This work shall include the furnishing and installation of IC #12 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification 5 -20 Description of Pay /tents "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.58. Pay Items #175 Electrical Service This work shall include the furnishing and installation of a new underground fed Pedestal mounted Electrical Service Ty D 120/240 100 (NS)AL(E)PS(U) at the location of the project as shown on the plans and in accordance with City of Coppell, NCTCOG, and TxDOT standards. Contractor to coordinate with Oncor to transfer service. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.59. Pay Items #176 5 Conductor #14 Gauge Wire This work shall include the furnishing and installation of 5C #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.60. Pay Items #177 7 Conductor #14 Gauge Wire This work shall include the furnishing and installation of 7C #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.61. Pay Items #178 16 Conductor #14 Gauge Wire This work shall include the furnishing and installation of 16C #14 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all Iabor, materials, and equipment necessary to complete the work. 5 -21 Description of Pay /rents 3.62. Pay Items 4179 3 Conductor #16 Gauge Wire This work shall include the furnishing and installation of 3C #16 Gauge wire in multiple locations of the project as shown on the plans and in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire," and NCTCOG standards. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.63. Pay Items 4180 Video Imaging Vehicle Detection System, Camera Assembly This work includes the furnishing and installation of video imaging vehicle detection system camera assembly based on the Encore model from Autoscope in accordance with the appropriate details and specifications or approved equal. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.64. Pay Items 4181 Video Imaging Vehicle Detection System, Processing Unit This work includes the fumishing and installation of video imaging vehicle detection system processor unit based on the Encore model from Autoscope in accordance with the appropriate details and specifications or approved equal. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.65. Pay Items #182 VIVDS Communication Cable This work shall include the furnishing and installation of VIVDS communication cable compatible with the Encore model from Autoscope in multiple locations of the project in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.66. Pay Items #183 Uni- Directional Opticom Detector This work includes the acquisition of new and removal and relocation of the existing, uni- directional opticom detectors on the mast arms and the controller /processor in the cabinet in accordance with the appropriate details and specifications, including the Emergency Management Response System special specification. 5 -22 Description of Pay 1 /ems Measurement and Payment shall be made on a lump sum (LS) basis and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.67. Pay Items #184 Relocation of Illuminated Street Name (ILSN) sign This pay item shall consist of the relocation of the existing illuminated street name sign on Pole P1, P2 and P3 to the new Poles in accordance with the appropriate specification. Measurement and Payment shall be made on a lump sum (LS) basis and shall be total compensation for furnishing all labor and any incidental materials necessary to complete the work. 3.68. Pay Items #185 Internally Lighted Street Name (ILSN) sign This work shall include the furnishing and installation of illuminated street name signs in accordance with this specification, and as indicated in the drawing. Signs shall be edge lit LED illuminated with an 18" tall viewing area. Signs shall be "Classic Thinline" model from Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using an Astro -Brac® SP0140 or approved equal. A photocell shall be provided to control when the sign is illuminated. The photocell shall be set up such that all lights are on or off at the same time. Lights shall not come on or turn off at different times. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 3.69. Pay Items #186 -192 Class III RCP: This pay item shall consist of the installation of ASTM C -76 Class III precast reinforced concrete pipe storm drain pipe at the locations and to the grades shown on the plans (sizes 18 ", 21 ", 24 ", 30 ", 36 ", 42" and 48 "). RAM -NEK joint sealant material shall be used for all joints. All fittings and bends shall be prefabricated. Work shall be constructed in accordance with the City of Coppell Standard Construct Details (6090). Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 3.70. Pay Items #193 6" PVC Drain Pipe: This pay item shall consist of the installation of Schedule 40 PVC drain pipe at the locations and to the grades shown on the plans (6 "). All fittings, bends and conections shall be included in this item. Work shall be in accordance with NCTCOG Items 501, 504 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any 5-23 Description of Pay /tents other incidentals necessary to complete the work, including all excavation, embedment and backfill. 3.71. Pay Items 9194 Class B Concrete Plugs: This pay item shall consist of the installation of Class B Concrete plugs at the locations and to the grades shown on the plans. Work shall be constructed in accordance with TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition, Item 420. Measurement and Payment shall be made on the basis of price bid per linear foot (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 3.72. Pay Items #195 Trench Safety Protection for Storm Drain Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (L.F) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.73. Pay Items #196 -201 Curb Inlets(Standard and Recessed): This pay item shall consist of the construction of standard and recessed curb inlets at the locations and grades shown in the plans (sizes 5', 10', and 15'). Work shall be in compliance with the City of Coppell Standard Construction Details (6020 and 6030). Measurement and Payment shall be made on the basis of price bid per each (FA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. 3.74. Pay Items #202 4'x4' Grate Inlet: This pay item shall consist of the construction of grate inlets at the location and to the grades as shown in the plans (size 4'x4'). The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with the City of Coppell Standard Construction Details (6040). 5 -24 Description of Fay Items Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.75. Pay Items #203 2'x2' Grate Inlet: This pay item shall consist of the installation and removal of Hanson precast grate inlets, or approved equivalent, at the location and to the grades as shown in the plans (size 2'x2'). The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with the City of Coppell Standard Construction Details (6040). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.76. Pay Items #204 -205 Storm Drain Manhole: This pay item shall consist of the construction of square storm drain manholes at the locations, sizes and to the grades shown in the plans. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. Work shall be in compliance with the City of Coppell Standard Construction Details (6010). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.77. Pay Items #206 Adjust Existing Storm Drain Manhole: This pay item shall consist of adjusting existing sanitary sewer manholes, which are to remain in service, to grade. The cost for furnishing and placing reinforcement is subsidiary to the price bid. This item shall be full compensation for adjustment regardless of type of manholes, actual limit of adjustment, or method used to make adjustment. Measurement and Payment shall be made on the basis of price bid per each (EA) manhole rim adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work 3.78. Pay Items #207 -208 8" and 12" C900 DR 14 PVC Water Line: This pay item shall consist of the installation of AWWA C900 (DR14) PVC water pipe at the locations and to the grades shown on the plans (sizes 8" and 12 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, ductile iron fittings shown on the plans, thrust blocking, concrete anchors, flowable fill, concrete backfill, and pumping where necessary; trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, disinfection, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, as result of the pipeline construction to equal or better condition. Payment for the pipe lines shall include all costs required to have 5 -25 Description of Pay /ferns utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Cutting and plugging of existing pipe lines shall be performed as noted on plans and incidental to pipe line installation. Testing and disinfection in accordance with specifications is considered subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per linear foot (U) measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, testing and backfill. 3.79. Pay Items #209 Trench Safety Protection for Water Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.80. Pay Items #210 1.6 "x12" RCCP Tapping Sleeve and Valve: This pay item shall consist of the installation of RCCP tapping sleeves and valves at the locations and to the grades shown on the plans (size 16 "x12 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be full compensation for furnishing and installing the tapping sleeve and valve on the main line, trenching, embedment, thrust blocking and backfill on the same side of the roadway section as the specifications, complete in place. 3.81. Pay Items #211 16 "x8" Tapping Sleeve and Valve (RCCP): This pay item shall consist of the installation of tapping sleeve and valve (RCCP) at the locations and to the grades shown on the plans (size 16 "x8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. 5 -26 Description of Pay /fen :s Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be full compensation for furnishing and installing the tapping sleeve and valve on the main line, trenching, embedment, thrust blocking and backfill on the same side of the roadway section as the specifications, complete in place. 3.82. Pay Items 4212 16 "x8" Tapping Sleeve and Valve (Ductile Iron): This pay item shall consist of the installation of tapping sleeve and valve (Ductile Iron) at the locations and to the grades shown on the plans (size 16 "x8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be full compensation for furnishing and installing the tapping sleeve and valve on the main line, trenching, embedment, thrust blocking and backfill on the same side of the roadway section as the specifications, complete in place. 3.83. Pay Items #213 16 "x8" Tapping Sleeve and Valve (PVC): This pay item shall consist of the installation of tapping sleeve and valve (PVC) at the locations and to the grades shown on the plans (size 16 "x8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be full compensation for furnishing and installing the tapping sleeve and valve on the main line, trenching, embedment, thrust blocking and backfill on the same side of the roadway section as the specifications, complete in place. 3.84. Pay Items #214 8 "x8" Tapping Sleeve and Valve: This pay item shall consist of the installation of tapping sleeve and valve at the locations and to the grades shown on the plans (size 8 "x8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be full compensation for furnishing and installing the tapping sleeve and valve on the main line, trenching, embedment, thrust blocking and backfill on the same side of the roadway section as the specifications, complete in place. 3.85. Pay Items #215 -217 8 ", 12 ", and 16" Gate Valves: This pay item shall consist of the installation of gate valves in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 502.6 and City of Coppell Standard Construction Details (4050). Measurement and Payment shall be made on the basis of price bid per each (EA.) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -27 Description of Pay Items 3.86. Pay Items #218 Install New Fire Hydrant and Valve Assembly: This pay item shall consist of placement of new fire hydrants outside of the proposed pavement. Any installation of fire hydrants shall be made per City of Coppell Standard Construction Details (4120). This item shall include all necessary pipe, fittings, 6" gate valve, blocking, and other appurtenances necessary to install the fire hydrants. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant installed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.87. Pay Items #219 2" Water Service Tap (RCCP Connection) This pay item shall consist of the installation of a 2" service tap into existing 16" RCCP in the locations as shown in the plans. This work shall include, but is not limited to, a corporation stop and valve, 2" Type K copper water line, 2" x 1" tee, ball valve, 2 meter cans and setters, and connection to existing water service. Work shall be in compliance with the City of Coppell Standard Construction Details (4140). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.88. Pay Items 4220 1" Water Service Tap (Ductile Iron Pipe Connection) This pay item shall consist of the installation of a 1" service tap into existing 16" ductile iron pipe in the locations as shown in the plans. This work shall include, but is not limited to, a corporation stop and valve, 1" Type K copper water line, ball valve, meter can and setter, and connection to existing water service. Work shall be in compliance with the City of Coppell Standard Construction Details (4140). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.89. Pay Items #221 1" Water Service — No Meter This work includes the installation of new domestic water services, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the City of Coppell Standard Construction Details (4130). All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -28 Description of Pay /ten ts 3.90. Pay Items 4222 2" Domestic Service with 1" Domestic and 1" Irrigation — No Meter This work includes the installation of new domestic water services, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the City of Coppell Standard Construction Details (4140, 4145). All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.91. Pay Items #223 2" Domestic Service — No Meter This work includes the installation of new domestic water services, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the City of Coppell Standard Construction Details (4150). All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.92. Pay Items #224 1" Irrigation Service -- No Meter This work includes the installation of new irrigation water services, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the City of Coppell Standard Construction Details (4145). All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.93. Pay Items #225 2" Irrigation Service -- No Meter This work includes the installation of new domestic water services, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer_ These installations shall be in accordance with the City of Coppell Standard Construction Details (4155). 5 -29 Description of Pay Items All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 3.94. Pay Items #226 2" Irrigation Service -- With Meter This work includes the installation of new domestic water services, meters, meter cans and setters in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the City of Coppell Standard Construction Details (4155). All service lines shall be continuous copper from the water main to the meter (no splices). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 4. Pay Items 4227 8" PVC Pipe Lowering This pay item shall consist of the installation of PVC water pipe lowering at the locations and to the grades shown on the plans (size 8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Detail 4200. Payment shall include furnishing, hauling and laying of pipe shown on the plans, ductile iron fittings shown on the plans, concrete anchors, welding, flowable fill, concrete backfill, and pumping where necessary; trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, disinfection, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, as result of the pipeline construction to equal or better condition. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Cutting and plugging of existing pipe lines shall be performed as noted on plans and incidental to pipe line installation. Testing and disinfection in accordance with specifications is considered subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per linear foot (U) measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. 5. Pay Items #228 Fire Service Installation (4 ") This work includes the installation of new 4" fire water services, high flow water meters, detector check valves with vault, valves, and fittings in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction 5 -30 Description of Pay Items plans or as determined by the Engineer. Work shall be in accordance with NCTCOG and City of Coppell Standard Construction Details. No separate pay will be allowed for repairing damage to water meters or valves due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Measurement and Payment for work performed and materials furnished related to the installation of new fire water services, high flow water meters, detector check valves with vault, valves, and fittings, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5.1. Pay Items #229 Concrete Encasement This pay item shall consist of the installation of Type B concrete encasement with Class D embedment in accordance with NCTCOG Item 702 and Detail 3050 as indicated in the plans. