Loading...
ST8502-CN 851215 CONTRACT DOCUMENTS AND SPECIFICATIONS MOORE ROAD IMPROVEMENTS - FROM SANDY LAKE ROAD - TO BELT LINE ROAD Th~ City W~th A Beautiful Fu~u,.e - COHTtACT SET GINN, INC. CONSULTING ENGINEERS DALLAS, TEXAS A~DF. NDUM NO. ~ PROJECT: Moore Road Improvements from Sandy Lake Road to Belt Line Road DATE ISSUED: October 4, 1985 OWNER: City of Coppell, Texas BID OPENING: 10:00 A.M., October 17, 1985, at the City of Coppell City Hall, 616 S. Coppell Road ISSUED BY: Ginn, Inc. Consulting Engineers THE PROPOSED CONTRACT DRAWINGS AND/OR SPECIFICATIONS FOR THE ABOVE REFERENCED PROJECT ARE MODIFIED AS FOLLOWS: 1. Modify the Contract Specifications Section 00100, Item 1.9, C~ntract Awar~, by adding the following: BID PROPOSALS shall be evaluated based on the TOTAL BASE BID PRICE or TOTAL ALTERNATE BID PRICE. The OWNER reserves the option of selecting the BASE BRIDGE or ALTERNATE BRIDGE DESIGN. In the event the OWNER selects the ALTERNATE BRIDGE DESIGN, the items on the BASE BRIDGE DESIGN would be deleted in its entirety, and the items on the ALTERNATE BRIDGE DESIGN would then be included as a part of this contract. 2. Modify the special provisions to Item 340, "got Mix Asphaltic Concrete Pavement," in Section 07500, page 11 of the specifications by adding the following to Article 340.3 for clarification: Type B (fine graded base or leveling up coarse) shall be used to construct temporary detours as indicated on the plans, as level-up for patching roadway during construction, or as directed by the Engineer. 3. Revise the special provision to Item 530.3, "Brick Pavers," in Section 07500, page 28 in the specifications by changing all pavers in Article 530.2 to a 2 3/8 inch thickness and delete the 3 1/8 inch thickness originally specified. 4. Refer to sheet 21 (enclosed): Revised single band of Holland Stone I brick pavers around curb returns by adding a second row as shown. Approximate quantities are the same. 5. Plan sheet B-1 (Bridge), Item numbers 421.2 and 421.3 in the Bridge Quantity table need reversed so that 421.2 is for the superstructure and 421.3. for the substructure. Item 421.2 (Superstructure) has an approximate quantity of 328.6 CY. Item 421.3 (Substructure) has an approximate quantity of 308.7 CY. These quantities are reflected on the bid form enclosed. 6. Revise the special provision to Item 508, "Constructing Detours," in Section 07500, page 27, of the specifications by deleting Articles 508.4 and 508.5 in its entirety as it is shown and replace with the following: Article 508.4 Measurement. and 508.5 Payment. Delete in their entirety and replace with the following: Detours will be paid for as shown on the plans per the applicable bid items indicated on the plans. Maintaining the detours will be required as directed per the engineer at no additional compensation. Any detours constructed that are not shown on the plans will not be paid for separately unless the additional detour is authorized in writing by the Engineer prior to it being constructed. 7. The 12' waterline creek crossing shown on plan sheet 16B has been revised (see plans enclosed). The approximate quantities are the same but the depth of the 12" line was lowered 3' at the creek crossing. 8. Standard Construction Detail sheet SD-7 (enclosed) is to be added to the set of construction plans for clarification of sidewalk details to be required. 9. Sheet B-8 (enclosed) of the construction plans have been revised by adding toe wall details, sidewalk and handrail under the bridge. The approximate quantities added per this sheet are 44 square yards of 4' reinforced concrete sidewalk (Item 530.2) and 50 linear feet of handrail (Item 450.3). These revised quantities are reflected on the new bid form enclosed. 10. The asphalt transitions shown on sheets 7 and 17 of the construction plans, Sandy Lake/Moore intersection and Belt Line/Moore intersection, have been revised by deleting the 6" lime sub-grade an~ replacing with 6" flex base. The two inches of B.M.A.C.P. is still the same. The revised quantities for Items 248.1, 260.1, and 264.1 are reflected on the new bid form enclosed. 11. A new section, "Division 1," is enclosed and is to be considered as a part of the Contract Documents. This section has been added for clarification for the General Requirements of the Contractor. 12. Add the following to the special provision to Item 432 - Concrete Riprap (C1 A), Article 432.12 Measurement, (Section 07500, page 21)= Concrete in toe walls wi1! be measured as riprap of the type with which it is placed. 13. In the event that the ALTERNATE BRIDGE (T.H.D. type) is chosen for this project, construction plan sheets B-1 thru B-? would be deleted from the construction set and replaced with T.H.D. bridge sheets I thru 16 in addition to portions of sheets B-8 and B-9 where applicable. 14. The following revision will be made to the original Contract Specifications if the ALTERNATE BRIDGE (T.H.D. type) is chosen= Delete special provision to Item 450 - Railing and use the S.D.H.P.T. Specification 450 as it is written. 15. BIDDER shall submit their bid using the REVISED PROPOSAL AND BID FORM SECTION 00300 from ADDENDUM NO. 1 included herein. ~_0~4__p0300 - PROPOSAL AND BID FORM ***#REVISED PROPOSAL OCTOBER ~, 1985 ADOENDUMNO. 2~ FOR= MOORE ROAD ]NPROVEMEN?S TO: CITY OF COPPELL Ihe:etnaftet called "O~lqER"I P. O. BOX ~78 616 S. COPPELL ROAD COPPELL, TEXAS 75019 Gentlemen: The BIDDER, in compliance with your invitation fo= bids fo: the above :efe:enced p:o~ect, having examined the plans and specifications with :elated documents and the site of the p:oposed wa:k, and being familia: with all of the conditions su::oundtng the const:uctton of the p:oposed p:oJect including the availability of mate:isis and labor, he:eby p:oposes to fu:nish al! lobe:, mate:ia]s, and supplies, and to const:uct the p:o~ect in acco:dance with the Cant:act Documents, of which this p:oposal is a poet. The unde:signed, as BIDDER, decla:es that the only pa:son patties tnte=ested in this proposal as principals ate those named he:etn, that this proposal Is mode without collusion with othe: pe:son, fi~rn at co:potation! that he hal co=efu]ly examined the fo:m. of cant:oct, Notice to Bidde=s, Specifications, and the Plans he:eSs :erst:ed to and has co:efu]]y examined the locations, conditions and classes of mate:tala called fo= in the Cant:act and Specifications in the manner p:esc:tbed and acco:ding to the :equt:ements of the O~ne: os he:ets set fo:th. ]t ts unde:stood that the following quantities of wo:k to be done at unit p:ices ate opp:oximate only, and ate