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5.2. Pay Items #230 Flowable Fill- Waterline This pay item shall consist of the installation of flowable fill backfill in accordance with NCTCOG Item 504.2.3.4 as indicated in the plans. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5.3. Pay Items #231 2" PVC Conduit (Irrigation) This work shall include the famishing and installation of 2" PVC conduit as shown on plans, in accordance with City of Coppell standard detail 3095. All conduit shall include mule tape with tracer wire. Measurement and Payment shall be made on the basis of the price per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5.4. Pay Items #232 8" PVC Wastewater Pipe (SDR -35): This pay item shall consist of the installation of ASTM D3034 SDR -35 PVC sanitary sewer pipe at the locations and to the grades shown on the plans (8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 507 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, mandrel pulling, pipeline signs, testing, disposal of surplus materials, cleaning up and 5 -31 Description of Pay Nenrs maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Removal and disposal of existing pipe and manholes in same trench shall be incidental to pipe line installation. Testing and television inspection in accordance with specifications is considered subsidiary to the price bid. Records of the inspection shall be provided to the City. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) measured horizontally from center of manhole to center of manhole or cleanout without any deduction for the length of pipe through manholes and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, testing, and backfill. 5.5. Pay Items #233 Sanitary Sewer Manhole: This pay item shall consist of the construction of sanitary sewer manholes at the locations and to the grades shown in the plans (4' diameter). Work shall be in compliance with the City of Coppell Standard Construction Details (5020). Vacuum Test and Television Inspections are considered subsidiary to installation. Records of the inspection shall be provided to the City. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, testing, and any other incidentals necessary to complete the work. 5.6. Pay Items #234 Adjust Existing Sanitary Sewer Manhole: This pay item shall consist of adjusting existing sanitary sewer manholes, which are to remain in service, to grade. This item shall be full compensation for adjustment regardless of type of manholes, actual limit of adjustment, or method used to make adjustment. Vacuum Test and Television Inspections are considered subsidiary to installation. Records of the inspection shall be provided to the City. Measurement and Payment shall be made on the basis of price bid per each (EA) manhole rim adjusted to grade and shall be total compensation for furnishing ail materials, tools, equipment, labor, testing, and any other incidentals necessary to complete the work. 5.7. Pay Items #23.5 Install New 6" Sewer Service This work includes the installation of new 6" sewer services and sewer cleanouts in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage to existing services and utility lines due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. 5 -32 Description of Pay Items Measurement and Payment for work performed and materials furnished related to the installation of sewer services and sewer cleanouts, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5.8. Pay Items #236 Install New 4" Sewer Service This work includes the installation of new 4" sewer services and sewer cleanouts in multiple locations along the project where dictated by the layout of the proposed improvements, as shown on the construction plans or as determined by the Engineer. These installations shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage to existing services and utility lines due to construction on this project, unless approved otherwise by the Engineer. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. Measurement and Payment for work performed and materials furnished related to the installation of sewer services and sewer cleanouts, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, testing, equipment and other incidentals necessary to complete the work. 5.9. Pay Items #237 Trench Safety Protection for Sanitary Sewer Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5.10. Pay Items #238 Flowable Fill- Sewer This pay item shall consist of the installation of flowable fill backfill in accordance with NCTCOG Item 504.2.3.4 as indicated in the plans. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -33 Description of Pay Items 5.11. Pay Items 4239 Street Light Pole Base Foundation This pay item shall consist of the installation of street light pole base foundations as shown in the plans. Pole base foundation work shall include cast -in -place concrete, rebar, copper ground wire, and associated conduit cast with foundation and extending to 2' -0" beyond foundation perimeter. The foundation shall be constructed per the pole base detail as shown in the plans and electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.1. Pay Items #240 Street Lighting Type 66 A2" This pay item shall consist of the furnishing and installation of conduit, light poles and providing metered service in the locations as shown in the plans. Contractor required to supply and install light poles, arms, and finial band manufactured by "Antique Street Lamps" as specified in plans electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per each (EA) for culvert street lighting. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 22. Pay Items #241 Street Light Pull Box This pay item shall consist of the installation of street light pull boxes as shown in the plans. Work shall include the procurement and installation of the pull box. Pull box size, material, and rating shall match those detailed in the plans and electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.3. Pay Items #242 Tree Well Receptacle This pay item shall consist of the installation of duplex receptacle, lockable cover, and related conduit extending vertically from receptacle to underground horizontal branch circuit. Final installation shall be in accordance with the detail as shown in the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.4. Pay Items #243 Electrical Service This pay item shall consist of the installation of underground service lateral from utility company riser pole to 240/120, 1- phase, 3 -wire, 200A service panel. Electrical service shall 5 -34 Description of Pay Items include a meter base, 200A panel with circuit breakers, and ground as illustrated in the plans and electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.5. Pay Items 4244 Electrical Panel This pay item shall consist of the installation of a 240/12OV, 1- phase, 3 -wire 60A main circuit breaker panelboard. Provide 1 -pole, 20A circuit breakers and metal frame support as shown in the plans and electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.6. Pay Items #245 4" PVC Conduit, underground - Lighting This pay item shall consist of the installation of a 4" PVC underground conduit as shown in the plans and in accordance with City of Coppell standard detail 3095 and electrical technical specifications provided in Section 6. All conduit shall include mule tape with tracer wire. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.7. Pay Items #246 2" PVC Conduit, underground- Lighting This pay item shall consist of the installation of a 2" PVC underground conduit as shown in the plans and in accordance with City of Coppell standard detail 3095 and electrical technical specifications provided in Section 6. All conduit shall include mule tape with tracer wire. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.8. Pay Items #247 -248 Circuits for receptacles, 2 #10 and 2 #8, NIOG, 1" PVC conduit, underground This pay item shall consist of the installation of a 1" PVC conduit and 2 #10 and 2 #8, # I OCY circuits for tree receptacles as shown on plans and in accordance with City of Coppell standard detail 3095 and electrical technical specifications provided in Section 6. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -35 Description of Pay Items 2.9. Pay Items #249 -260 Landscaping- Trees and Shrubs /Grasses This pay item shall consist of the planting of trees and shrubs /grasses in accordance with the detail as shown in the plans and Landscape Planting Specification 32 90 00. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.10. Pay Items #261 Groundcover- Big Blue Liriope This pay item shall consist of the planting of Liriope ground cover in accordance with the detail as shown in the plans and Landscape Planting Specification 32 90 00.. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.11. Pay Items #262 Turf- Common Bermuda This pay item shall consist of the planting of common Bermuda in accordance with the detail as shown in the plans and Landscape Planting Specification 32 90 00.. Measurement and Payment shall be made on the basis of price bid per square foot (SF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.12. Pay Items #263 36" Deep Root and Water Barrier This pay item shall consist of furnishing and installation of a 36" deep dual purpose root and water barrier in accordance with the detail as shown in the plans and Landscape Planting Specification 32 90 00. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.13. Pay Items #264 Irrigation System This pay item shall consist of the Landscape irrigation system in the locations as shown in the plans. This pay item shall include any water service connections including associated fees, water meter, backflow prevention, AC power, low voltage power systems, ET controls, ET weather stations, distributions systems, drip irrigation, sprinklers, excavation trenching and backfrll, as required for a complete system. The Contractor shall obtain approval and permitting from the City and A/E prior to starting construction and be in accordance with the contract drawings and Landscape Irrigation Specifications 32 84 23. Measurement and Payment shall be made on the basis of price bid per Lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5 -36 Description of Pay Items 2.14. Pay Items #265 Decorative Gateway Railing on Culvert Headwalls: This pay item shall consist of the construction of the decorative concrete railings on the culvert headwalls in the location as shown in the plans. The railings shall be installed in accordance with the details in the plans and with NCTCOG Items 702. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.15. Pay Items #266 Banner Poles: This pay item shall consist of the furnishing and installation of culvert railing banner poles in the location as shown in the plans. Contractor required to supply and install banner poles, arms, and finial manufactured by "Antique Street Lamps" as specified in the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) for culvert railing banner poles and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.16. Pay Items #267 2" PVC Electrical Conduit - Franchise Utilities Measurement and payment shall be at the unit price bid per linear foot and shall be full compensation for furnishing and installing the two (2 ") inch electrical conduits; trenching, embedment, and backfill; and all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the Oncor and Verizon specifications, complete in place. All conduit shall include mule tape with tracer wire. 2.17. Pay Items #268 3" PVC Electrical Conduit - Franchise Utilities Measurement and payment shall be at the unit price bid per linear foot and shall be full compensation for furnishing and installing the three (3") inch electrical conduits; trenching, embedment, and backfill; and all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the Oncor specifications, complete in place. All conduit shall include mule tape with tracer wire. 5.12. Pay Items #269 4" PVC Electrical Conduit - Franchise Utilities Measurement and payment shall be at the unit price bid per linear foot and shall be full compensation for furnishing and installing the four (4 ") inch electrical conduits; trenching, embedment, and backfill; and all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the Oncor specifications, complete in place. All conduit shall include mule tape with tracer wire. 5.13. Pay Items #270 6" PVC Electrical Conduit - Franchise Utilities Measurement and payment shall be at the unit price bid per linear foot and shall be full compensation for furnishing and installing the six (6 ") inch electrical conduits; trenching, embedment, and backfill; and all manipulation, labor, equipment, appliances, tools and 5 -37 Description of Pay hems incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the Oncor specifications, complete in place. All conduit shall include mule tape with tracer wire. 5.14. Pay Items #271 2" Gas Main - Franchise Utilities Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for furnishing and installing the two (2 ") inch poly gas main including trenching, embedment, and backfill, proposed service lines, stubs, valves, meters, risers, and connections to existing gas lines; and all manipulation, labor, equipment, appliances, tools, testing , and incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the Atmos specifications, complete in place. All gas mains to be installed by Atmos pre- approved contractor listed in Appendix 7. 5.15. Pay Items #272 -275 Electrical Pull Boxes- Franchise Utilities Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for furnishing and installing the electrical and fiber pull boxes; trenching, embedment, and backfill; and all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work to the lines and grades as indicated in the plans and in accordance with the specifications, complete in place. Boxes shall be in accordance with the standard Oncor and Verizon details included in Section 7. 5 -38 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS COFPELL NOTES. 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4' EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2 STOCK— REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE OUTDOOR TYPE - 5) COPPELL LOGO TO BE PROVIDED BY THE CITY B) MOUNTING POSTS TO BE 4"x4" STOCK SECURELY MOUNTED EXAMPLE: OPPELL L FOIINATION CONTACT: 13AM INiI'IEM INONE M404 -M SuffLawi ==TO= �� (000) 000-0000 c ,�. :, � � COMM�TI9N DA1E: 1��(4101 6 -2 Technical Specifications CITY OF COPPELL PROJECT SIGN 02402 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water and ground water, and provide protection from flood waters. Build and maintain the necessary temporary impounding works, channels, and diversions. Remove the temporary works, equipment, and materials after completion in strict accordance with this section of the specifications and the applicable drawings. 1.02 QUALITY ASSURANCE 1.03 SUBMITTALS Submittals shall be in accordance with Section 4, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES and shall include. A. Plans and procedures for handling flood flows and dewatering excavations. A separate plan shall be required for the bridge and the culverts. Modifications to these plans shall be submitted for approval by the Engineer. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction. 1.04 STANDARDS [Not Used] 1.05 DELIVERY AND STORAGE [Not Used] 1.06 JOB CONDITIONS [Not Used] 1.07 OPTIONS [Not Used] 1.08 GUARANTEES [Not Used] 2.00 PRODUCTS [NOT USED] 3.00 EXECUTION 3.01 PREPARATION [Not Used] 3.02 FLOOD FLOWS AND OTHER WATER The Contractor is responsible for handling and diverting any flood flows, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, and other temporary works as needed to pass floodwater or divert stream flow or pass other surface water through or around the construction site and away from construction work while it is in progress. Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or his representative. 3.03 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS Care of Water During Construction 02402 -1 CPL03243 A. The Contractor is responsible for dewatering foundations for all areas during construction of the works of improvement, including areas of required backfills. Lower the water table as needed to keep work areas free of standing water or excessive muddy conditions as needed for proper performance of the construction work. Furnish, prepare, and maintain drains, sumps, casings, well points, and other equipment needed to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas shall not be permitted. Keep available standby equipment to assure the proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to assure continuous operation. 3.04 CLOSURE OF STREAM A. Leave an opening to pass any such floods as may occur during construction. The bottom elevation of the opening shall be as indicated or that of the natural creek channel. 