intended p:tncipal]y to se:va as a guide in evaluating bids. Payments fo: such items will be made on the basis of the acius! quantity Inca:po:seed in the wo:k. It is fu:the: ag=sad that the quantities of wo:k to be done .unit p:ices and mate:la! to be fu:nished may be thc:eased diminished as may be considered necessaz~/' to complete the fully as planned and contemplated, and that all quantities of week whethe: Increased o: deqteased ate to be pa:fo:mad at the unit p:tces set fo=th below, except as p:ovtded fo: in the Specifications. ]t is fu:the: agreed that lump sum p:lces may be lnc:eased to cove= additional ~o:k o:de:ed by the C)bdNER, but not shown on the Plans o: :equt:ed by the Specifications, in acco=dance with the p:ovisions of the Gene=al Conditions. Simila:ly, they may be dec:eased to cove: deletion of wo:k so o:de:ed. Sec. 00~00 B/DDER he=eb¥ ag=ees to commence wo=k unde= this cant=act on o~ befo=e a data to be specified in w~ttten "Notice to P~oceed" by the OWNER and to fully complete the p~o)ect within 300 consecutive calenda= days the=eafte~ as stipulated tn the Specifications. BIDDER fu=the~ agrees to pay as liquidated damages, the sum of $750.00 fo= each consecutive caIendo= day the=eafte= as he=etnofte= p=ovtded in Pa=ag=apb 1.~, E of the Special Conditions. Accompanying this p=oposal is a Ce=tilted o= Cashie='s Check payable_t~, the_ ~tty of Coppel! {Bid Bond, in the amount of which is five pe=cent {S~, of the g=eatest amount bid. BIDDER acknowledges =eceipt of the following addendum: Ill non-issued, indicate N/Al ADDENDA fl ~::~..., ~.. DATE__J ~.~_~__~,..,~__ ADDENDA ff ~ DATE ~E~A ff ~ DATE ...... ~ ...... ~E~A ff ..... ~/~ DATE SUBCONTRACTORS: B]DOER shall ]tst below p=tnctpal subcont=acto=s p=oposed fo= use on this p=o~ect: NANE ADDRESS PHONE NO. ~ ~,_~_ £ ~_~...-,-,,-, ~: ~_ Lo_~_e_,~ ~ _,-,_,,_~,~_~ ~. ~-._ _--._~_e,_',-,, ____~=~,_,_ ~'_/~"[_~*_ ~-_ _~"e _~,,~_. _~.._-??._~_ ~ _'J,J ~ - c;,..,... %e,_-~._ ~, .............. _cD_t: ~_t..,.,_~_ BIDDER agzees to pe=fomm a]] the wo=k descmtbed in the Specifications as shown on the Plans fo= the following unit p=Jces: IAmounts a=e to be shown in both wa=ds and ftgu=es. ]n case of disc=epancy, the amount shown in wa=ds wi]] gove=n. I Sec. 00300 ! 1 ! ! ! ! I I ! ! ! I ! ! 1 I I I I BASE BID FORM (excluding bridge) PRO.JECT~ MOORE ROAD IMPROVEMENTS LocATION; Coppell, Texas ITEM DESCRIPTION APPROX. U NIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 104.1 Sawcut e~st. concrete 104.2 S~t e~st. ~phalt Re~ve old c~crete or Roa~ay exca~tion I ! ! I ! ! 1 ! I !"' ! ! I I ~ , , BASE BID FORM (excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas ITEM DESCRIPTION APPROX. UNIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Sodding for erosion ~_ 162.1 control (block-sodding) 1,084 SY ~c.~---~'° '-V-~~-r-~ ~,~---~ ~,~'z-'E~ 164.1 Seeding (hydremulching) 11,355 SY ~ 166.1 Fertilizer (200#/Ac) 440 LB O. ~ ---~,~-~4 ~.,~-r~ ~. ,~ 168.1 Sprinkle irrigation 107 M.G. Flexible base ~-(~..~.,~ ~__.~,..~_.~ *** 248.1 (delivered) Ty. A, Gr.2, 697 CY Cl. I Salvaging ~ replac~ zoo Li~ t~a~nt for 260.1 materials ~ place 24,584 (~ity C~trol) *** 264.1 ~ A (18~/SY) 221 ~N ~CP, ~. D, Cl. A, 340.1 (ll0~/~/I~ 142 *** INDICATES QUANTITY REVISED.. ! ! I I I I I I i ] ! I I I I I I I ! BASE BID FORM (excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppe11, Texas ITEM APPROX. UNIT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE ~t~CP, TM. B., Cl. A 540.2 (ll0~/~/IN) (~tours) 617 ~N ~. 6" Concrete pave~nt 360.1 (~000 psi) 22,928 ~nolithic curb ~O.Z 8,424 (~00 psi) ~0.5 C~crete street he~er 127 560.4 Concrete railro~ ~ader 100 LF k~.~ Class A c~crete 421.1 (culvert ~s.) 49.8 This line is blank! I ! ! I I I I ! ! ! I I I 1 ! I I - I ! BASE BID FORM (excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas ITEM DESCRIPTION APPROX. UNIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 464.1 18" RCP, Class III 1,745 464.2 21" RCP, Cl~s III 628 464.3 24" RCP, Class III 816 464.4 27" RCP, Class III 286 464.5 50" RCP, Class III 499 464.6 56" R~, Cl~s III 728 464.7 48" RCP, C[~s III 94 464.8 4' x 2~ R~C (C-850) 228 464.9 5' x 2' R~C (C-850) 197 ! 1 I ! I I ! I I I ! I I ! I I I I 1 BASE BID FORM {excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas ITEM DESCRIPTION APPROX. UNIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Precast 7' x $' RCBC ~.~ ~.~~ rap incl.) (C-789) ~ ~~ 470.2 ~e "C' Hea~all (md) 4 ~ _,ifF' ! I ! I .! ! ! ! I 1 ! ! I I ! I I BASE BID FORM (excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas IT E M APPROX. U N IT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 10' curb inlet/10' curb 470.9 inlet (mod) 2 470.10 14' curb inlet 1 Store sewer m~ole, 470.11 ~e B S~ita~ s~er ~oles, 470.12 (4' ~d S' dia.) 2 476.0 i~.~n 18" dia. steel 101 c~xng pipe 479.1 Adj~t ~ole 4 S04.1 Field Office 1 6" concrete driv~ay/ 550.1 alley 1,036 5S0.2 4" sid~al~ ~,894 I~I~T~ ~I~ ~SED...~ ! I ! I I .! ! ! ! I I I ! ! I ! I ! 1 BASE BID FORM {excluding bridge) ~OJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas ITEM APPROX. UNIT ITEM NO DESCRIPTION UNIT UNIT PRICE WRITTEN QUANTITY PR ICE PRICE Rel~ate water se~ice Install water se~ice 30" D.I. s~ita~ 152 LF i I I 1 I ! ! I ! ! ! ! I ! I I I ! I BASE BID FORM {excluding bridge) PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: Coppell, Texas ITEM DESCRIPTION APPROX. U NIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 618.1 (include pull boxes) 387 LF to.~- ~'~ ~ A, ~, I I 1 I ! ! i I I I I ! ! ! I ! I ! ! BASE BID FORM {excluding bridge) PROJECT: HOORE ROAD IMPROVEMENTS LOCATION: Coppe11, Texas IT E M APPROX. U N IT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 676.2 (P-18-1-1O 99 FA Thermoplastic Pavement 335 LF (Insert Subtotal Base Bid on Bid Summary Sheet 16.) ! I I i ! I ! 1 ! I ! I ! I ! ! ! ! 1 BASE BRIDGE BID FORM (plan sheets B-1 thru B-9 applic.) PROJECT~ MOORE ROAD IHPROVEHENTS LOCATION~ COPPELL, TEXAS ITEM APPROX. UNIT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Structure excavation 400.1 (bridge) 425 Drilled shaft foundation 416.1 (24" dia.) 1,740 Class A Concrete (Bridge Lighting Fnds. ) 7.5 421.1 Class H concrete 421.2 (Bridge superstructure) 328.6 Class H concrete 421.3 (Bridge substructure) 308.7 6" concrete rip-rap 432.1 c.i.p. 609 Polyurethane Joint 433.1 reinforcing seal 125 Elastomeric bearing 435.1 pads 12 440.1 Reinforcing steel 99,690 i I ! 1 1 ! I I I ! I ! 1 I ! 