3.05 FIELD QUALITY CONTROL [Not Used] 3.06 CLEAN AND ADJUST [Not Used] 3.07 SCHEDULES [Not Used] END OF SECTION Care of Water During Construction 02402 -2 CPL03243 260500 GENERAL ELECTRICAL REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. ELECTRICAL CONTRACTORS' QUALIFICATIONS Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. B. WORKMANSHIP Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details in AutoCAD format. 3. The Contractor shall: a. Prepare, and keep up -to -date, the Record Drawings and detailed construction drawings; b. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross - references to and other requirements on the Record Drawings. c. Keep the Record Drawings on the Work Site; d. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner's Representative in accordance with the Owner's Requirements. e. Underground drawing showing all underground conduits, concrete pole bases, ground rods, etc and identifies the location and routing of these systems. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards General Electrical Requirements 16010 -1 CPL09446 and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters' Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Coppell Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (NETA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Coordinate with equipment manufacturer for storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. All enclosures for equipment unless specifically identified otherwise shall be NEMA 3R for exterior installations. General Electrical Requirements 16010 -2 C PL09446 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 INSTALLATION A. Concrete shall be in accordance with Division 03. 3.02 PAINTING A. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re- finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 3.03 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro - mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90 -day year warranty on new turn and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 3.04 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 26. Identify electrical equipment in accordance with the NEC, the local authorities, and as specified. General Electrical Requirements 16010 -3 CPLO9446 B. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare ". C. Install same brand /manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. D. Contractor shall provide the appropriate labeling on electrical equipment per the results of the Arc Flash Hazard Analysis and in accordance with the National Electrical Code and all applicable ANSI, IEEE, and NFPA standards. 3.05 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two (2) keys per lock up to a quantity of 10 keys. Key all locks alike. 3.06 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. END OF SECTION General Electrical Requirements 160104 C PL09446 26 05 19 LOW - VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Wires and cables rated 600 V and less. 2. Connectors and terminations rated 600 V and less. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Field quality - control test reports. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. 2.00 PRODUCTS 2.01 CONDUCTORS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company. B. Copper Conductors: Comply with NEMA WC 70. C. Conductor Insulation: Comply with NEMA WC 70 for Types THW, THHN -THWN, and SO. 2.02 CONNECTORS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. Low - Voltage Electrical Power Conductors and Cables 26 05 19 -1 C PL09446 2. Hubbell Power Systems, Inc. 3. O- Z /Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp. B. Description: Factory- fabricated connectors of size, ampacity rating, material, type, and class for application and service indicated. 3.00 EXECUTION 3.01 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.02 CONDUCTOR INSULATION AND WIRING METHODS A. Service Entrance: Type THHN -THWN, single conductors in raceway. B. Feeders Concealed in Concrete, below Slabs -on- Grade, and Underground: Type THHN- THWN, single conductors in raceway. C. Branch Circuits Concealed in Concrete, below Slabs -on- Grade, and Underground: Type THHN -THWN, single conductors in raceway. 3.03 INSTALLATION OF CONDUCTORS A. Use manufacturer - approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. B. Use pulling means, including fish tape, cable, rope, and basket -weave wire /cable grips, that will not damage cables or raceway. C. Identify and color -code conductors and cables according to Division 26 Section "Identification for Electrical Systems." 3.04 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. B. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. END OF SECTION Low - Voltage Electrical Power Conductors and Cables 260519-2 CPLO9446 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes methods and materials for grounding systems and equipment plus the following special applications: 1. Equipment grounding. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Other Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in Part 3 "Field Quality Control' Article, including the following: 1. Test wells. 2. Ground rods. 3. Grounding arrangements and connections for separately derived systems. C. Field quality - control test reports - test reports of resistance to ground tests. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 2.00 PRODUCTS 2.01 CONDUCTORS A. Insulated Conductors: Copper or tinned - copper wire or cable insulated for 600 V unless oth- erwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. Grounding and Bonding for Electrical Systems 260526-1 CPL09446 3. Tinned Conductors: ASTM B 33, 4. Bonding Jumper: Copper tape, braided conductors, terminated with copper ferrules; 1- 5/8 inches wide and 1/16 inch thick. 5. Tinned Bonding Jumper: Tinned - copper tape, braided conductors, terminated with cop- per ferrules; 1 -5/8 inches wide and 1/16 inch thick. 2.02 CONNECTORS A. Listed and labeled by a nationally recognized testing laboratory acceptable to authorities hav- ing jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic - welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2.03 GROUNDING ELECTRODES A. Ground Rods: Copper -clad having a diameter of 3/4" and a minimum length of 10 feet. 3.00 EXECUTION 3.01 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger, unless otherwise indicated. B. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors, except at test wells and as otherwise in- dicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 3.02 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. Grounding and Bonding for Electrical Systems 260526-2 C P L09446 4. Flexible raceway runs. C. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch - circuit conductors. 3.03 INSTALLATION A. Ground electrical work in accordance with the National Electrical Code Article 250 and local codes. Provide all grounding conductors as required and sized in accordance with the appli- cable sections of the National Electrical Code. B. Grounding Conductors: Route along shortest and straightest paths possible, unless other- wise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. C. Ground Rods: Drive rods until tops are 2 inches below final grade, unless otherwise indicat- ed. 1. Interconnect ground rods with grounding electrode conductor below grade and as other- wise indicated. Make connections without exposing steel or damaging coating, if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Division 26 Section "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service, unless otherwise indicated. In- stall at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Use exothermic - welded connectors for outdoor locations, but if a disconnect -type con- nection is required, use a bolted clamp. 3.04 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing and inspecting agency to perform the following field tests and inspections and prepare test reports: B. Perform the following tests and inspections and prepare test reports: 1. After installing grounding system but before permanent electrical circuits have been en- ergized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground- resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected. Grounding and Bonding for Electrical Systems 260526-3 C PL09446 a. Measure ground resistance not less than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seep- age and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of- potential method according to IEEE 81. 3. Prepare dimensioned drawings locating each test well, ground rod and ground rod as- sembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity 500 kVA and Less: 10 ohms. A. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION Grounding and Bonding for Electrical Systems 260526-4 CPL09446 26 05 29 SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. B. This Section includes the following: 1. Supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.02 DEFINITIONS A. RMC: Rigid metal conduit. 1.03 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. 1.04 SUBMITTALS A. Product Data: For the following: 1. Steel slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the fol- lowing: 1. Steel slotted channel systems. Include Product Data for components. 2. Equipment supports. 1.05 QUALITY ASSURANCE A. Comply with NFPA 70. 1.06 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Con- crete, reinforcement, and formwork requirements are specified in Division 03. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA -4, factory- fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. Supports For Electrical Systems 2605 29-1 CPL09446 b. Cooper B -Line, Inc.; a division of Cooper Industries. c. Thomas & Betts Corporation. d. Unistrut; Tyco International, Ltd. 2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA -4. 3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA -4. 4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA- 4. 5. Channel Dimensions: Selected for applicable load criteria. 6. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 7. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. 8. Rated Strength: Selected to suit applicable load criteria. B. Raceway Supports: As described in NECA 1 and NECA 101. C. Conduit Support Devices: Steel clamps and associated fittings designed for types and sizes of raceway to be supported. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Bolted, structural -steel shapes, shop or field fabricated to fit dimensions as shown on plans. B. Materials: Comply with requirements in Division 05 Section "Metal Fabrications" for steel shapes and plates. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing for Raceway: Space supports for RMC as required by NFPA 70. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present static loads within specified loading limits. Mini- mum static design load used for strength determination shall be weight of supported compo- nents plus 200 lb. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 05 Section "Metal Fabrications" for site - fabricated metal supports. Supports For Electrical Systems 2605 29-2 CPL09446 B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and eleva- tion to support and anchor electrical materials and equipment. 3.04 PAINTING A. Touchup: Paint exposed areas immediately after erecting supports. Use same materials as used for factory painting. Comply with SSPC -PA 1 requirements for touching up field - painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Touchup: Comply with requirements in Division 09 painting Sections for cleaning and touchup painting of bolted connections and abraded areas of shop paint on miscellaneous metal. C. Galvanized Surfaces: Clean bolted connections and abraded areas and apply galvanizing - repair paint to comply with ASTM A 780. END OF SECTION Supports For Electrical Systems 2605 29-3 CPL09446 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.03 DEFINITIONS A. ENT: Electrical nonmetallic tubing. B. EPDM: Ethyl ene - propylene -diene terpolymer rubber. C. IMC: Intermediate metal conduit. D. LFMC: Liquidtight flexible metal conduit. E. NBR: Acrylonitrile- butadiene rubber. F. RNC: Rigid nonmetallic conduit. 1.04 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclo- sures, and cabinets. B. Source quality - control test reports. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. 2.00 PRODUCTS 2.01 METAL CONDUIT AND TUBING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Raceways and Boxes for Electrical Systems 260533-1 C PL09446 B. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri -Flex Co. 6. Manhattan /CDT /Cole -Flex. 7. Maverick Tube Corporation. 8. O -Z Gedney; a unit of General Signal. 9. Wheatland Tube Company. C. Rigid Steel Conduit: ANSI C80.1. D. IMC: ANSI C80.6. E. PVC - Coated Steel Conduit: PVC - coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. F. LFMC: Flexible steel conduit with PVC jacket. G. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and envi- ronment in which installed. 1. Coating for Fittings for PVC - Coated Conduit: Minimum thickness, 0.040 inch, with over- lapping sleeves protecting threaded joints. H. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assem- blies, and compounded for use to lubricate and protect threaded raceway joints from corro- sion and enhance their conductivity. 2.02 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. Cooper Crouse - Hinds; Div. of Cooper Industries, Inc. 2. EGS /Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 6. O- Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. Raceways and Boxes for Electrical Systems 260533-2 C PL09446 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary. B. Cast -Metal Outlet and Device Boxes: NEMA FB 1, aluminum, Type FD, with gasketed cover. C. Cabinets: 1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, underground: Rigid steel conduit or RNC as indicated. 3. Connection to Vibrating Equipment (Transformers): LFMC. 4. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. B. Minimum Raceway Size: 3/4 -inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing con- duits and fittings. Use sealant recommended by fitting manufacturer. 3.02 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Complete raceway installation before starting conductor installation. C. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems." Raceways and Boxes for Electrical Systems 260533-3 C PL09446 D. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow com- pound manufacturer's written instructions. E. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bush- ings to protect conductors, including conductors smaller than No. 4 AWG. F. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200 -lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. G. Flexible Conduit Connections: Use maximum of 36 inches of flexible conduit for transformers. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC in damp or wet locations not subject to severe physical damage. 3.03 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufactur- er. END OF SECTION Raceways and Boxes for Electrical Systems 260533-4 C P LO9446 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Conduit, ducts, and duct accessories for direct - buried duct banks, and in single duct runs. 2. Handholes and boxes. 1.03 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.04 SUBMITTALS A. Product Data: For the following: 1. Duct -bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for handholes and boxes. 4. Warning tape. B. Shop Drawings for Factory- Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Cover design. C. Duct -Bank Coordination Drawings: Show duct profiies and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. D. Source quality - control test reports. E. Field quality - control test reports. 1.05 QUALITY ASSURANCE A. Comply with ANSI C2. Underground Ducts and Raceways for Electrical Systems 260543-1 C PL09446 B. Comply with NFPA 70. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to pre- vent bending, warping, and deforming. B. Store factory- fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. 1.07 COORDINATION A. Coordinate layout and installation of ducts, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct -bank entrances into handholes and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utili- ties, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to hand- holes and as approved by Architect. 2.00 PRODUCTS 2.01 CONDUIT A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1. B. RNC: NEMA TC 2, Type EPC -40 -PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. 2.02 NONMETALLIC DUCTS AND DUCT ACCESSORIES A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. ARNCO Corp. 2. Beck Manufacturing. 3. Cantex, Inc. 4. CertainTeed Corp.; Pipe & Plastics Group. 5. Condux International, Inc. 6. ElecSys, Inc. 7. Electri -Flex Company. 8. IPEX Inc. 9. Lamson & Sessions; Carlon Electrical Products. Underground Ducts and Raceways for Electrical Systems 260543-2 C PLO9446 10. Manhattan /CDT; a division of Cable Design Technologies. 11. Spiraduct/AFC Cable Systems, Inc. B. Duct Accessories: 1. Duct Separators: Factory- fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during backfilling. 2. Warning Tape: Underground -line warning tape specified in Division 26 Section "Identifi- cation for Electrical Systems." 