1 I ! I BASE BRIDGE BID FORM (plan sheets B-1 thru B-9 applic.) PROJECT~ ~OORE ROAD IMPROVEI~NTS /OCATION~ COPPELL, TEXAS IT E M DE SCRI PT ION APPROX. U N IT ITEM NO OUANTITY [INIT PRICE UNIT PRICE WRITTEN I:~ICE 450.1 Railing (bridge) 382.5 LF 534.1 Structure approach slab 48 611.1 Bridge elec., c.t.p. 1 LS SUBTOTAL BASE "~'~/ ***SUBTOTAL BASE BRIDGE BID PRICE*** BRIDGE BID PRICE '(Insert Subtotal Base Bridge Bid on Bid Summary Sheet 1~.) I I I I I ! ! ! ! ! ! I 1 I I I ! 1 ! (Applicable plans to these items are T.H.D. bridge sheets 1 thru 16, plus any others referenced therein.) ALTERNATE BRIDGE BID FORM PROdECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM DESCRIPTION APPROX. UNIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 416 Drilled shaft (18" dia.~ 80 416 Drilled shaft (30" dia.'~ 482.5 Class C. concrete -421 (Abuts.) 50.6 Class C concrete 421 (Bents) 43.0 Class S concrete (slab) 421 (incl. sidewalk, haunch 257.2 diaframs) 425 Pre-stressed concrete beam (Type C) 1,183 Concrete rip-rap 432.1 (c~. A) ~,020 440 Reinforcing steel 67,367 Structural steel 442 (A~or joint) 2,250 I ! i I I .! ! I ! 'I I I ! ! I ! I I I ALTERNATE BRIDGE BID FORM PROJECT: HOORE ROAD IIqPROVEHENTS LOCATION: COPPELL, TEXAS ITEM DE SCRI PTI ON APPROX. U N IT IT EM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Rail (Type C4) Hod. ,i~. ~-.~--' ~.~.~:~ ~,~1o ~..~~ ~~o, ~ / ~50 A~um. 376 LF Class A concrete ~~ ~ ~ 546 (Approach s[ab) ~8.3 ~ ~'~ ~ ~' ~' 611.1 Bridge electrical c.i.p. I LS ~,~' ~ ~ ~~ ' TOTAL TOTAL ALTERNATE PRICE*** ALTERNATE PRICE (NRITTEN) ~ ~ttro), t j~f~0 ~.~_~ (Insert Alternate Bridge Bid on Bid Sumary sheet 16.) BID SUMMARY ITEM 1: ITEM 2: SUBTOTAL BASE BID SUBTOTAL BASE BRIDGE BID TOTAL BASE BID (ITEM 1 + ITEM ITEM 3: SUBTOTAL ALTERNATE BRIDGE BID TOTAL ALTERNATE BID (ITEM 1 + ITEM 3) NOTE: The figures listed above in the BID SUMMARY shall be the figures read publicly at the OPENING OF BIDS. SHEET 16 The above unit pstces shall include all ]abas, matesia]s~ bailing, shosing, samara], oveshead, psofit~ tnsusance, etc.~ to cove= the finished wo=k of the sevesa] kinds called ¢o=. BIDDER unde=stands that the Ob~IER =eserves the =ight to =eject any os all bids and to waive any informalities in the bidding. ]n the event the OWNER elects to accept the site=hate, cons=de=arian will be in the following osdes: TOTAL ALTERNATE BID The BIDOER agsees that this bid shall be good and may not be withdsawn fo= a pa=tod of ninety lg0l calendas days al=es the scheduled closing time fat seceivJng bids. Upon seceipt of w=itten notice of the acceptance of this bid, BIDDER will execute the fo:mai contract attached within ten 130} days end del=ye= a Su=ety Bond os Bonds as =equimed by the Genera] Conditions. The Bid Secumity attached tn the sum of __ fi__: ........ .--- ts to become the propesty of the OWNER in the event the contract and bond ese not executed within the time above set fo=th, as liquidated damages fo= the delay and additional expense to the OWNER caused the=eby. Respectfully submttted~ ASHLAR CONTRACTING COMPANY IFi=ml IiEAL-If bid is by a cospo=attonl P.O. BOX 713 LEWISVILLE, TEXAS 75067 Business Add=ess I 214.;4~6~-5509 T · ] ephone Number } Sec. 00300 PROJECT NANUAL INCLUDING 'CONTRACT DOCUNENTS AND SPECIFICATIONS FOR I~X~E ROAD IMPROVEMENTS CITY OF COPPELL DALLAS COUNTY, TEXAS 1985 P~epa~ed By: GINN, INC. Consulting Enginee=s 16135 P=eston Road Dallas/ Texas 752~8 TABLE OF C(~TENTS COVER PAGE TABLE OF CONTENTS INDEX TO DRAWINGS DIVISION 0 - BIDDING AND CONTRACT REQUIREHENTS 00020 - ADVERTISENENT FOR BIDS 00~00 - INSTRUCTIONS TO BIDDERS 00110 - GENERAL INSTRUCTIONS FOR BONDS 00220 - SOIL INVESTIGATION DATA 00300 - PROPOSAL AND BID FORN 00~00 - BID BOND 00500 - GENERAL CONDITIONS OF AGREENENT IG-1 thzu G-I~) 00510 - STANDARD FORN OF AGREENENT (SF-1 th~u SF-2) 00600 - PERFORNANCE BOND (PB-1 thzu PB-21 00610 - PAYNENT BOND (PB-3 thzu PB-~) 00630 - CERTIFICATE OF INSURANCE 00650 - SPECIAL CONDITIONS (Supplementazy Conditions) 07000 - STANDARD SPECIFICATIONS 07500 - SPECIAL PROVISIONS DIVISION ! - GENERAL REQUIREHENTS 01010 - SLMNARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYNENT 01310 - CONSTRUCTION SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA & SANPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUNENTS 01750 - WARRANTIES APPENDIX A - LOG OF BORINGS INDEX TO DRAWING8 SHEET NO. DESCRIPTION 1 2 3 5 6 7 S 10 11 12 13 15 16A 16B 17 20 21 22 23 VICINITY NAP SHEET INDEX & SUNHARY OF QUANTITIES RIGHT-OF-WAY NAP CONSTRUCTION SEQUENCE AND DETOURS DETOUR DETAILS B DETOUR DETAILS A & C PAVING STA. 0+00 TO S, O0 DRAINAGE STA. 0400 TO 5400 PAVINO AND DRAINAGE STA. 5400 TO 11400 PAVINO AND DRAINAGE STA. 11400 TO 16+50 PAVING AND DRAINAGE STA. 16450 TO 22+50 PAVING AND DRAINAGE STA. 22450 TO 28+50 PAVING AND DRAINAGE STA. 28450 TO 3~+50 PAVINO AND DRAINAGE STA. 3~450 TO ~O+SO PAVINO AND DRAINAGE STA. ~0450 TO EXISTINO PAVING AND DRAINAGE STA. ~6450 TO 52+50 SHEET A PROPOSED PAVING AND DRAINAGE STA. ~6450 TO 52450 SHEET B PAVING AND DRAINAGE STA. S2,S0 TO PAVERS AND SIDEWALKS STA. 0400 TO 16450 PAVERS ~ SIDEWALKS STA. 16+50 TO 3~+S0 PAVERS AND SIDEWALKS STA. 3~+50 TO 52+50 PAVING DETAILS DRAINAGE DETAILS NO. DRAINAGE DETAILS NO. 2~ 25 DRAINAGE DETAILS NO. 3 DRAINAGE AREA MAP GRAPEVINE CREEK BRIDGE: B-'m_ B-2 B-3 B-~ B-5 B-7 B-8 B-P GENERAL PLAN BARRIER RAIL AND SIDEWALK DETAILS SUPERSTRUCTURE PLAN AND DETAILS SUPERSTRUCTURE DETAILS ABUTMENTS -- PLAN AND DETAILS PIERS -- PLAN AND DETAILS FOUNDATION PLAN CHANNEL IMPROVEMENTS AND DETAILS BRIDGE ELECTRICAL CITY OF COPPELL STANDARD DETAILS: SD-1 SD-2 SD-3 SD-~ SD-5 SD-8 SD-9 SD-11 SD-I~ SD-15 SD-16 SD-17 SD-19 SD-20 SD-21 PAVING -- STRAIGHT CROWN STREETS PAVING -- PARABOL]C CROWN STREETS PAVING -- PAVEMENT JOINTS PAVING -- ALLEY AND DRIVEWAY RETURNS PAVING -- ALLEY GEOMETRICS STORM DRAINAGE -- MANHOLES STORM DRAINAGE -- CURB INLETS STORM DRAINAGE -- GRATE INLET - DROP-INLET STORM DRAINAGE -- HEADWALL DETAILS WATER -- VALVES WATER -- FIRE HYDRANT - SERVICE CONNECT]ON WATER -- WATER PIPE DETAILS SANITARY SEWER -- NANHOLE - CLEANOUT - CONNECTIONS FLARED WINOWALLS CONCRETE HEADWALLS CH-ll SECTION 00020 - ADVERTISEMENT FOR BIDS Sealed proposals addressed to the CITY OF COPPELL, Texas for MOORE ROAD IMPROVEMENTS will be received at the City of Coppe11 City Hall, 616 S. Coppe11 Road until 10=00 a.m., September 19, 1985, and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, FOrms of Contract, Plans, Specifications and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Ginn, Inc., Consulting Engineers 16135 Preston Road, Suite 112 Dallas, Texas 75248 (214) 386-6611 Copies may be obtained at the office of Ginn, payment of $75.00 per set, non-refundable. Inc. for a The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit amount, form and subject to Instructions to Bidders. with his bid, a security in the the conditions provided in the PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE= Construction of approximately 5,300 1.f. of 37' wide concrete pavement including grading, curb and gutter, pavers, storm sewer, utility relocation, asphalt pavement transitions, a new reinforced concrete bridge, removal of an existing bridge, and related construction. Concrete pavement shall consist of approximately 21,000 s.y. of 6" thick reinforced concrete with monolithic curb and gutter on lime-treated subgrade. The storm sewer consists of approximately 4,800 1.f. RCP, 480 1.f. pre-cast RCBC, headwalls, wingwalls, and related appurtenances. The new bridge will span Grapevine Creek and consist of 170 1.f. of reinforced concrete T-beam on 4 pier walls and 2 abutments with related foundation. CITY OF COPPELL S/Lou Duggan Lou Duggan, Mayor Auaust 21. 