2.03 PRECAST CONCRETE HANDHOLES AND BOXES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Carder Concrete Products. 2. Christy Concrete Products. 3. Elmhurst- Chicago Stone Co. 4. Oldcastle Precast Group. 5. Riverton Concrete Products; a division of Cretex Companies, Inc. 6. Utility Concrete Products, LLC. 7. Utility Vault Co. 8. Wausau Tile, Inc. B. Comply with ASTM C 858 for design and manufacturing processes. C. Description: Factory- fabricated, reinforced- concrete, monolithically poured walls and bottom unless open- bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box. 1. Frame and Cover: Weatherproof cast -iron frame, with cast -iron cover with recessed cov- er hook eyes and tamper- resistant, captive, cover - securing bolts. a. Cover Hinges: Concealed, with hold -open ratchet assembly. b. Cover Handle: Recessed. 2. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 3. Cover Legend: Molded lettering, "ELECTRIC ". 4. Configuration: Units shall be designed for flush burial and have integral closed bottom, unless otherwise indicated. 5. Extensions and Slabs: Designed to mate with bottom of enclosure. Same material as enclosure. a. Extension shall provide increased depth of 12 inches. b. Slab: Same dimensions as bottom of enclosure, and arranged to provide closure. 6. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks plus an additional 6 inches vertically and horizontally to accommodate alignment variations. Underground Ducts and Raceways for Electrical Systems 260543-3 C P L09446 a. Windows shall be located no less than 6 inches from interior surfaces of walls, floors, or frames and covers of handholes, but close enough to corners to facilitate racking of cables on walls. b. Window opening shall have cast -in- place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks. c. Window openings shall be framed with at least two additional No. 4 steel reinforcing bars in concrete around each opening. 7. Duct Entrances in Handhole Walls: Cast end -bell or duct - terminating fitting in wall for each entering duct. a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior corners of handholes to facilitate racking of cable. 2.04 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless oth- erwise indicated. 3. Cover: Weatherproof, secured by tamper- resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC ". B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offer- ing products that may be incorporated into the Work include, but are not limited to, the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. 2.05 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. 3.00 EXECUTION 3.01 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC -40 -PVC, in direct - buried duct bank, unless otherwise indicated. Underground Ducts and Raceways for Electrical Systems 260543-4 CPLO9446 B. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC -40 -PVC, in direct- buried duct bank, unless otherwise indicated. 3.02 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less: 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H -20 structural load rating. 2. Units in Driveway, Parking Lot, and Off - Roadway Locations, Subject to Occasional, non - deliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17, H -20, Poly- mer concrete, SCTE 77, Tier 15 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for non - deliberate Load- ing by Vehicles: Precast concrete, AASHTO HB 17, H -10, Polymer concrete units, SCTE 77, Tier 8 structural load rating. 3.03 EARTHWORK A. Excavation and Backfill: Comply with Division 31 Section "Earth Moving," but do not use heavy -duty, hydraulic- operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. 3.04 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward handholes and away from build- ings and equipment. B. Curves and Bends: Use 5- degree angle couplings for small changes in direction. Use manu- factured long sweep bends with a minimum radius of 48 inches, both horizontally and verti- cally, at other locations, unless otherwise indicated. C. Joints: Use solvent- cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Duct Entrances to Concrete and Polymer Concrete Handholes: Use end bells, spaced ap- proximately 4 inches on center for 2 -inch ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end -bell spacing 10 feet from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct - Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. Underground Ducts and Raceways for Electrical Systems 260543-5 C PL09446 E. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15 -psig hydrostatic pressure. F. Pulling Cord: Install 100 -lbf- test nylon cord in ducts, including spares. G. Direct- Buried Duct Banks: 1. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature. 2. Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches between tiers. 3. Excavate trench bottom to provide firm and uniform support for duct bank. Prepare trench bottoms as specified in Division 31 Section "Earth Moving" for pipes less than 6 inches in nominal diameter. 4. Install backfill as specified in Division 31 Section "Earth Moving." 5. Depth: Install top of duct bank at least 24 inches below finished grade, unless otherwise indicated. 6. Set elevation of bottom of duct bank below the frost line. 7. Install manufactured duct elbows for stub -ups at poles and equipment unless otherwise indicated. Encase elbows for stub -up ducts throughout the length of the elbow. 8. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. For equipment mounted on outdoor metal frame supports, extend steel conduit hori- zontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment. c. Warning Tape: Bury warning tape approximately 12 inches above all ducts and duct banks. Align tape parallel to and within 3 inches of the centerline of duct bank. 3.05 INSTALLATION OF CONCRETE HANDHOLES AND BOXES A. Precast Concrete Handhole Installation: 1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1 -inch sieve to No. 4 sieve and compacted to same density as adjacent un- disturbed earth. B. Elevations: 1. Install handholes with bottom below the frost line, 12 inches below grade. Underground Ducts and Raceways for Electrical Systems 260543-6 C PL09446 2. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch above finished grade. 3. Where indicated, cast handhole cover frame integrally with handhole structure. C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated. 3.06 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2 -inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch above finished grade. D. Install handholes and boxes with bottom below the frost line, below grade. E. Field -cut openings for ducts and conduits according to enclosure manufacturer's written in- structions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.07 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out - of -round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indi- cated, remove obstructions and retest. B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.08 CLEANING A. Pull leather - washer -type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. END OF SECTION Underground Ducts and Raceways for Electrical Systems 260543-7 C P L09446 26 05 48 VIBRATION CONTROLS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Isolation pads. 2. Channel support systems. B. Related Sections include the following: 1. Division 26 Section "Supports For Electrical Systems" for commonly used electrical sup- ports and installation requirements. 1.03 DEFINITIONS A. The IBC: International Building Code. 1.04 SUBMITTALS A. Product Data: For the following: 1. Include rated load, rated deflection, and overload capacity for each vibration isolation de- vice. 1.05 QUALITY ASSURANCE A. Comply with NFPA 70. 2.00 PRODUCTS 2.01 VIBRATION ISOLATORS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ace Mountings Co., Inc. 2. Amber /Booth Company, Inc. 1 California Dynamics Corporation. 4. Isolation Technology, Inc. 5. Kinetics Noise Control. 6. Mason Industries. 7. Vibration Eliminator Co., Inc. 8. Vibration Isolation. y. Vibration Mountings & Controls, €nc. Vibration Controls For Electrical Systems 260548-1 C PL09446 B. Pads: Arrange in single layer of sufficient stiffness for uniform loading over pad area, molded with a nonslip pattern and galvanized -steel baseplates, and factory cut to sizes that match requirements of supported equipment. 1. Resilient Material: Oil- and water - resistant neoprene rubber. 2.02 FACTORY FINISHES A. Finish: Manufacturer's standard prime -coat finish ready for field painting. B. Finish: Manufacturer's standard paint applied to factory - assembled and - tested equipment before shipping. 1. All hardware shall be galvanized. Hot -dip galvanize metal components for exterior use. 2. Color -code or otherwise mark vibration isolation devices to indicate capacity range. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and equipment to receive vibration isolation devices for compliance with re- quirements for installation tolerances and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 APPLICATIONS A. Strength of Support and Seismic - Restraint Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry static and seismic loads within specified loading limits. 3.03 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Measure isolator deflection. 2. If a device fails test, modify all installations of same type and retest until satisfactory re- sults are achieved. B. Remove and replace malfunctioning units and retest as specified above. C. Prepare test and inspection reports. 3.04 ADJUSTING A. Adjust isolators after isolated equipment is at operating weight. END OF SECTION Vibration Controls For Electrical Systems 260548-2 C PL09446 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification of power and control cables. 2. Identification for conductors. 3. Underground -line warning tape. 4. Warning labels and signs. 5. Equipment identification labels. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Identification Schedule: An index of nomenclature of electrical equipment and system com- ponents used in identification signs and labels. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive- attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 2.00 PRODUCTS 2.01 POWER RACEWAY IDENTIFICATION MATERIALS A. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field_ 2. Legend: Indicate voltage. B. Self- Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flex- ible label laminated with a clear, weather- and chemical - resistant coating and matching wraparound adhesive tape for securing ends of legend label. Identification For Electrical Systems 2605 53-1 CPLO9446 2.02 POWER CABLE IDENTIFICATION MATERIALS A. Self- Adhesive Vinyl Labels. Preprinted, flexible label laminated with a clear, weather- and chemical- resistant coating and matching wraparound adhesive tape for securing ends of leg- end label. B. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Provide tags for cables and for conductors No. 10 AWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach the- se marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS -CM cable markers or approved equal. 2. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA -23) for conductors fed from panelboards. 3. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. LA -2, 4, 6). 2.03 CONDUCTOR IDENTIFICATION MATERIALS A. Color- Coding Conductor Tape: Colored, self- adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. B. Self- Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical- resistant coating and matching wraparound adhesive tape for securing ends of leg- end label. 2.04 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI 2535.1 through ANSI Z535.5. 2. Inscriptions for Red - Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE. 2.05 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self- Adhesive Warning Labels: Factory - printed, multicolor, pressure- sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless other- wise indicated. C. Baked - Enamel Warning Signs: Identification For Electrical Systems 260553-2 CPL09446 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4 -inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to, the following legends: 1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.06 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self- Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self- adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Cable Ties: For attaching tags. Use general - purpose type, except as listed below: 1. Outdoors: UV- stabilized nylon. G. Underground -Line Warning Tape: During backfilling of trenches install continuous under- ground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multi- ple tapes where width of multiple lines installed in a common trench. H. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Power- Circuit Conductor Identification, 600 V or Less: For conductors in pull and junction boxes, and handholes, use color- coding conductor tape to identify the phase. 1. Color- Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service, feeder, and branch - circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if au- thorities having jurisdiction permit. b. Colors for 240/120 -V 1 -phase wiring circuits: Identification For Electrical Systems 260553-3 CPL09446 1) Leg A: Black. 2) Leg B: Red. 3) Neutral: White c. Field - Applied, Color- Coding Conductor Tape: Apply in half - lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground -line warning tape for power, light- ing, and control wiring. 1. Install underground -line warning tape for cables in raceway. C. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Man- ual. 1. Labeling Instructions: a. Outdoor Equipment: Engraved, laminated acrylic or melamine label 2 inches high. b. Unless provided with self- adhesive means of attachment, fasten labels with appropri- ate mechanical fasteners that do not change the NEMA or NRTL rating of the enclo- sure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self- adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Transformers: Label that includes tag designation shown on Drawings for the trans- former, feeder, and panelboards or equipment supplied by the secondary. d. Contactors. END OF SECTION Identification For Electrical Systems 2605 53-4 C PLO9446 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Lighting and appliance branch - circuit panelboards. 1.03 DEFINITIONS A. SVR: Suppressed voltage rating. B. TVSS: Transient voltage surge suppressor. 1.04 SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimen- sions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of in- stalled devices, equipment features, and ratings. 2. Detail enclosure types and details. 3. Detail bus configuration, current, and voltage ratings. 4. Short- circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent pro- tective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time - current coordination curves for each type and rating of overcurrent protec- tive device included in panelboards. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load bal- ancing. D. Operation and Maintenance Data: For panelboards and components to include in emergen- cy, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devic- es. 2. Time - current curves. Panelboards 2624 16-1 C PLO9446 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panel - boards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NEMA PB 1. E. Comply with NFPA 70. 1.06 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.07 PROJECT CONDITIONS A. Environmental Limitations: 1. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 0 deg F to plus 130 deg F. b. Altitude: Not exceeding 6600 feet. B. Service Conditions: NEMA PB 1, usual service conditions, as follows. 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 6600 feet. 1.08 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction, including landscaping, paving, sidewalks, and similar streetscape elements. Maintain re- quired workspace clearances and required clearances for equipment access doors and pan- els. 1.09 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.10 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. Panelboards 2624 16-2 CPL09446 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: surface - mounted cabinets. 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 3R. 2. Front: Secured to box with concealed trim clamps. For surface- mounted fronts, match box dimensions. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 5. Finishes: a. Panels and Trim: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 6. Directory Card: Inside panelboard door, mounted in metal frame with transparent protec- tive cover. B. Incoming Mains Location: bottom or as determined by project conditions. C. Phase, Neutral, and Ground Buses: 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for feeder and branch - circuit equipment grounding conductors; bonded to box. D. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical. 3. Ground Lugs and Bus - Configured Terminators: Mechanical. E. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurte- nances required for future installation of devices. F. Panelboard Short- Circuit Current Rating: Rated for series - connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series - connected short- circuit rating by an NRTL. G. Panelboard Short- Circuit Current Rating: Fully rated to interrupt symmetrical short- circuit cur- rent available at terminals. 2.02 LIGHTING AND APPLIANCE BRANCH- CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. Square D; a brand of Schneider Electric. Panelboards 2624 16-3 CPL09446 2. Owner — approved equal. B. Panelboards: NEMA PB 1, lighting and appliance branch - circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturb- ing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. 2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. Square D; a brand of Schneider Electric. 2. Owner — approved equal. B. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal- Magnetic Circuit Breakers: Inverse time- current element for low -level overloads, and instantaneous magnetic trip element for short circuits. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front - mounted, field - adjustable trip setting. 2.04 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective de- vice test, inspection, maintenance, and operation. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation toler- ances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Comply with mounting and anchoring requirements specified in Division 26 Section "Vibration Controls for Electrical Systems." Panelboards 2624 16-4 C PL09446 D. Mount panelboard cabinet plumb and rigid without distortion of box. E. Install overcurrent protective devices and controllers not already factory installed. F. Install filler plates in unused spaces. G. Arrange conductors in gutters into groups and bundle and wrap with wire ties. H. Comply with NECA 1. 3.03 IDENTIFICATION A. Identify field - installed conductors, interconnecting wiring, and components; provide warning signs complying with Division 26 Section "Identification for Electrical Systems." B. Provide a directory to indicate installed circuit loads; incorporate Owner's final designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwrit- ten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with require- ments for identification specified in Division 26 Section "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feed- er, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Ac- ceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compli- ance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days af- ter Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow -up Infrared Scanning: Perform an additional follow -up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. D. Panelboards will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies panelboa rds in- cluded and that describes scanning results. Include notation of deficiencies detected, reme- dial action taken, and observations after remedial action. Panetboards 2624 16-5 C PLO9446 3.05 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recom- mended by manufacturer. 3.06 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufactur- er's written instructions. END OF SECTION Panelboards 262416-6 C PL09446 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Receptacles with integral GFCI, and associated device plates. 1.03 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground -fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch - circuit conductor. D. RFI: Radio - frequency interference. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing label warnings and instruction manuals that include labeling conditions. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain each type of wiring device and associated device cover through one source from a single manufacturer. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manu- facturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; a division of Cooper Industries, Inc., (Cooper). 2. Hubbell Incorporated; Wiring Device - Kellems (Hubbell). 3. Leviton Mfg. Company, Inc. ( Leviton), Wiring Devices 2627 26-1 CPL09446 4. Pass & Seymour Legrand; Wiring Devices & Accessories (Pass & Seymour). 2.02 GFCI RECEPTACLES A. General Description: Straight blade, non - feed- through type. Comply with NEMA WD 1, NEMA WD 6, UL 498, and UL 943, Class A, and include indicator light that is lighted when device is tripped. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Products: Subject to compliance with requirements, provide one of the following: a. Pass & Seymour; 2094. 2.03 COVER PLATES A. Wet - Location, Weatherproof Cover Plates: NEMA 250, type 3R weather - resistant with locka- ble cover. 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1. B. Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. 2. Keep outlet boxes free of mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install wiring devices after all preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose_ Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Ar- ticle 300, without pigtails. D. Device Installation: 1. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 2. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 3. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 4. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. 5. Use a torque screwdriver when a torque is recommended or required by the manufactur- er. 6. When conductors larger than No. 12 AWG are installed on 20 -A circuits, splice No. 12 AWG pigtails for device connections. 7. Tighten unused terminal screws on the device. Wiring Devices 262726-2 CPL09446 8. When mounting into metal boxes, remove the fiber or plastic washers used to hold device mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down. F. Arrangement of Devices: Unless otherwise indicated, mount in cast FS box with long dimen- sion vertical. 3.02 IDENTIFICATION A. Comply with Division 26 Section "Identification for Electrical Systems." 1. Receptacles: Identify panelboard and circuit number from which served. Use durable wire markers or tags inside outlet boxes. 3.03 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated LED indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 110 to 132 V. 2. Ground Impedance: Values of up to 2 ohms are acceptable. 3. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 4. Using the test plug, verify that the device and its outlet box are securely mounted. 5. The tests shall be diagnostic, indicating damaged conductors, high resistance at the cir- cuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION Wiring Devices 2627 26-3 C PL09446 26 43 13 TRANSIENT- VOLTAGE SUPPRESSION FOR LOW- VOLTAGE ELECTRICAL POWER CIRCUITS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes field- mounted TVSS for low- voltage (120 to 600 V) power distribution and control equipment. 1.03 DEFINITIONS A. ATS: Acceptance Testing Specifications. B. SVR: Suppressed voltage rating. C. TVSS: Transient voltage surge suppressor(s), both singular and plural; also, transient volt- age surge suppression. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating weights, electrical characteristics, furnished specialties, and accessories. B. Qualification Data: For qualified testing agency. C. Product Certificates: For TVSS devices, from manufacturer. D. Field quality - control reports. E. Operation and Maintenance Data: For TVSS devices to include in emergency, operation, and maintenance manuals. F. Warranties: Sample of special warranties. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a testing agency, and marked for intended location and application. B. Comply with IEEE C62.41.2 and test devices according to IEEE C62.45. C. Comply with NEMA LS 1. D. Comply with UL 1449. E. Comply with NFPA 70. Transient - Voltage Suppression for Low - Voltage Electrical Power Circuits 2643 13-1 CPLO9446 1.06 PROJECT CONDITIONS A. Service Conditions: Rate TVSS devices for continuous operation under the following condi- tions unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 deg F. 3. Humidity: 0 to 85 percent, noncondensing. 4. Altitude: Less than 20,000 feet above sea level. 1.07 COORDINATION A. Coordinate location of field- mounted TVSS devices to allow adequate clearances for mainte- nance. 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within speci- fied warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.09 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Replaceable Protection Modules: Two of each size and type installed. 2.00 PRODUCTS 2.01 PANELBOARD SUPPRESSORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. Current Technology Inc.; Danaher Power Solutions. 2. Eaton Electrical Inc.; Cutler- Hammer Business Unit. 3. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 4. Leviton Mfg. Company Inc. 5. Square D; a brand of Schneider Electric. B. Surge Protection Devices: 1. Comply with UL 1449. 2. Modular design with field - replaceable modules. 3. Short- circuit current rating complying with UL 1449, and matching or exceeding the pan - elboard short- circuit rating and redundant suppression circuits; with individually fused metal -oxide varistors. 4. Fuses, rated at 200 -kA interrupting capacity. 5. Fabrication using bolted compression lugs for internal wiring. 6. Redundant suppression circuits. Transient - Voltage Suppression for Low - Voltage Electrical Power Circuits 2643 13-2 C PL09446 7. Redundant replaceable modules. 8. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 9. LED indicator lights for power and protection status. C. Peak Single - Impulse Surge Current Rating: 120 kA per mode /240 kA per phase. D. Minimum single impulse current ratings, using 8- by- 20- mic.sec waveform described in IEEE C62.41.2: 1. Line to Neutral: 70,000 A. 2. Line to Ground: 70,000 A. 3. Neutral to Ground: 50,000 A. E. Protection modes and UL 1449 SVR for 240/120V, 1- phase, 3 -wire circuits shall be as fol- lows: 1. Line to Neutral: 400 V. 2. Line to Ground: 400 V. 3. Neutral to Ground: 400 V. 2.02 ENCLOSURES A. Outdoor Enclosures: NEMA 250 Type 3R. 3.00 EXECUTION 3.01 INSTALLATION A. Install TVSS devices at service entrance on load side, with ground lead bonded to service en- trance ground. B. Install TVSS devices for panelboards and auxiliary panels with conductors or buses between suppressor and points of attachment as short and straight as possible. Do not exceed manu- facturer's recommended lead length. Do not bond neutral and ground. 1. Provide multiple, 30 -A circuit breaker as a dedicated disconnecting means for TVSS un- less otherwise indicated. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory- authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. 1. Verify that electrical wiring installation complies with manufacturer's written installation requirements. 103 STARTUP SERVICE A. Do not energize or connect service entrance equipment panelboards to their sources until TVSS devices are installed and connected. B. Do not perform insulation resistance tests of the distribution wiring equipment with the TVSS installed. Disconnect before conducting insulation resistance tests, and reconnect imrxiedi- ately after the testing is over. Transient - Voltage Suppression for Low - Voltage Electrical Power Circuits 2643 13-3 CPL09446 3.04 DEMONSTRATION A. Engage a factory- authorized service representative to train Owner's maintenance personnel to maintain TVSS devices. END OF SECTION Transient - Voltage Suppression for Low - Voltage Electrical Power Circuits 2643 13-4 C PL09446 32 84 23 LANDSCAPE IRRIGATION 1.00 GENERAL 1.01 WORK INCLUDED Provide skilled labor, materials, and equipment for a complete operable landscape irrigation system. Provide irrigation for all turf, shrubs and trees. Provide the system as indicated on the contract drawings and as specified herein. System is a two wire type low voltage zone control arrangement. Coordinate ET Based controller with City of Coppell's weather station. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS Manufacturers of irrigation specialties shall be experienced in the production of this type of equipment. The Owner requires products to match the current Town Standards. Substitutions shall comply with these standards and be approved in writing by the City of Coppell prior to submitting bids. Recognized manufacturers are as follows: 1. Hunter Industries 2. Rainbird Corporation 3. I rritro l 4. Netafim 5. Arad 6. Motorola Irrinet 7. The Toro Company, Irrigation Division 8. Weathermatic, Division of Telsco Industries B. INSTALLER'S REQUIREMENTS 1. Provide a complete design and installation of the landscape irrigation system utilizing the basic information indicated on the drawings in accordance with the Texas Administrative Code, Title 30, ENVIRONMENTAL QUALITY; Chapter 344, LANDSCAPE IRRIGATION. Irrigation contractor shall be experienced with ET based central control systems utilizing on site weather stations, two wire zone technology, low flow matched precipitation sprinklers or drip for turf, bubblers for groundcover, shrubs, and trees for a complete and operational water conservation system. 2. Contractor, irrigators, technicians and installers providing landscape irrigation for this project shall be licensed by the Texas Commission on Environmental Quality (TCEQ). At least one licensed landscape irrigator shall be on the jobsite during construction at all times providing on -site supervision of the installation of an irrigation system and shall provide their TCEQ irrigators card when requested by the OWNER, or Engineers representative. 3. Irrigation Contractors shall be experienced with installation, design parameters programming input data requirements for Motorola Interspec based central control systems and Interspec ARAD master control valve meter combination. 4. Provide Motorolla Interspex ICC /Irrinet ACE /M -DC controllers and program to interface with the central system utilized by the city. These shall be stand alone units installed on a 4" thick concrete pad with 4' rebar Q 12" on center each way. Install 4' sleeves with long sweep elbows for low voltage wiring. Seal conduit to prevent moisture from entering controller housing. 5. Install products in compliance with the recommendations of the manufacturer. DO NOT install products which are out of compliance with the manufacturer's recommendations without obtaining written consent from the Engineers licensed Irrigator. Landscape Irrigation 328423-1 CPLO9446 — Old Town Coppeli 6. For the controllers provide a certificate signed by the manufacturer's representative indicating that the system has been installed and programmed in accordance with the manufacturer's recommendations. Provide this certificate to the owner with the O & M Manual. Provide a detailed programming input data fist for every zone. 7 Provide a detailed typewritten legend in MS Word or PDF and a hard copy indicating the zone, zone number, and all data input into the ET Based control system for every zone and flow device. 8. Design of the pipe system shall be based on a 5 feet per second (FPS) maximum velocity. The contractor shall replace piping which exceeds this velocity at his own expense. 9. The system shall be multi -zoned and fully automatic. 10. Provide manual drain valve at low points in mainline. Provide a turf box and a minimum of 20 lbs. of pea gravel at the base of the drain box. 11. Provide automatic drain valves for each zone. Provide a turf box and a minimum of 2 lbs. of pea gravel at the base of the drain box. 12. The sprinklers shall be spaced no further than manufacturer's current specification. 13. Adjustable arc heads shall be used on borders. Overspray shall be minimized. 14. Nozzles shall be selected from manufacturer's specifications that provide matched precipitation rates. 15. Evapotranspiration (ET) based controllers, including City of Coppell's weather stations shall be manually overridden during the establishment of newly planted landscaping materials. As soon thereafter as the landscape contractor indicates that their materials are established, change the controller over to automatic site based ET control. 16. Application rate shall be the optimum condition for the soil type, accomplished by the nozzle style and /or the controller timing and sequencing. 17. The installation of drip irrigation systems shall comply with the manufacturer's requirements. 18. Power wiring and grounding to the controller shall be installed by a licensed master electrical contractor, and is the responsibility of this contractor. 19. Each controller shall be connected to a separate, unswitched circuit with its own ground fault circuit breaker. 20. Wiring of controllers, weather stations and valves shall comply with the manufacturer's instructions and NEC. Bury conductors to the weather station from the controller in conduit. Thermostat wire shall not be used for low voltage systems. Provide rated conductors in rigid electrical conduit with weather -tight seals. Wire size and type for power supply shall be in accordance with the National Electrical Code. 21. Provide thrust blocks or approved restraints on all pressure mains exceeding 85psig at 90 degree elbows and bullhead tees. 22. Provide metal location tape on all sleeves beneath concrete drives and walks. Provide Schedule 40 PVC sleeves for low voltage wiring beneath concrete drives and walks wider than 5 ft 0 in. Provide threaded caps on both ends of sleeves installed for future use. Extend sleeves a minimum of 12" beyond concrete on both sides. 