1985 Date (PLANS WILL BE AVAILABLE SEPTEMBER 2, 1985) Advertisement dates: September 1, 1985 September 8, 1985 September 15, 1985 ~ECTION 00100 - INSTRUCTIONS !9_~1~8~ PART ~A_~ENERAL 1.1GE~g_R&_L Defined Tez~as: Ts:ms used in these ]nst:uctions to Bidders which a:e in the Gene:al Conditions of the Const:uction Contract, have the meanings assigned to them in the Gene~! Conditions. (~e:: Whereve~ the wo:d "O~ER" is used in the specifications and Cant:act Documents, Jt shall be understood as refer=lng to the ~_~_ggee~JJ Coppell, Texas. Engines== Wherever the word "ENGINEER" is used in the specifications and Contract Documents~ it shall be understood as referring to ~OO~__~Og~l 16135 P:eston Road, Suite l12z Dallas, Texas 752a8~ phone 12la! 386-6611. Inspector: The au:ho:izod rep:es.nra:tvs of the Enginee:~ assigned to sups:vise and inspect any or all parts of the work and the materials to be used the:sin. Bidde:: An individual, ft:m o: co~po:ation o~ any combination the:eof/ submitting a p:oposal. Cant:actor: The individual, firm o: co:para:ton or any combination the:eof, pa:ty of the second part, with which the cant:act is made by th~ City of Coppel]~ Texas. Superintendent= authorized to Engineer and const:uction. The rep:es.nra:iv, of the Cant:actor receive and fulfill instructions from the who shall supervise and dt:ect the Documents= Complete sets of the Bidding Documents Ifull-size d:a~tngs and spectficationsl may be obtained from the Engines: upon receipt of the :squired payment as stated in the Adve:ttsement fo: Bids. The payment is non-:efundable. No Bidding Documents will be issued late: than two (2! days prior to the date fo: receipt of bids. If ~equested, Bidding Documents will be mailed upon ~ecetpt of the :squired poyment~ plus a $5.00 handling and shipping charge. Plans and specifications may be examined at Oinn, Inc., and copies may be obtained upon p~oviding the requi:ed payment. Plans a:e also made available to the Dodge Room and Texas Contractor. No pa::iai sets of plans, specifications o: p:oposal fo:ms will be issued. Sec. OOlO0 1 Complete sets of Bidding Documents shall be used in preparing Bids; neither O~ne: no: Engineer assume any responsibility for errors o: misinte:pretations resulting from the use of incomplete sets of Bidding Documents. Discrepancies: Should a Bidder find any discrepancy, ambiguity, inconsistency, error or omission from the drawings, specifications o: p:o~ect manual or of the site and local conditions, or be in doubt as to'th.i: written meaning; it is requested that the Bidder promptly notify the Engineer who then will send a written instruction o: interpretation to all known holders of the documents. Neither the O~ner nor the Engineer will be responsible for any oral instructions. Addenda: Any addenda to the drawings, specifications, o: pro~ect manual issued before or during the time of bidding shall be included in the proposal and become a part of the contract. Addenda will be mailed or delivered to all Bidders receiving a complete set of Bidding Documents. No Addenda will be issued later than four I~1 days prior to the date for receipt of bids except an Addendum~ if necessary, postponing the date for receipt of bids or withdrawing the request fo: bids. Each Bidder shall acknowledge on bid proposal that he has received all Addenda issued. Substitutions: The materials, products and equipment described in the specifications and/or shown on the drawings establish a standard or required function, dimension, appearance and quality as required by the Engineer. NO SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING. 1.2 BIDDING Method of Bidding: The proposal provides fo: quotation of a price; or prices~ fo~ one o: more bid items, which may be lump sum bid prices, alternate bid prices, o: a combination the:eof. No payment will be made fo: items not set up on the p:oposal~ unless otherwise provided by contract amendment. All Bidders are cautioned that they should include in the prices quoted fo: the va:taus bid items all necessary allowances fo: the performance of all work required for the satisfactory completion of the project. Single bids received on general cant:act will include general and mechanical construction. Sec. OOlO0 Subcontracts: The bidder is specifically advised that any person, fiz~n or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these will be sufficient grounds to reject the proposal. 1.3 BID SECURITY Bid Security shall be made payable to the City of Coppell in an amount of five percent {5~! of the Bidder's maximum Bid price and in the form of certified or bank check or a Bid Bond issued by a Surety Company holding a permit from The State of Texas to act as surety. Be The Bid Security of the Successful Bidder wil! be retained unti! such Bidder has executed the Agreement and furnished the required Cant=act Security, whereupon it will be returned~ if the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contact Security within fifteen 115! days of the Notice of Award/ Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the sixty-first day after the Bid Opening or until a contract is awarded. Bid security of other Bidders wil! be returned within thirty 130! days of the Bid Opening. Ae To demonstrate qualifications to perfo=m the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of the types set forth in the Supplementa=y Conditions, such as financial data, previous experience and evidence of Bidder's qualification to do business in The State of Texas or covenant to obtain such qualification prior to award of the contract. B. Additionally, all Bidde=s shall be prepared to show that they a=e skilled/ expe=ienced in, and have been regularly engaged in the type of construction involved and that they have the necessa=y financial resources to finish the Nork in a p~oper and satisfactory manner in the time specified. C. The Engineer and Owner reserve the right to require documented evidence of the foregoing from the Contractor prior to award of 'the contract. Sec. 00100 3 .1..5 EXANINATZON OF CONTRACT DOCUMENT_S___AIL~__S_I_T_E A. Conditions of Wa:k: Each Bidde: must fully tnfo:m himself of the conditions :elating to const:uction of the project and employment of labo: the:eon. Fallu:e to do so will not :alleys a Successful Bidde: of his obligation to furnish all material and labor necessaW to catty out the provisions of his contact. Insole: as possible, the Cant:actor must employ methods o: means to cause no in:et:up:ion of o: inte:fe:ence with the wo:k of any othe: cant:acta:. Examination of Site= All Bidde:s, including the gene:al Cant:ac:at and subcont:acto:s shall examine ca:efully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved thetein~ and shall examine ca:efully all dtawings~ specifications and other Con:tact Documents to familiarize himself with all of the :equf:ements, terms and conditions the:eof. Any information :elating to the Wo:k furnished by the O~ne: at othe:s~ at failure to make these examinations shall in no way :alleys any Bidde: from the responsibility of fulfilling all of the ts:ms of the cant:act, if awe:dad a cant:act. Also~ failu:e to visit the site will in no way :elieve the Successful Btdde: f:om furnishing any materials at ps:fo:ming any wo:k :equt:ed to complete Wo:k in acco:dance with d:awings and pta)act manual without additional cost to the Laws, Regulations, Pe~its and Taxes: The Bidde:'s attention is dj:acted to the fact that all applicable state laws, municipal o:dinances, :ules and regulations of al! authorities having Jurisdiction over construction of the project shall apply to the con:tact th:oughout, and they shall be deemed to be included in the contract the same as though he:sin written out in full as a pa:t of these documents. Cant:actor shall secu:e, and include compensation fot~ in his p:oposa], all ps.mits and all ~equt:ed taxes which ate levied by gove:ning bodies and which ate assessable upon labor and matetia]s entering into this Work. Rare:ante is made to the Supplementa:y Conditions fat the identification of those :epa:ts of investigations and test of subsu:face and latent physical conditions at the site o: othe~tse affecting cost~ ptog:ess at pa:fo:manta of the Work which have been :sited upon by Engines: in preparing the d:awings and specifications. O~ne: will make copies of such :epa:ts available to any Btdde: requesting them. These :sports ate not guaranteed as to accuracy at completeness~ not ate they part of the Con:tact Documents. Berate submitting his Bid each Bidder will, gt ht~_gwn ~D~O!~x make such additional investigations and tests as the Btdde: may deem necessary Sec. 00100 Ge to determine his Bid for performance accordance w~th the time, price and conditions of the Contract Documents. of the Work in other terms and On request~ O~ner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessa=y for submission of his Bid. The lands upon which the Work is to be perfo=med, rights-of-way for access thereto and other lands designated for use by Contractor in perfo=ming the Work are identified in the Supplementary Conditions, General Requirements or Drawings. The quantities of work or materials as set forth in the proposal form or on the plans are a calculated approximation and are for the purpose of comparing the Bids on a uniform basis. Payment will be made by the O~ner to the Contractor only for the actual quantities of work perfoz~ed or mate=isis furnished in accordance with the contract. The quantity of work to be done and materials to be furnished may be increased or decreased as hereinafter provided. Obligation of Bidder= At the time of opening of bids, each Bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the d=owings, specifications and the project manual~ including all addenda. The submission of Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all ts=ms and conditions for perfo=mance of the Nork. 1.6 BID _F~_~&L~ Re Gene=al= Bid Proposals shall be based exactly on the documents as issued. No substJtutJons~ revisions ot omissions from the plans and/or specifications will be accepted unless authorized in writing by the Engineer. The proposal fo=m is attached hereto~ additional copies may be obtained from the Engineer. Bid proposals must be completed in ink o= by typewrite=. The Bid p=tce of each item on the fo=m must be stated in words and numerals~ in case of a conflict~ words will take precedence. Sec. 00100 5 The Bid p=oposal must be signed with the full name of the Contracto= and his add~ess~ if a pa=the=ship, by a membe= of the fi=m with the name and add=ess of each membe~ if a co=po=arian, by an offices the=eof, the co,po=ate name, and have a co=po=ate seal affixed. Fozm: Make all proposals on fo:ms p=ovided and fill all applicable blank spaces without int.=lin.arian, site=arian os erasu=e and must not contain =.capitulation of the Ho=k to be done. No o=al, telegraphic, or telephonic proposals will be constde=ed. Any addenda issued du=ing the bidding shall be noted on the p=oposal fo:m. Submittal= Each Bidde= shall submit his Bid completely and p=ope=ly on p=oposal forms p=ovided. Each Bid, without the "Specifications and Cant:act Documents"~ shall be enclosed in a sepa=ate sealed envelope, with the words "Bid for" followed by the p~oJect title and the Bidde='s name and add:ess, and accompanied by the Bid Secu=ity and othe= :equi=ed documents. If the Bid is sent through the mail o: othe= delivery system, the sealed envelope shall be enclosed in a sepa:ate envelope with the notation "BID ENCLOSED" on the face the=eof. Specifications and Cant:act Documents =etu=ned with the Bids. shall not be Teleg=aphic Nodifications= Any Bldde= may modify his Bid by teleg=aphic communication at any time p=ovided such communication is =sc.ired by the O~ne= prto= to the scheduled closing time. H=itten confi=mation must be =eceived within two days f:om the closing time o: no conside=ation will be given the teleg=aph modifications. ~ithd~wal: If, within twenty-fou: hours aft.: Bids opened, any Bidde= files a duly signed w=ttten notice with O~ner and p=omptly the=.aft.: demonst=ates to the :easonable satisfaction of C~ne: that these was a material and substantial mistake in the p=epa:ation of his Bid, that Bidde: may withd:aw his Bid and the Bid Security will be =etu=ned. The=.aft.