23. System shall be zoned and timed at non -peak water periods (e.g. early morning before 6:00 a.m. and after 7:00 pm depending on the operations of the facility). ET based systems shall obtain the available watering window from the Owner and integrate that period into the controller programming. 24. Polyethylene tubing used for pop up sprinklers, bubblers, rotary gear driven sprinklers shall not exceed 12 inches in length from rigid pipe Provide no more than one poly flex tube per sprinkler Landscape Irrigation 328423-2 CPL09446 — Old Town Coppell 25. Pipe and Poly tubing shall be buried beneath the compacted soil. Mulch layers are not acceptable bury material. Pipe and tubing shall be buried below the frost line and no shallower than 12 inches beneath compacted soil. 26. Products of like nature shall be of the same manufacturer in the following categories: a. Controllers b. Weather stations c. Valves d. Sprinklers e. Drain valves f. Turf boxes, valve or meter boxes 27. Provide irrigation water meter and backflow preventer in accordance with the City of Coppell standard details 4155. 1.03 SUBMITTALS A. Submittals shall be in accordance with the City of Coppell and shall include: 1. Manufacturer's product data for the following: a. Controller(s) b. Sprinkler heads and nozzles c. Drip irrigation products, all products in the system. d. Electric, manual and drain valves e. Pipe and fittings f. Wiring, watertight connectors, conduit, ground -fault circuit breakers, pull boxes. g. Turf and valve vaults or boxes h. Backflow preventors i. Operation and Maintenance Manuals for all products. j. Controller scheduling B. Shop drawings include the following: 1. A scale drawing (minimum 1" = 20' -0 ") indicating: a. Sprinkler heads with nozzle styles, arcs and radius b. Controller location, type and weather station input data 1) Provide soil /plant type input data c. Valve locations, with zone identification for electric globe valves. d. Pipe (and sleeve) locations with sizes, provide flow capacities in gallons per minute (GPM) and velocities in feet per second (FPS) for all sprinkler pipe e. Wiring routing, details of wet connections in valve boxes f. Landscape features; e.g. trees, shrub and turfed areas, perennials and annual beds g. All site features affecting the irrigation system; e.g. transformers, walks, drives, structures, curbs, easements, utilities h. The direction of true north, and the prevailing wind in miles per hour C. Any plan deviations constructed shall be documented with marked up drawings and supplied to Freese and Nichols for the production of as -built drawings. Every deviation from the plans be legibly indicated and be dimensioned from a fixed measuring point. D. Provide a copy of the current TCEQ Irrigators License card for every person that will be on site or designing, installing or supervising the installation with the shop drawings. Landscape Irrigation 328423-3 CPL09446 — Old Town Coppell 1.04 STANDARDS AND REFERENCES A. REGULATORY REQUIREMENTS 1. Comply with the regulations, codes and ordinances of the Authority Having Jurisdiction. 2. All fees, permits and inspections shall be secured by and paid by the contractor. 3. Comply with the requirements of the Texas Administrative Code, Title 30. Part 1, Chapter 344, Subchapter D. B. REFERENCES Materials and methods of the following referenced standards and specifications of the latest edition form a part of this specification section as applicable. 1. Manufacturers Standardization Society of the Valves and Fittings Industry (MSS) Standard: 2. American National Standards Institute (ANSI) 3. American Society for Testing and Materials (ASTM) 4. American Water Works Association (AWWA) Standards 1.05 DELIVERY AND STORAGE Deliver manufactured products to the site in the original cartons or other protective coverings. Products shall remain packaged until ready for installation. Store piping on wood runners above grade. Keep ends of piping sealed until use and exercise caution during installation to keep dirt and water out of the piping. Security and protection from the elements are the contractor's responsibility. 1.06 JOB CONDITIONS A. EXISTING UTILITIES: Verify, on the jobsite, the exact location of all existing underground utilities before beginning construction. Contact the utility companies prior to excavation for line locations and notification. Hand excavate trenches and valve box vaults near existing utilities. Repair or pay for repairs to damaged utilities without cost to the Owner. B. COORDINATION WITH LANDSCAPE INSTALLER: Coordinate the layout and final location of piping, valves, sprinklers and drip tube with the civil, and landscape features of the project. Install irrigation products to provide proper coverage of the landscape products for which they are intended. Systems shall not be installed where irrigation water sprays across walks, drives, walls, or other hardscape features. C. SYSTEM LAYOUT: Layout the system prior to installation. Drive surveyor's flags or stakes in the ground to indicate the location of the sprinkler heads. Stakes or flags with color -coded tops shall be used to identify location of mains and risers. In the event that layout conflicts with trees or other obstructions, adjust as necessary. Generally, the irrigation system is a water conservation design which incorporates low precipitation rate sprinklers with matched precipitation and integral pressure regulation for turf. Controller shall be coordinated with the City of Coppell's Control Center and Weather station, flow sensors and a master valve. 1.07 GUARANTEES, OR WARRANTIES A. Workmanship furnished under this contract shall be guaranteed for a period of two (2) years from the date of acceptance. The Installer is responsible to submit warranty cards on the behalf of the Owner for products. Provide a copy of the warranty cards submitted with a certification that the cards and warranties have been submitted. B. The guaranty shall include but not be limited to the following: Landscape Irrigation 3284 23-4 CPL09446 — Old Town Coppell 1. Materials and workmanship of the irrigation system. 2. Compliance with the manufacturer's design and installation recommendations. 3. Filling and repairing depressions and replacing landscape plantings due to settlement of irrigation trenches for two (2) years following acceptance of project. C. Upon receipt of notice from the Owner or his authorized representative of failure of any part of the guaranteed equipment, material or workmanship during the guaranty period, the affected part or parts shall be replaced promptly with new parts, by and at the expense of the contractor. The contractor shall acknowledge his responsibility under these guaranty provisions by letter, stating that the equipment, materials and workmanship referred to herein are guaranteed and stating the inclusive dates of the guaranty period, and contact information for emergency repairs. The warranty period begins on the date of written acceptance of the irrigation system by the Owner, or their representative. D. All work under this contract shall not be finally accepted until expiration of the guaranty period. During this period, the irrigation contractor is responsible for the work under warranty until final acceptance. 2.00 PRODUCTS 2.01 PIPE AND FITTINGS A. GENERAL Pipe shall be permanently marked with the ASTM classification No., pipe size and manufacturer's name. B. PVC (POLYVINYL CHLORIDE) PIPE AND FITTINGS 1. SDR -PR (ASTM 2241) SDR2, Class 200 (Class 315 for 1/2" pipe) Type 1. 2. Fittings, and Schedule 40 PVC Pipe, (ASTM1785) and (ASTM2466), solvent cement joint (ASTM D2467). Threaded fittings, schedule 80 PVC (ASTM D2464). 3. Elastomeric- Gasket Joint: Pipe shall be to dimensional requirements of ASTM D 1785, Schedule 40 with joints meeting the requirements of 150 psi working pressure, 200 hydrostatic test pressure, unless otherwise shown or specified, or it may be pipe conforming to requirements of ASTM D 2241, elastomeric joint, with the following applications: SDR Maximum Working Pressure Minimum Hydrostatic Pressure 21 120 160 17 150 200 13.5 200 266 C. Copper Tubing: ASTM Standard B88, type K, hard drawn. Fittings: ANSI /ASTM B32, solder Grade 95 TA, or AWS A5.8, B cup silver braze. D. Joints shall be made up using purple primer and clear solvent cement meeting the requirements of ASTM D 2564; the joint assembly shall be made in accordance with ASTM D 2588 and manufacturers recommendations. Landscape Irrigation 328423-5 CPL09446 — Old Town Coppell 2.02 BACKFLOW PREVENTERS Provide Backflow preventers in accordance with the AHJ requirements of the project, manufacturers of acceptable products follow. A. Double Check 1. Double check backflow preventer 2" and smaller: ANSUASSE 1015; complete unit of two independently acting check valves, two ball valves, strainer and four test cocks, bronze or iron body with bronze internal parts, 150 psi working pressure, and shall comply with AWWA Standard C506. Acceptable Manufacturers and Models Cla -Val Co. D -2 (1 -112" & smaller) Watts 700 or 757 series Hersey FDC Febco 805Y Wilkins 550 2.03 VALVES A GATE VALVES 1. Gate valves 3" and less: MSS- SP -70, rated 175 lb. minimum water pressure, brass or bronze construction screw -in bonnet, rising stem, solid wedge disc, threaded or soldered connections. Acceptable Manufacturers and Models Crane 438, 1334 Nibco T -III, S -III ITT Grinnell 3010, 3010SJ Milwaukee 148, 149 B. BALL VALVES 1. Ball valves 2" and less: rated 175 lb. minimum water, oil, air and gas pressure, brass or bronze construction, seat material as recommended by manufacturer for material conveying, lever handle, threaded or soldered connections. Acceptable manufacturers and Models Crane 9302, 9322 ITT Grinnell 3500, 3500SJ Milwaukee BA -200, BA -250 Watts B -6000, B -6001 Nibco T -580, & S -580 C. CONTROL VALVES (ZONE VALVES) Control (zone) valves shall have heavy duty UV- resistant body cover with stainless steel spring and hardware. Diaphragm shall be double beaded Sanoprene with heavy Buna N seat to form an integral unit. Valve shall be packless, without sliding seals, and completely serviceable without removing body from pipeline, with bolted (stainless steel bolts) top. Design shall be "normally- closed ", requiring solenoid to be energized to open valve, thereby causing automatic closure in event of power failure. Solenoid shall comply with Class II National Electric Code and when operating require a maximum of 0.23 amperes, 3.0 watts at 24 volts A.C. Solenoid shall be integrally mounted in valve cover and molded in epoxy to form a corrosion and moisture -proof unit with exposed metal components of non - corrosive material. Flow control shall be brass with O -ring seal and Landscape Irrigation 328423-6 CPL09446 — Old Town Coppell adjustable from outside the valve for permanent throttling or complete closing of valve. Valves shall be compatible to a two wire control system. Acceptable Manufacturers and Models: Plastic Valves, less Flow Control: a. Irritrol 200B Plastic Valves, Flow Control (to be installed on drip zones) b. Irritrol 200B with regulator, (OMR -30) 2. Automatic Drain Valve: Machined brass with monel screens on both ends, and a five ounce phosphor- bronze spring. Acceptable Manufacturers and Models Buckner 40,000 Champion DV Weathermatic 910 2.04 IRRIGATION SPECIALTIES A. EVAPOTRANSPIRATION (ET) BASED CONTROLLER Controller shall be capable of calculating daily evapotranspiration values and able to adjust the station run times commensurate with the landscaping requirements. ET Based Controller systems shall communicate with owner's Central controller and utilize the owner's existing weather station as a part of the package. Data from appropriate sensors shall be used to calculate daily reference evapotranspiration (ET Daily ET which is multiplied by an appropriate crop factor (K to provide an estimate of daily crop evapotranspiration (ET — enabling the controller to predict the date of the next irrigation. The required method to calculate ET is the Penman - Monteith approach which requires weather stations to be fitted with measurement sensors for solar radiation, air temperature (maximum and minimum), relative humidity, and wind speed. Acceptable Manufacturers 2. Irrinet M — AC controller B. SPRINKLERS, SPRAY NOZZLES AND QUICK COUPLERS 3. GENERAL a. All sprinklers shall be provided with an integral pressure reducing device or shall utilize a pressure reducing swing joint. 4. POP -UP ADJUSTABLE SPRAY ABS SPRINKLER HEADS Body high impact ABS plastic with integral adjustable are and radius nozzle. Pop -cep a minimum of 4 inches. Stainless steel retraction spring, removable filter screen. Acceptable Manufacturer Rainbird 8 Series MPR 5. BUBBLERS Trickle pattern Pressure compensating full circle bubblers. Acceptable Manufacturers and Models Rainbird 1401 6. QUICK COUPLER VALVES (QCV) Landscape Irrigation 3284 23 -7 CPL09446 — Old Town Coppell One inch threaded inlet and 1" coupler outlet, all brass construction two piece unit consisting of a coupler water seal valve assembly and a removable upper body to allow spring and key track to be serviced without shutdown of main. Lockable vinyl lids with spring for positive closure on key removal. Lid shall be purple in color or state "Not for Drinking ". Acceptable Manufacturers West AG 4V144 Series for the Desoto project. Rainbird 44 Series for the Desoto project.QUICK COUPLER KEYS One inch threaded inlet and 3 /4" threaded outlet, all brass construction with single stainless steel lug. Acceptable Manufacturers and Models Hunter HK Series West AG 4C100 Series Rainbird 44K Series 7. QUICK COUPLER HOSE SWIVELS %" threaded inlet and %" threaded hose outlet, all brass construction. Acceptable Manufacturers and Models Hunter HS Series West AG 4HS Series Rainbird SH Series 8. SWING -JOINT RISER PVC construction ASTM D2464 Type I double joint "0" ring and buttress threads at each swivel joint, inletloutlet socket threads ASTM D2467/D2464. Acceotable Manufacturers Hunter SJ Series. Rainbird TSJ Series. Spears 5800 series POLYETHYLENE "CUT -OFF" RISERS Polyethylene "cut -off' risers; 1/2" x 3 ", 112" x 6" or 3/4" x 3 ", 3/4" x 6" with 112" cut -offs. Acceptable Manufacturers Toro Hunter Rainbird B. POLYETHYLENE TUBING Flexible in 20, 50 and 100 -foot coils, with adapters compatible to the tubing. Acceptable Manufacturers and Models Toro "Funny Pipe" Series 850 including fittings Hunter HFT -100, including HSBE fittings Rainbird "Swing Pipe ", Series SP -20, including fittings Irritrol "Super Blue Flex Pipe ", EHD1295 -010 -D or EHF1295 -010 -D C. DRIP SYSTEMS Integral Dripperline Components: The dripperline shall be Techline CV pressure compensating dripperline as manufactured by Netafim Irrigation, Inc. Dripper flow rate and spacing shall be as recommended by the manufacturer. Landscape Irrigation 328423-8 CPL09446 — Old Town Coppell 3. Line Flushing Valves: A manual flushing port(s) in the position that an automatic flush valve would be positioned. 4. Pressure Regulator: A pressure regulator shall be installed at each zone valve or on the main line to ensure operating pressures do not exceed system requirements. The pressure regulator shall be a Netafim Pressure Regulator. 5. Manual Disc Filter: A disc filter shall be installed at each zone valve or on the main line to ensure proper filtration. The filter shall be a Netafim Disc Filter. D. HIGH -FLOW SHUT -OFF VALVE High -flow shut -off valve, 112" or 3/4 ", PVC with threaded inlet/outlet maximum 0.5 psig operating pressure loss. 2.05 VALVE BOXES, BACKFLOW PREVENTER BOXES AND ENCLOSURES A. PLASTIC BACKFLOW PREVENTER BOXES 1. Polyolefin and fibrous compound box with green lid, provide manufactured extension from bottom of pipe as required. (ASTM D638, D790 - D695, D2240) Acceptable Manufacturers Ametek Carson Brooks 2. Structural foam, injection molded box. 15" x 21" x 12" with extensions as required. Acceptable Manufacturers Brooks Products Ametek B VALVE BOXES Injection molded foam or polyolefin enclosure, 6" diameter for 1" control valves, 10" diameter for 1 -1/2" and above valves. Acceptable Manufacture Brooks Products Ametek Carson 2.06 MISCELLANEOUS MATERIALS A. LOCATION TAPE Plastic, 2" inches wide with a foil liner for location by means of a magnetic locator, such as "Terra- foil" Model D as manufactured by Griffolyn Company; Houston, Texas. Color shall be blue, having lettering which reads "WATER LINE BELOW'. To be installed above main line. B. WIRE CONNECTIONS All wire connections to be installed in valve boxes only. Do not bury any splices without a valve box. All wire connections shall be with proper size wire nut and sealed with 3M #DBY -6 Scotchcast kit. All wire splice kits must be UL approved. Wiring splice boxes shall be identified on the shop drawings and as built drawings provided by the contractor. C. DIRECT BURY, LOW VOLTAGE ELECTRICAL WIRE Landscape Irrigation 328423-9 CPL09446 — Old Town Coppell Type OF 314 single stand copper with 4164" inch thick PVC insulation, U.L. approved for direct burial. Minimum wire shall be #14GA. D. PEA GRAVEL ASTM D 448, ASTM C 33, and M SHTO M43, minimum diameter of 1/8" and maximum of 3/4 ", mo more than 3% of pea gravel shall pass through a No. 3 sieve. 