=, that Bidde: will be disqualified f:om fu=the: bidding on the 1.7 OPENING OF BI_D~_ The City of Coppell~ Texas Ihe=ein called the invites all Bids on the fo=m attached he.eta, all blanks of which must be app=op=tately filled in. Bids will be =eceived by the O~ne: at ~gg§~_~P.O. Box a?8!, and then at said location publicly opened and =sad aloud. The envelopes containing the Bids must be sealed~ add:essed to the City of Coppell, and designated as "Bid fo= MOORE ROAD IMPROVEMENTS. Sec. 00100 1.8 1.9 When Bids a=e opened publicly they will be =sad aloud, and an obit=act of the amounts of the base Bids and ma)o= site=nates {if anyl will be made available arts= the opening of Bids on a bid tabulation sheet sent to all bidde=s. B X DS_ _l'_O__R_E_N All Bids shall =emain open fo= ninety i90! days arts= the day of Bid Opening, but C)~ne= may, in hts sole disc=etlon, =elease any Bid and =etu=n the Bid Secu=ity p=io= to that date. CONTRACT AWARD C~ne= =ese=yes the sight to =e)ect any and all Bids, to waive any and all lnfo=malities and to negotiate cant=act ts=ms with the Successful Bldde=, and the =tght to dts=ega=d all nonconfo=ming, non=esponsive o= conditional Bids. Dtsc=epancies between wa=ds and figu=es will be =esolved tn faro= of wa=ds. Disc=epanctes between the indicated sum of any column of figu=es and the cos=sci sum the=eof will be =esolved in faro= of the co==ect sum. In evaluating Bids, O~ne= shall conside= the qualifications of the Bidders, whethe= o= not the Bids comply with the p=esc:ibed =equl:ements, and site=nates and unit p=ices if =equested in the Bid fo:ms. It is the Owne='s intent to accept site=nates (if any a=e acceptedl in the o=de= in which they a=e listed in the Bid fo=m, but O~ne= may accept them in any o=de= o= combination. C~ne= may consider the qualifications and expe=ience of subcont=acto=s and othe= ps=sons and o=gantzattons lincluding those who a=e to fu=ntsh the p=lnctpal items of mate=ia] o= equipment] p=oposed fo= those po==ions of the Wo=k as to which the identity of subcont=acto=s and othe= ps=sons and o=gantzations must be submitted as p=ovided in the Supplementa=y Conditions. Ope=sting costs~ maintenance constde=ations, pe=fo=n~ance data and gus=an=ess of mate=isis and equipment m~y also be constde=ed by C~ne=. Owns= may conduct such investigations aa he deems necessa=y to ass=st tn the evaluation of any Bid and to establish the =esponsibllity, qualifications and financial ability of Btdde=s, p=oposed subcont=acto=s and othe= ps=sons and o=ganizations to do the Wo=k in acco=dance with the Cant=act Documents to satisfaction within the p=esc=tbed time. Owns= =ese=yes the =tght to =e)ect the Bid of any Bidde= who does not pass any such evaluation to Owne='s satisfaction. Sec. 00100 7 If the contract is to be awarded it will be awarded to the lowest Bidder whose evaluation by O~ner indicated to O~ner that the award will be in the best interests of the project. If the contract is to be awarded, O~ner will give the Successful Bidder a Notice of Award within ninety 190) days after the day of the Bid opening. After award of contract to Successful Bidder, the Contractor shall agree to begin work within ten {10) calendar days after the date of 'Notice to Proceed# of the C~ner and to fully complete the pro~ect within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owne= and Contractor. 1.10__L!_QLJ_ID_A_T_ED__I_DANAGES F_OI~___F_A!_L_U~_[~ TO In the event the Btdde:'s p:oposal ts accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen {15} days after he has received notice of the acceptance of his Bid, un]ess given a written extension of time by the O~ner, then the Bidder will be considered as having abandoned his proposal and his Bid Security wi]] be retained by the C~ner as liquidated damages, IT NC~ BEING AGREED that the specified sum of the Bid Security is a fair estimate of the amount of damages that the C~ner will sustain in case the Bidder fails to ante: into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. 1.11 CONTRACT TINE Am The number of days within which, o: the date by which, the Nork is to be completed Ithe Cont=~ct Time) is set forth in the Bid Form and will be Included in the Agreement. The Contract Time for this p=o~ect is: THREE HUNDRED 1300! CALEM)AR DAYS Extension of time of completion will be permissible in accordance with Section ~.02 of Genera] Conditions of Ag:semen:. _~_._~_~_L!_QL~_IDATE_D__D__Ab~__G_E_~ Provisions fo: liquidated damages are set fo:th in the Proposal. Liquidated damages for this project are: SEVEN HUNDRED FIFTY DOLLARS II?S0! PER CALENDAR DAY Sec. 00~00 8 ~. t3 8UBCONTRA_C_T_OI~__S~ ETC. If the appa=ent Successful Btdde=, and any othe= Btdde= so =equested will within seven {7} days arts= the day of the Bid Opening submit to the O~ne= a list of all the subcont=~cto=s and othes ps=sons and o=gantzattons {including those who a=e to fusntsh the p=lncipa] items of mate=lal and equipmentl psoposed fo= those po=tions of the Wo=k as to which such identification is so sequised. Such list shall be accompanied by an expestence statement with pe=tinent infosmation as to simtla= psoJects and othe= evidence of qualification fo= each such Subcont=acto=, pesson and osganizatton if =equested by the Owns=. If Owns= o= Engines= aries due investigation has seasonable objection to any p=oposed Subcont=octos, othe= ps=son o= osganization, eithe= may befose giving the Notice of Awasd sequest the appasent Successful Btdde= to submit an acceptable substitute without an inc=ease to Bid p=tce. If the appa=ent Successful Btdde= declines to make any such substitution, the Cant=act shall not be awa=ded to such Blddes, but his declining to make any such substitution will not constitute g=ounds fo= sac=tricing his Bid Secu=tty. Any Subcont=acto=, othe= pesson o= o=ganization so listed and to whom Owns= os Enginees does not make w=itten objection palos to the giving of the Notice of Awa=d will be deemed acceptable to Owns= and Engines=. In cant=acts whe=e the Cant=act Psice is on the basis of Cost-of-the-Nosk Plus a Fee, the appasent Successful Btdde=, psio= to the Notice of Awasd, shall identify in waiting to Owns= those po=ttons of the No=k that such Bidde= p=oposes to subcont=act and arts= the Notice of Awa=d may only subcont=act othe= po=tions of the Wo=k with Owne='s w=itten consent. No Cont=acto= shall be =equt=ed to Subcont=acto=~ othes ps=son o= osganlzatlon he has seasonable objection. employ any agatnst whom 1.24 PERFORIKM~E Secu=lty