3.00 EXECUTION 3.01 INSTALLATION A. Installation of manufactured products shall be in strict compliance with the manufacturers written standards and specifications. Two wire controls, central controller, shall all be installed accordingly and shall have a written sign off by the approved manufacturer's representative indicating that the system is installed per manufacturer's standards. B. Trenching shall be such that pipe is buried below the frost line, or a minimum of 18" below grade; over excavate 28" minimum for rock, and backfill with clean sand bed before laying pipe. Lay pipe to allow for expansion and contraction. Backfill with compacted clean sandy loam, and the remainder, rock -free excavation material and topsoil. Mechanically tamp trench to 90% proctor to 2" above surrounding grade. C. Excavation for backflow preventer shall be 18" minimum to the top of the backflow preventer. Provide 12" of washed pea gravel beneath backflow preventer. Provide brick supports to hold backflow preventer and valve box, rest brick on undisturbed soil. Valve box shall not rest on pipe entering or exiting, provide 3" minimum clearance all around pipe. Valve box shall be level with the surrounding grade. D. Cut pipe clean with pipe cutters, remove burrs or foreign matter from pipe before assembly. Apply purple primer to both the pipe and fitting and then apply compatible PVC cement to the pipe. Home pipe to the fitting and hold in place for a minimum of 45 seconds until pipe has set in place. Replace pipe and fittings which slide during this time, do not re -use fittings. E. Install each electrical globe valve and series of wire splices in a separate turf box. Bury box level with surrounding grade, install valves level and plumb. F. Each branch sprinkler supply system shall be automatically drainable at the low point, with a spring - loaded ball drip valve, designed for lawn sprinkler service, and draining into a 12" excavation containing pea gravel. Dry well and gravel shall be provided by the Contractor. Top of gravel shall be below valve at drain point. G. Provide manual drain valves on main lines, with opening for drain into a 12" pea gravel sump. Manual drain valves shall be in a valve box with the top flush with finished grade. H. INSTALLATION OF SPRINKLERS AND RISERS Install sprinkler heads flush with the finish grade elevation. On sloping sites, position the heads to match the slope of the finish grade, otherwise set heads plumb. Sprinkler heads shall follow a uniform pattern and individual head placement shall not vary more than 2" from a straight line established by the other heads in either direction. 6" and 12" pop -ups shall be set perpendicular to grade, equally aligned when in the operating position. Make piping to individual sprinkler heads to allow adjustments in heights of heads and to permit weights to be applied to the sprinkler without placing stress on the lateral piping. This may be achieved by installing the sprinkler head on a flexible polyethylene riser, or swing joints for OCV (quick couplers) or "funny pipe" with proper fittings. Landscape Irrigation 328423-10 CPL09446 — Old Town Coppell 3. Shrub risers shall be non - obtrusive, equally aligned, perpendicular to horizontal. 4. Electrical Wiring a. Install a separate colored wire from the automatic controller to each solenoid valve. Run a common neutral from the controller to each solenoid valve common wire shall be continuous white color. Provide 12" expansion coils in each valve box. b. Make splices with 3M DBY or DBR -6 wire connection kits. Strip end of wire, twist together, twist wire nuts in place and install into sealant container. All splices must be installed in valve boxes. c. Install wiring in trenches along side the piping. Provide a minimum of 12" inches of coverage for wiring installed in separate trenches. Where several wires are installed in close proximity to each other, bundle the wiring and tape securely at 10' foot intervals. Wiring installed under driveways, parking lots or pavements, shall be in PVC sleeves. d. Refer Section 26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS for installation of grounding system. Install a valve box over all ground rods to allow for testing. e. Measure the ground grid resistance with the earth test meggar and install additional ground rods and conductors as required until the resistance to the ground conforms to the requirements of the irrigation control manufacturer. Installation of the Irrigation Controller: Hard wire 120 VAC wires into control box. Weather proof all exterior connections. All wiring above ground to be installed in conduit. Mount controller 48" AFG. Mount freeze and rain sensors per manufacturer's recommendations. All 120 VAC wiring shall be installed by a licensed electrical contractor per Div. 26 specifications. 3.02 DRIPPERLINE INSTALLATION: A. Install all dripperline as recommended by the manufacturer. Use only Teflon tape on all threaded connections. B. Clamp Techline/Techlite fittings with Oetiker clamps when operating pressure exceeds specific dripperline fitting requirements. C. Cap or plug all openings as soon as lines have been installed to prevent the intrusion of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. 3.03 FLUSHING AND TESTING A. FLUSHING After sprinkler piping is in place, prior to installing heads, flush out lines by running water through the piping to remove debris and extraneous matter. Cemented joints shall be set and cured for 12 hours prior to beginning tests. B. TESTING AND OPERATION 1. Before piping is pressure tested, sufficient backfill shall be installed around the piping to contain the piping under pressure. Tests shall be made in the presence of the Engineer. The entire piping system shall be placed under full pressure and left for 24 hours with pressure gauge attached, then pipe joints shall be examined for leaks. Cut out and remake any defective joint and re -test until the system performs without leaks or loss of pressure in excess of 5 %. 2. Place the system into operation and test each section individually. Examine the operation of spray heads, and during a time when wind velocity is normal, observe the pattern of water produced by the heads. The complete system shall give full and adequate coverage to the area being watered. C. ADJUSTMENTS 1. Check each sprinkler head for proper operation and spray pattern. Landscape Irrigation 328423-11 CPL09446 — Old Town Coppell 2. Adjust pressure on adjustable pressure valves by attaching a pressure gauge assembly to the solenoid valve pressure regulator, and adjust pressure as necessary. 3. Adjust all components so that water runoff and overspray is reduced. 4. The irrigation contractor shall personally notify the Architect or Engineer, Owners representative and general contractor at least 72 hours in advance of all final testing and inspections. The system will be tested, pressurized and adjusted by the irrigation contractor before calling for final testing and inspection. The system will not be considered complete without certification by the Engineer. 5. At time of final inspection, all hydrostatic tests must have been satisfactorily completed. The entire system shall then be operated in the presence of the engineer's authorized representative, and must operate in a satisfactory manner, with uniform coverage of the areas which are to be sprinkled. 6. All conditions of the contract documents shall be met before calling for final testing. All costs for re- testing due to failure to meet these conditions will be borne by the irrigation contractor including time and materials of the required inspection team. 3.04 MAINTENANCE In addition to the installation of the irrigation system, furnish a period of maintenance for the system equal to the warranty period. Maintenance will consist of the following: A. After the lawn has been established and grass achieved a good stand, return to the site and adjust height of sprinkler heads to conform to grass height. B. Clean and adjust heads two separate times 3 months apart the first year. C. After 11 months, return to site and adjust height of risers to conform to plant growth. 3.05 IRRIGATION WATER SCHEDULES A. ET based controllers shall be programmed to automatically operate within the window of opportunity provided by the owner, and automatically function in accordance with the manufacturer's instructions. Contractor shall have manufacture representative inspect programming. 3.06 OWNER TRAINING A. Prior to final acceptance, contractor shall provide a minimum of 4 hours or as long as required by the Owner to demonstrate to the Owner the proper operation of all irrigation system equipment and controls provided under this section. B. After completion of the demonstration, submit to the Architect/Engineer a Demonstration Certificate of Completion" signed by the Owner and the Contractor indicating that the demonstration of the irrigation system equipment and controls has been completed. END OF SECTION Landscape Irrigation 328423-12 CPL09446 — Old Town Coppell 32 90 00 LANDSCAPE PLANTING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary (including topsoil, soil testing, soil sterilant, soil amendments, mulch, fertilizer, stakes, trees, shrubs, groundcover, turf sod, and root/water barrier) to complete all landscape planting as specified herein. 1.02 QUALITY ASSURANCE A. PLANT LISTS Furnish planting as specified according to the Plant List on the drawings. Plants shall conform to the varieties specified, with no substitutions allowed unless approved in writing in advance by the Landscape Architect whose seal appears on the construction documents (hereinafter referred to as "Landscape Architect'). B. NOMENCLATURE The scientific, as well as, common names listed in the schedule are the standardized plant names authorized by the American Joint Committee on Horticulture Nomenclature. In the event of any question concerning plant type, notify the Landscape Architect before any planting operations, other than preparing the planting beds. 1.03 SUBMITTALS Submittals provided to Landscape Architect by Contractor shall include: A. Written confirmation from both Contractor and Landscape Planting Subcontractor of their (i) possession of all contract document planting drawings and specifications for the project and (ii) acceptance of all requirements contained in those plans and specifications. This written confirmation shall be signed by authorized representatives of both Contractor and Landscape Planting Subcontractor and shall include printed or typed names and title's as well as notorized signatures of the authorized representatives. B. Detailed plant list (including common and botanical names, quantities, root types, sizes, trunk diameter, height, and spread, shape uniformity, and source). C. List of all non -plant material products to be used on the project (per Section 2.00 Products below) including sources. D. Proposed schedule for all landscape planting activities, including but not limited to proposed dates of: landscape pre- construction meeting; order of plant material; delivery of plant material; irrigation system installation, testing, and completion in all landscape planting areas; soil preparation; planting, staking, mulching, and fertilization; proposed final inspection, and guarantee period. Landscape Planting 32 90 00 -1 CPL09446 — Old Town Coppell Infrastructure Improvements 1.04 STANDARDS The following documents, used as standards, are to be considered a part of these specifications by reference: A. American Joint Committee on Horticultural Nomenclature B. "Standardized Plant Names ", Second Edition, 1942 C. "American Standard for Nursery Stock" 1.05 DELIVERY AND STORAGE A. Notify Owner five (5) business days in advance of delivery date. Unload and display plants and trees at a location on project site as directed by Owner. A suitable method of handling plants must be employed to insure the careful, workmanlike delivery of plants. B. All delivered plants shall be identified with a legible waterproof label bearing common and botanical plant name securely attached to each plant. Plants not in conformance with requirements of the drawings and specifications shall be promptly removed from the site and replaced with plants which do meet requirements. Plant identification labels shall not be removed until after final inspection by as described in Section 3.10 below. 1.06 JOB CONDITIONS A. Plants shall conform to the criteria specified (including common name, botanical genus and specie names, root type, size, and other characteristics noted) in the Plant List on the drawings. Plants shall have been grown under climatic conditions similar to those in the locality of the project site, unless otherwise approved in writing in advance by the Landscape Architect. Plants shall not be pruned prior to delivery to the site. B. Plants shall be selected for health and appearance and shall be well- matured, well- shaped, well - leafed, and be generally symmetrical in appearance from all directions. Trees shall be single trunk (unless listed as multi -trunk in the Plant List on the drawings) with straight trunks and a balance of well - leafed branches on each-side of the main trunk. C. Plants and trees shall be handled so that the trunks, branches, foliage, and roots are protected at all times. D. Plants which have been grown in greenhouses, under lath, or in other protected environments shall be hardened off and acclimated to site conditions prior to delivery to site. E Plants which cannot be immediately planted will be left in original containers and watered regularly until time of planting. Landscape Planting 32 9000-2 CPL09446 — Old Town Coppell Infrastructure Improvements 1.07 GUARANTEES Plantings shall be guaranteed for one (1) full growing season following completion and acceptance of the entirety of the landscape planting under this contract. At the end of the guarantee period, any trees or plants which are determined by the Owner to be dead or not in vigorous healthy growing condition shall be replaced by the Contractor at no cost to Owner. Replacement plantings and materials shall meet all requirements of the contract documents, including one -year guarantee from time of planting of the replacement. 2.00 PRODUCTS 2.01 MATERIALS A. TOPSOIL: Existing topsoil removed by excavation under this contract may be stripped, stockpiled, and re -used in new work with the following exception: Existing rocky soil, gravel, clay, shale, or subsoil shall NOT be re -used as topsoil. Additional topsoil, if necessary, shall be from a source approved by the Landscape Architect and shall be free of weeds (including nutgrass), trash, debris, roots, sticks, rocks, gravel, clay, shale, and subsoil. B. SOIL STERILANT: Contractor preferred product (used in strict accordance with the manufacturer's instructions and all applicable codes and regulations). C. LIME: Agricultural lime conforming to ASTM C602, Class "T ". D. PEAT MOSS: Horticulture grade Canadian stock, fibrous type, low in wood content, having a moisture content of not more than 30 %. E. MULCH: Horticultural grade finely- ground hardwood mulch, free of sticks, stones, clay or other foreign materials; 3/4" to 1" graded size, of such character as not be easily displaced by wind. F. TURF SOD: Turf sod shall be healthy, vigorous, freshly dug from living turf, and free of weeds. Sod shall be obtained from state certified commercial growers. Thickness of soil portion of the sod shall be a minimum of one (1) inch and a maximum of one and a half (1 Y2 ) inches. Sod pieces shall be either strips measuring 18" width x 72" length or squares measuring 36" x 36' unless otherwise approved in writing in advance by Landscape Architect prior to delivery to the project site. Sod shall be delivered on project site within twenty-four (24) hours of cutting /digging. Sod shall be planted within forty -eight (48) hours of cutting /digging. The soil portion of the sod shall be slightly moist (neither excessively wet nor excessively dry) when harvested. The soil portion of the sod shall be kept slightly moist until time of planting. G. PLANTS: Plants (shade, multi- trunk, and evergreen trees, shrubs, ornamental grasses, and groundcovers) shall conform to the Plant List in the Drawings, shall be container- grown, and shall not have been re -potted within ninety (90) days prior to delivery to the project site. H. TREES STAKES: Six (6) foot length steel fence 'T' posts neatly field - painted with two (2) coats of rust - resistant oil -based enamel paint, color dark bronze. I. WIRE: No. 10 gauge galvanized steel tie wire. J. HOSE: Two -ply garden hose, 3/4" diameter, solid -color black. Landscape Planting 32 90 00 -3 CPLO9446 — Old Town Coppell Infrastructure Improvements K. COMMERCIAL FERTILIZER. Fertilizers shall: (i) conform to all applicable state fertilizer laws (ii) be delivered in original, unopened containers, and (iii) be uniform in composition, dry, and free flowing. A complete, time - release- coated, granule -type fertilizer with an equal Nitrogen - Phosphorus- Potassium analysis shall be submitted for approval by the Landscape Architect prior to any use on the project. L. ROOT/WATER BARRIER: 36 -inch depth dual purpose root and water barrier, Century Products USA model CR -PE 3 -20 or equivalent as approved in writing by Owner. 