fas Faithful Pe=fo=mance: Simultaneously wtth his delive~-y of the executed contsact, the Contsactos shall fusntsh a susety bond o= bonds as secusity fo= faithful pe=fo=mance of this contsact and fo= the payment of all ps=sons ps=fo=ming labo= on the psoJect unde= the cont=act and fusnish matesials in connection with this cont=act. The su=ety on such bond os bonds shall be by a duly autho=lzed susety company, satisfactosy to the Owns=, if =equested by the Bidde=. Sec. 00100 9 When O~ne~ gives a Notice of Awazd to the Successful Bidde~, it will be accompanied by at least six unsigned counterparts of the Agreement and all othe~ Contract Documents. Within fifteen 115! days thereafter, Cont~acto~ shall sign and delive~ at least six counterparts of the Agreement to O~ne~ with all othe~ Contract Documents attached. Within ten I10! days the~eafte~ O~ne~ will delive~ all fully signed counterparts to Contractor. Enginee~ will identify those portions of the Contract Documents not fully signed by C~ne~ and Cont~acto~ and such identification shall be binding on all pa~ties. END OF SECTION Sec. 00100 10 SECTION 00110 - GENERAL INSTRUCTIONS _F_O~__BOND$ PART 1: GENERAL The su=ety on each bond must be a :esponsible su:e.ty company which is qualified to do business in Texas and satisfacto=y to the Ce The name, including full Ch:lsttan nome, and :esidence of each individual pa:ty to the bond shall be tnse:ted in the body the:eof, and each such pa=ty shall sign the bond with his usual signatu=e on the line opposite the sc:oil seal, and if signed in Naine, Massachusetts o: New Hampsht:e, an adhesive seal shall be affixed opposite the signature. If the p:incipals a:e pa:tne:s, that: individual names will appea: in the body of the bond, with the :act:al that they a:e pa:tne:s composing a fl:~, naming it, and all the membe:s of the ft=m shall execute the bond as individuals. The signatu:e of a witness shall appea: in the app=op=late place, attesting the stgnatu:e of each individual Pa:ty to the bond. If the p:incipal o: su=ety is a co:po:atton, the name of the state in which tnco=po=ated shall be lnse:ted in the app:op:iate place in the body of the bond, and said tnst:ument shall be executed and attested unde= the co=po:ate seal, the fact shall be stated, in which case a sc:all o: adhesive seal shall appea: following the co:po:ate name. The official cha:acte= and autho:lty of the pa:son pa:sons executing the bond fo: the p:lnclpal, if a co=po:ation, shall be ce:tilled by the sec:eta:~/ assistant sec:eta:y acco:ding to the fo~m attached he:eta. In lieu of such ce:tificate, taco:ds of the co:po:ation as will show the official cbs:ac:e: and autho:ity of the office: signing, duly ce:tilled by the sec:etaz~/ o: assistant sec=eta=y, unde= the co~po=ate seal, to be t:ue copies. The date of this bond must not be p:io= to the date of the cant=act in connection with which it is given. Amounts of bonds shall be as set fo:th in Pa:ag:apb 3.10 of the Gene:al Condition. Sec. 00110 1 SECT]ON 0220 - ~_/_L_.~I~I¥~_S_T.~.GATION DATA _~.1 GENERAL: A 'soil investigation =epo:t has been p=epa:ed fo= the p=oposed lmp=ovements and obtained by the Engines: fo= his own use in designing the 'p=oJect. Its accu=acy o= completeness is not gua=anteed by the Owns= o: the Engines= and in no event is it to be conside=ed as pa=t of the cant=act plans o= specifications. Cant=acta= shall not =ely on subsu=face info=ma:ion obtained f=om Engines=, o= lndt=ect]y f=om O~ne~. Btddezs should visit the site and acquaint himself with conditions p=to: to bidding. Additionally, the Btdde=/Cont:acto: may make his own investigation of existing subsu=face conditions. Net:he= the O~ne=, no= the Engines= will be =esponsible in any way fo= additional compensation fo= additional wo=k pe:fo:med unde: the cant=act due to Cont=acto:'s assumptions based on subsoil data p=epa:ed solely fo: Engtnee:'s use. A copy of this soil investigation :epo=t may be inspected at the Engtnee='s office. It is available fo= info:ma:ion only and is not a wa=tanty of subsu=face conditions. The data is available fo= :eview by bidding cont~cto=s upon w=ttten =equest. Requests a:e :equl=ed to be in the fo]lowing form: "Please fo~a:d copy of soil investigation =epo:t fo= the sub~ect pto~ect. The cant=acting ft=m he=sin named releases the Owns= and Engines= from any responsibility o: obligation as to its accu=acy o= completeness o: fo= any additional compensation fo= wo=k pe=fo=med unde: the cant=act due to assumptions based on use of such fu=nished info=ma:ton." D. A copy of the "log of bo=ings" is in Appendix A. EI'~ OF SECTION Sec. 00220 1 ~ECTION 00300 - ~g__P(~:-~.AL AND BID FORN FOR: MOORE ROAD IMPROVEMENTS TO: CITY OF COPPELL (hereinafte~ called "Ok~IER"! P. O. BOX ~78 616 S. COPPELL ROAD COPPELL, TEXAS 75019 Gentlemen: The BIDDER, in compliance with you~ invitation fo~ bids fo~ the above ~efe~enced project, having examined the plans and specifications with ~elated documents and the site of the proposed wo~k, and being familia= with ail of the conditions su~=ounding the construction of the p~oposed p~oJect including the avatlabi]ity of materials and labor, he=eby p~oposes to furnish all labor, materials, and supplies, and to construct the p~oJect in accordance with the Contract Documents, of which this p=oposal is a pa~t. The undersigned, as BIDDER, declares that the only person parties interested in this proposal as p~lnclpals a~e those named herein, that this p~oposal is made without collusion with any othe~ pe~son, firm or ¢o~poratton~ that he has carefully examined the fo~m of contract, Notice to Bidders, Specifications, and the Plans he~etn referred to and has carefully examined the locations, conditions and classes of materials called fo= in the Contract and Specifications in the manner p~escrtbed and acco=ding to the requirements of the O~ne~ as he~etn set fo~th. It is understood that the following quantities of wo~k to be done at unit p~ices are app~oximate only, and are intended p~tnclpally to serve as a guide in evaluating bids. Payments for such items will be made on the basis of the actual quantity incorporated in the wo=k. It is fu~the~ agreed that the quantities of work to be done at unit p~ices and material to be furnished may be increased diminished as may be considered necessary to complete the fully as planned and contemplated, and that all quantities of work whethe~ increased o= decreased a~e to be pe~formed at the unit p~lces set forth below, except as p~ovided fo~ in the Specifications. It is fu~the~ agreed that lump sum p~tces may be increased to cove~ additional work ordered by the O~dNER, but not shown on the Plans o~ ~equt~ed by the Specifications, in acco=dance with the p~ovistons of the General Conditions. Similarly, they may be decreased to cove~ deletion of work so o=de~ed. Sec. 00300 1 BIDDER he=eby ag=ees to commence wo=k unde= this cant=act on o= befo=e a date to be specified tn w=itten "Notice to P=oceed" by the OWNER and to fully complete the p=o~ect within 300 consecutive calenda= days the=eafte= as stipulated tn the Specifications. B]DDER fu=the= ag=ees to pay as liquidated damages, the sum of $750.00 fo= each consecutive calenda= day the=eerie= as he=etnafte= p=ovtded in Pa=ag=apb 1.