2.02 PLANTING SOIL MIXTURE A. Planting soil mixture for backfilling in excavations around all plantings shall be premixed on grade before shoveling into the planting pit. Planting soil backfill mixture shall consist of four (4) parts specified topsoil and one (1) part specified mulch, thoroughly mixed. 3.00 EXECUTION 301 TOPSOIL PREPARATION AND AMENDMENT A. TOPSOIL DEPTH Minimum topsoil depth in all planting areas shall be established as follows: Shrub /Ornamental Beds: A minimum depth of nine (9) inches of topsoil, measured from finish grade on the Grading Plan in the drawings, shall exist or be established in all shrub /ornamental grass bed areas as indicated in the Drawings. Turf Areas: A minimum depth of five (5) inches of topsoil, measured from finish grade indicated on the Grading Plan in the drawings, shall exist or be established in all turf areas as indicated in the Drawings. B. SOIL PREPARATION Scarification of all planting areas shall be performed prior to planting. Shrub /Ornamental Beds: A minimum depth of twelve (12) inches of thorough scarification, measured from finish grade indicated on the Grading Plan in the Drawings, by means of plowing and disc harrowing, or in small areas by rototilling, shall be provided. Remove all weeds (including nutgrass), trash, debris, roots, sticks, rocks, gravel, clay, shale, and subsoil. Level soil by means of steel matt drags, tiller rakes, and hand raking as required to (i) eliminate bumps, ridges and depressions, and (ii) establish finish grade. All finish grades of shrub / ornamentai grass bed soil shall conform to finish grades specified in the Grading Plan in the drawings. 2. Turf Areas: A minimum depth of eight (8) inches of thorough scarification, measured from finish grade indicated on the Grading Plan in the Drawings, by means of plowing and disc harrowing, or in small areas by rototilling, shall be provided. Remove all weeds (including nutgrass), trash, debris, roots, sticks, rocks, gravel, clay, shale, and subsoil. Level soil by means of steel matt drags, tiller rakes, and hand raking as required to (i) eliminate bumps, ridges and depressions, and (ii) establish finish grade. All finish grades of turf area soil shall conform to finish grades specified in the Grading Plan in the drawings. Landscape Planting 32 90 00-4 CPL09446 — Old Town Coppell Infrastructure Improvements C. LIME ADDITION Test the scarified topsoil for pH in a minimum of twenty-four (24) evenly distributed locations representative of all planting area across the project site. For all planting areas with topsoil pH between 4.0 and 5.0, add 90 -140 pounds of lime per 1,000 square feet. For all planting areas with topsoil pH of 5.1 to 6.0, add 40 to 90 pounds per 1000 square feet. Lime shall be thoroughly mixed into the minimum full depth of required topsoil for all areas. D. PEAT MOSS ADDITION Add peat moss at the rate of one hundred fifty (150) pounds per one thousand (1,000) square feet in all turf areas. Add peat moss at the rate of two hundred fifty (250) pounds per one thousand (1,000) square feet in all shrub /ornamental grass bed areas. Peat moss shall be thoroughly mixed into the minimum full depth of required topsoil for all areas. E. SOIL STERILIZATION Following scarification and amendment mix -in, topsoil in all planting areas shall be sterilized using soil sterilant (herbicide) in strict accordance with the manufacturer's written directions. Contractor shall protect all existing trees to remain and other adjacent vegetation from any harm or damage from sterilant application. Contractor shall allow treated planting areas to sit undisturbed per manufacturer's recommended time period prior to installation of plants and turf and prior to performing any other planting operations. 3.02 TIME OF PLANTING A. Planting shall be done only during periods within the seasons which are normal for the planting type as determined by weather conditions and the accepted practice in the project locality with the following exception: No planting shall occur during or within three (3) days of temperatures above 95 degrees Fahrenheit or below 35 degrees Fahrenheit. B. The preparation of planting areas may begin prior to time of planting provided finish grading has been completed. Finish grades shall be protected from landscape planting construction traffic (including protection from soil compaction). 3.03 PLANTING, GENERAL A. The location for all plantings is noted on the drawings at the scale indicated on each drawing. No deviations from the planting locations shown on the drawings are permitted unless approved in writing in advance by the Landscape Architect. B. In preparing plant excavations, remove all rocks or underground obstructions to a depth necessary, and completely clear of root ball and backfill zones, to permit proper planting. Planting pits shall be generally circular in outline with heavily scarified vertical sides and flat (slightly dish - shaped) bottoms. C. Depth of planting pits shall be equal to the height of the root ball plus four (4) inches. This is to provide for: (i) six (6) inches of firmed planting soil mixture under the root ball and (ii) two (2) inches of root ball top above adjacent finish grade. D. Diameter of planting pits shall be dug twice the diameter of the root ball. Landscape Planting 32 90 00 -5 CPL09446 — Old Town Ooppell Infrastructure Improvements 3.04 PLANTING SOIL MIXTURE A. Planting soil shall be shoveled into the pit around the plant balls in six (6) inch dry layers and firmly dry- tamped by foot before the next layer is added. 3.05 TREE PLANTING A. For trees located in shrub /ornamental grass beds, prepare excavation as described above and on details on the drawings. Set root ball in center of pit on prepared planting soil and complete backfilling in six (6) inch dry layers. All finish grades of soil shall conform to finish grades specified in the Grading Plan in the drawings. Slowly saturate the planting pit and adjacent area two (2) times within in the first four (4) hours immediately following planting using potable water. B. For trees located in turf, prepare excavation as described above and on details on the drawings. Set root ball in center of pit on prepared planting soil and complete backfilling in six (6) inch dry layers. All finish grades of soil shall conform to finish grades specified in the Grading Plan in the drawings. Construct a circular earthen saucer four (4) inches high (measured above adjacent finish grade) and sixteen (16) inches wide immediately outside edge of planting pit. Slowly saturate the planting pit and area inside the saucer two (2) times within in the first four (4) hours immediately following planting using potable water. C. After watering, apply additional planting soil mixture, if needed, to fill settled planting pit backfill to assure conformance with details on the drawings. Apply top layer of mulch in accordance with the details on the drawings. D. After planting, where necessary, prune in accordance with the details on the drawings. Maintain uniform overall shape of tree. 3.06 SHRUB, ORNAMENTAL GRASS, AND GROUNDCOVER PLANTING A. Prepare excavation as described above and on details on the drawings. Set root ball in center of pit on prepared planting soil and complete backfilling in six (6) inch dry layers. All finish grades of soil shall conform to finish grades specified in the Grading Plan in the drawings. Slowly saturate the planting pit and adjacent area two (2) times within in the first four (4) hours immediately following planting using potable water. B. After watering, apply additional planting soil mixture, if needed, to fill settled planting pit backfill to assure conformance with the details on the drawings. Apply top layer of mulch in accordance with the details on the drawings. C. After planting, where necessary, prune in accordance with the details on the drawings. Maintain uniform overall shape of plant. 3.07 SODDING Grass shall be planted by sodding. Lay sod within 24 hours of stripping. Fill in any gaps between sod pieces with hand - tamped topsoil and thoroughly water in. 3.08 FERTILIZER APPLICATION Fertilizer shall, upon completion of planting, be applied to all plantings (trees, shrubs, ornamental grasses, and turf) at the rate specified by the manufacturer for each type of planting Landscape Planting 32 90 00 -6 CPL09446 — Old Town Coppell Infrastructure improvements 3.09 MAINTENANCE A Maintain all landscape areas, plants, and turf during all stages of landscape construction and a minimum of 60 days after planting operations have been completed, regardless of the date of Owner's acceptance of the project. Plants and turf shall be watered regularly, as required to provide vigorous and healthy growth, by Contractor during construction and maintenance period. The Contractor shall at no time during landscape construction and maintenance period allow visible weed growth, insect infestation, accumulation of any trash or construction debris, or other unsightly conditions in any landscape areas. B. Turf shall be kept in a healthy growing condition by watering, weeding, patching, rolling, mowing, trimming, edging, and any other necessary maintenance operations. At the end of the maintenance period, all turf areas shall be solid weed -free lawns. Patch /replant as frequently as necessary to produce a solid stand of grass over the entire lawn area. Protect grass from weed or insect infestation, traffic, or washing. 3.10 FIELD QUALITY CONTROL At the completion of the maintenance period, the Owner and Landscape Architect shall make a final inspection of all planting areas (trees, shrubs, grasses, groundcovers, and turf). Any plantings determined by the Owner or Landscape Architect not to be in a vigorous healthy growing condition at this time shall be replaced at no charge to the Owner. Any and all such replacements shall be guaranteed in accordance with Section 1.07 of the Specifications. 3.11 CLEAN AND ADJUST All empty material containers and bags, unusable materials, trash, and other debris must be removed daily and the project site kept neat and clean at all times. Any and all excess excavated topsoil and /or subsoil shall be promptly removed from the project site. After planting operations are finished, paved areas which may have become strewn with soil or other material shall be thoroughly cleaned by sweeping and washing, if necessary, to provide a neat and clean project site. END OF SECTION Landscape Planting 32 90 00 -7 CPL09446 — Old Town Coppell Infrastructure Improvements SECTION 7 FRANCHISE UTILITY SPECIFICATIONS * Contractor to adhere to ONCOR Technical guidelines provided in the locations below: • ONCOR Specifications for Electrical Underground Residential Distribution Systems http: / /www. oncor. com/ pdf /construct/guidelines /dds2.pdf • ONCOR Specifications for Electrical Underground Distribution Systems from Overhead Transformation, Secondary Service Accounts http: / /www. oncor. com/ pdf /construct/guidelines /dds4ug.pdf t I f i I � I � I I � Al B I TOP VIEW C SECTION "A - A" VAnON BOX SIZE DIMENSIONS (IN) A e C 4'X T X 3' 65 78 3B 4' X 8' X 4' 56 104 48 4 NOTE 3 NOTES: 1. SPLICI;'PLAL BOX DESIGNED FOR PARKWAY INSTALLATION WITH H-10 LOADING IUGHT VEHICULAR TRAFFIC). CONTACT COMPANY REPRESENTATIVE ON WHERE TO ACQUIRE 8PLIC6(PULL BOX 2 THIS BOX IS INTENDED FOR USE AS AN INTERMEDIATE SPUCE BOX AS NEEDED DUE TO LONG PULLING DISTANCES AND RESTRICTED TO ONE 3 PHASE CIRCUIT. I TAMP ALL DISTURBED SOIL UNDERNEATH PAD TO 66% COMPACTION AS PER ASTM D SM AND INSTALL A E INCH WELL TAMPED LAYER OF MEDIUM GRAVEL FILL 4. CONTACT COMPANY REPRESENTATIVE ON WHERE TO ACQUIRE &W X B' COPPER CLAD GROUND ROD. GROUND ROD TO BE OBTAINED AND INSTALLED BY CONTRACTOR. INSTALLATION DEPTH SHALL BE T-- r. THREE PHASE PRIMARY Nc R SUBSURFACE SPLICE /PULL BOX INSTALLATION DDS-4 UG DETAIL SHEE 1 9 OF 57 03 -10 N I I• i I I 1 I I ar• 6Y' TOP VIEW 3r w fE 3 E 4 NOTES: 1. 90' X 43' X Ar SPUCIVPULL BOX DESIGNED FOR PARKWAY INSTALLATION WITH 1-170 LOADING ILIGHT TRAFFIC). CONTACT COMPANY REPRESENTATIVE ON WHERE TO ACQUIRE SUBSURFACE SPUCFIPULL BOX. 2. THIS BOX IS INTENDED FOR USE AS AN INTERMEDIATE SPLICE BOX AS NEEDED DUE TO LONG PULLING DISTANCES AND RESTRICTED TO SINCIL E #" CABLE 3. TAMP ALL DISTURBED SOIL UNDERNEATH PAD TO 96% COMPACTION AS PER ASTM D = AND INSTALL A 6 INCH WELL TAMPED LAYER OF MEDIUM (TRAVEL FILL 4, CONTACT COMPANY REPRESENTATIVE ESENTTATIVE ON WHERE TO ACQUIRE Wr X W COPPER CLAD GROUND ROD. GROUND ROD TO BE OBTAINED AND INSTALLED BY CONTRACTOR. INSTALLATION DEPTH SHALL BE Y- S'. SINGLE PHASE PRIMARY Nc R SUBSURFACE SPLICE /PULL BOX INSTALLATION DDS-4 UG D ETAIL SH 18 OF 5 Y' PVC CONDUIT NOTE 4 03-10 1. TRENCH ALIGNMENT SHALL BE AS STRAIGHT AS CONDITIONS PERMIT. ANY DEVIATIONS FROM PLANNED ALIGNMENT SHALL HAVE PRIOR APPROVAL BY THE PROJECT ENGINEER/INSPECTOR. ALL TRENCH CUTS SHALL BE IN ACCORDANCE WITH EXISTING SAFETY REGULATIONS IN EFFECT. 2. TRENCH BOTTOM SHOULD BE UNDISTURBED, TAMPED, OR RELATIVELY SMOOTH EARTH. WHERE EXCAVATION IS IN ROCK, THE CONDUIT SHOULD BE LAID ON A LAYER OF CLEAN BACKFILL. 3. ALL BACKFILL SHOULD BE FREE OF DEBRIS OR OTHER MATERIAL THAT MAY DAMAGE THE CONDUIT SYSTEM OR CAUSE SETTLING. THE MATERIAL SHOULD FILL THE VOIDS AROUND THE CONDUIT TO PREVENT HOT SPOTS & SETTLING. 4. BACKFILL SHOULD BE ADEQUATELY COMPACTED. BACKFILL NOT UNDER PAVEMENT SHOULD BE COMPACTED TO THE DENSITY OF THE SURROUNDING UNDISTURBED SOIL. BACKFILL UNDER PAVEMENT SHOULD BE COMPACTED TO NOT LESS THAN 96% OF THE DENSITY OF UNDISTURBED SOIL AS DETERMINED BY ASTM D-W8.. 6. SEE SHEET 8 FOR INSTRUCTIONS FOR JOINING PVC CONDUIT. 8. EACH CONDUIT RUN SHALL BE CHECKED BY PULLING A MANDREL THROUGH THE ENTIRE LENGTH AT THE COMPLETION OF THE CIVIL INSTALLATION. 7. A PULL TAPE SHALL BE LEFT IN EACH CONDUIT. CONDUIT SHALL BE PLUGGED AT BOTH ENDS. APPROVED PULL TAPES CONDUIT SIZE MANUFACTURER CATALOG NO. TSN 1 ", 2 ", 3" & 4" ARNCO BL -WP25 321068 NEPTCO, INC. WP2600P 6" ARNCO BL -IVP60 397616 NEPTCO, INC. RP6000N 8. CONTACT COMPANY REPRESENTATIVE FOR TRENCH DIMENSIONS FOR MORE THAN 2 CONDUITS IN SAME DITCH. INSTALLATION OF CONDUITS Nc R NOTES AND INSTRUCTIONS DDS-4 UG DETAIL S HEE T 7 OF 57 03 -10 TTIE CHEMICALS USED IN SOLVENT WELDING OF CONDUIT ARE INTENDED TO PENETRATE THE SURFACE OF BOTH PIPE AND FITTING, WHICH AFTER CURING RESULT IN A COMPLETE FUSION AT THE JOINT. THE OVER -USE OR UNDER -USE OF CHEMICALS RESULTS IN LEAKY JOINTS OR WEAKENED PIPE, A. CLEAN CONDUIT BY WIPING OFF ALL DUST, DIRT AND MOISTURE FROM SURFACES TO BE CEMENTED EITHER BY MECHANICAL OR CHEMICAL CLEANING. 1. MECHANICAL CLEANING - FINE ABRASIVE PAPER OR CLOTH (180 GRIT OR FINER) OR CLEAN OIL -FREE STEEL WOOL 2. CHEMICAL CLEANING - CLEANER RECOMMENDED BY MANUFACTURER OR EOUNALENT (METHYL ETHYL KETONE - MEK). B. WITH A NON - SYNTHETIC BRISTLE BRUSH APPLY AN EVEN COATING OF CEMENT TO THE OUTSIDE OF THE PIPE AND INSIDE THE SOCKET. MAKE SURE THAT THE AMOUNT OF CEMENT APPLIED TO THE CONDUIT IS EQUAL TO THE DEPTH OF THE SOCKET. BEFORE' ASSEMBLY. IF SOME EVAPORATION OF SOLVENT FROM THE SURFACES TO BE JOINED IS NOTED, REAPPLY CEMENT, THEN ASSEMBLE. IF CEMENT BEING USED HAS AN APPRECIABLE CHANGE IN VISCOSITY OR SHOWS SIGNS OF JELLING, IT SHALL BE DISCARDED. IN NO CASE SHALL THINNER BE USED IN AN ATTEMPT TO RESTORE JELLED PVC CEMENT. THINNER MAY ONLY BE USED TO CHANGE THE VISCOSITY OF A MEDIUM BODIED CEMENT TO THAT OF A REGULAR BODIED CEMENT FOR APPLICATION ON PVC PIPE SMALLER THAN 2 V2 INCH DIAMETER, A MEDIUM BODIED CEMENT SHALL BE USED ON 2 V2 TO H INCH PVC PIPE. IN COLD WEATHER, USE A PRIMER TO SOFTEN THE JOINING SURFACES BEFORE APPLYING CEMENT. ALLOW LONGER CURE TIME, (SEE ITEM Q. C. JOIN PIPE WITHIN 20 SECONDS OF APPLYING CEMENT. TURN THE PIPE V4 TURN TO ENSURE EVEN DISTRIBUTION OF CEMENT ON SURFACES TO BE BONDED. MAKE SURE THAT PIPE IS INSERTED TO THE FULL DEPTH OF THE SOCKET. D. CLEAN OFF ANY BEAD OR EXCESS CEMENT THAT APPEARS AT THE OUTER SHOULDER OF THE FITTING. EXCESS CEMENT ALLOWED TO REMAIN IN CONTACT WITH THE MATERIAL IS APT" TO CAUSE WEAKENING OF THE MATERIAL, AND SUBSEQUENT FAILURE. E. NEWLY ASSEMBLED JOINTS SHOULD BE HANDLED CAREFULLY UNTIL THE CEMENT HAS CURED TO THE RECOMMENDED SET PERIOD. SET PERIODS ARE RELATED TO THE AMBIENT TEMPERATURE AS FOLLOWS: 30 MIN. MINIMUM AT 60 TO IO&F 1 HR. MINIMUM AT 40 TO 80°F 2 HR. MINIMUM AT 20 TO 40 4 HR. MINIMUM AT 0 TO 2&F INSTRUCTIONS FOR JOINING NC R PVC CONDUIT DDS- -4 UG DETAIL SHEE 8 O F 57 03-10 rc X w p� o v U, ° N V O R E a o 0 p, v+ a � m� 71 � f� '0" F p Im W ul fPP//gg tt U O r� �O �o�U at 0 . © 6 �y OC� Cj O M FVV/ziii Cr r O p�z r h py r b� QD QD vi _ c to Cl)� <� x ° H a G �a y ° `v aN v �Ei o m a ° c o{y M w co u �w > � o ro �� to fn Y) ,® m N ... N UN.•.- Q" � Q �x Cl) a� co (4 -0 0 U rn � I y � I oz Q w� H U w w a a o d U x co 0 CO o ro ~ I I I Q� W E- w I • oa .r te X F O� oN ° C7 Vl cr cr ti 1 A V z F 0 O v 0.� F � W a O N U 0' h Ca Do F� z �E- C9 m N o $ X71 °u <xi� abn �y `7Q < .0O RR�JI� .c):xo 6 oa .r te X F O� oN ° C7 Vl cr cr ti 1 A V z F 0 O v 0.� F � W a O N U 0' h Ca Do F� z �E- W m X p .� W N .c):xo a X a \U j m —rtN m 1 �z N V1 ~0 cli N (yO�� r � •_• caa V N 1 F N 3� R S u p U7 0 e6 NQ 0 0 w � ID YY X � .r N t7 w k C r-I O O o p I C/7 N mN x� N A r C7 C'J V N a nT`m CIJ N O \R M ." rl �O d X m 0 E- d � m O CQ X U p�Q �a o k C C\2 I I � O Q O x Z E- E- Lo W E- � W a O N U 0' h Ca Do F� z �E- W m X p .� W N .c):xo mN x� N A r C7 C'J V N a nT`m CIJ N O \R M ." rl �O d X m 0 E- d � m O CQ X U p�Q �a o k C C\2 I I � O Q O x Z E- E- Lo W E-