~, E of the Special Conditions. Accompanying this p=oposal is a Ce=tilled o= Cashte='s Check payable to the City of Coppe]l IBtd Bond} in the amount of .... Dolla=s l$ which Js five pe=cent 15~! of the g=eatest amount bid. BIDDER acknowledges =ecetpt of the following addendum: {If non-issued, indicate N/Al ADOEkOA ff DATE ......... ADOENDA # DATE ADDENDA ~ DATE_ ADDENDA ff DATE ..... SUBCONTRACTORS: BIDDER shall list below p=tncipal subcont=acto=s p=oposed fo= use on this p=o~ect: H~ ADDRESS PHONE NO. BIDDER ag=ees to pe=fo=m all the wo=k desc=tbed in the Specifications as shown on the Plans fo= the following unit (Amounts a=e to be shown in both wa=ds and figu=es. In case of disc=epancy, the amount shown in wa=ds will Sec. 00300 ! ! ! I I I i ! I ! ! I I I ! I 1 I ! BID FORM PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM DESCRIPTION APPROX. U N IT ITEM NO (~UANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 100.1 Prepare Right-of-way 53.7 STA Clearing and grubbing 102.1 (Beyond ROW limits) .5 ACRE 104.1 Sawcut existing concret~ 889 LF 104.2 Sawcut existing asphalt 455 LF Remove old concrete or 104.3 old asphalt 270 SY 105.1 Remove existing bridge 1 LS Roadway excavation 110.1 (Density Control) 7,204 CY 120.1 Channel excavation 447 CY Borrow (Density control~ 131.1 (Delivered)(+20% shrink,) 4,902 CY ! I I i ! i I I I I I ! ! I ! I ! I ! BID FORM PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS IT E M APPROX. U N IT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Sodding for erosion 162.1 control (block-sodding) 1,084 SY 164.1 Seeding (Hydromulching) 11,335 SY 166.1 Fertilizer (200#/Ac) 440 LB 168.1 Sprinkle irrigation 107 M.G. Flexible base (Delivered) Ty. A, Gr.2 248.1 Cl. I 554 CY Salvaging & replacing 252.1 Base 200 CY Lime treatment for materials in place 260.1 (Density control) 24,457 SY Lime slurry (4%) 264.1 Type A (18#/SY) 229.1 TON HMACP, Ty. D, Cl. A, 340.1 (ll0#/SY/IN) 142 TON 1 ! ! I I 1 I I ! I ! I I I I I I ! I BID FORM PRO,JECT: MOORE ROAD IMPROVEH[~TS LOCATION: COPPELL, TEXAS ITEM DESCRIPTION APPROX. U N IT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE HNACP, Ty. B, Cl. A 340.2 (ll0#/SY/IN) (Detours) 617 TON 6" Concrete pavement 360.1 (3000 psi) 22,928 SY 360.2 Monolithic curb 3000 psi 8,424 LF 360.3 Concrete street header 127 LF 360.4 Concrete railroad heade~ 100 LF Structure excavation 400.1 (Bridge) 425 CY Drilled shaft 416.1 foundation 1,740 LF 421.1 Class A concrete 57.3 CY Class H concrete 421.2 (Bridge superstructure) 328.6 CY I I I I ! I I I ! I ! ! I ! I I I I ! BID FORM PROJECT: MOORE ROAD IHI:'ROVEHENTS LOCATION: COPPELL, TEXAS IT E M DE SCRI PTI ON APPROX. U N IT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Class H concrete 421.3 (Bridge substructure) 308.7 CY 6" Concrete Rip-Rap 432.1 c;i.p. .. 609 SY Polyurethane joint 433.1 reinforcing seal 125 LF Elastomeric bearing 435 1 pads 12 EA 440.1 Reinforcing steel 99,690 LB 450.1 Railing (bridge) 336 LF 450.2 Railing (culvert) 45 LF 450.3 Handrail 85 LF 464.1 18" RCP, Class III 1,743 LF I ! ! I ! 1 ! I I ! I I I ! I ! ! I ! BID FORM PRO4ECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM DESCRIPTION APPROX. U N IT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 464.2 21" RCP, Class III 628 LF 464.3 24" RCP. Class III 816 LF 464.4 27" RCP, Class III 286 LF 464.5 30" RCP, Class III 499 LF 464.6 36" RCP, Class III 728 LF 464.7 48" RCP, Class III 94 LF 46&-R /.'w ?' RCRC (C.-850) 228 LF 464.9 5'x 2' RCBC (C-850) 197 LF Precast 7'x 5' RCBC (headwalls, conc. rip- 464.1C rap incl.)(C-789) 60 LF ! ! ! ! I ! ! I I I ! I ! I I I ! I ! BID FORM PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM DESCRIPTION APPROX. U N IT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 470.1 Type "B" Headwall (mod.) 5 FA 470.2 Type "C" Headwall (mod.~ 4 EA Junction Box 470.3 Location A 1 EA 470.4 Type "A" Headwall (mod.~ 2 FA 470.5 Drop inlet (mod.) 1 EA 6' curb inlet/ 6' curb 470.6 inlet (mod.) --9 EA 470.7 6' recessed inlet 17 EA 470.8 10' recessed inlet 14 EA 10' curb inlet/ 10' 470.9 curb inlet (mod.) 2 FA i ! ! I i ! ! ! ! I I ! ! ! I I I I I BID FORM PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM APPROX. U N IT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 470.10 14' curb inlet 1 EA Storm sewer manhole, 470.11 Type B 3 EA Sanitary sewer manholes, 470.12 (4' and 5' dia.) 2 EA RR bore c.i.p, including min 18" dia. steel 476.0 casing pipe w/appurt. 101 LF 479.1 Adjust manhole 4 EA 504.1 Field office 1 LS 6" concrete driveway/ 530.1 alley 1,036 SY 530.2 4" sidewalks 3,850 SY 530.3 Brick pavers 1,159 SY I ! ! I I I I I I ! I ! ! I ! ! ! ! ! BID FORM PROJECT; MOORE ROAD IMPROVEMENTS LOCATION~ COPPELL, TEXAS ITEM DESCRIPTION APPROX. U N IT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 6" curb and gutter 530.4 (3000 psi) 297 LF 530.5 6" concrete slope paving 8.2 SY ~t&. ] R~r, ct-re ~ppromch slab 48 CY Replace existing wood 544.1 fence 55 LF Relocate/lower 8" 582.1 water main 190 LF Relocate water service 582.2 (1/2" to 2") 4 EA Install water service 582.3 (1/2" to 2") 1 EA 30" D.I. sanitary 582.4 sewer main 152 LF 582.5 Adjust water valve 20 EA I I I I I I I I I I I I ! 1 ! ! ! ! ! BID FORM PROJECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM APPROX. UNIT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Relocate/adjust 582.6 sanitary sewer service I FA 12" D.I. pipe, Cl. 51, 582.7 push-on joint c.i.p. 662 LF 582.8 12" Rate valve 2 EA 582.9 Relocate fire hydrant 1 EA 552.1C 6" D.I. gate valve 1 EA 591.1 Stone facing 1,256 SF 611.1 Bridge elec. c.i.p. 1 LS 3" PVC conduit, Sch. 40 618.1 (include pull boxes) 387 LF P-117-~. 4" yellow double 674.1 reflective buttons 509 FA ! I I ! I I I I ! I I I ! I I ! ! ! I BI D FORM PRO4ECT: MOORE ROAD IMPROVEMENTS LOCATION: COPPELL, TEXAS ITEM APPROX. U N IT ITEM NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE 8" white reflective 676.1 buttons P-18-1-W 22 EA 8" yellow reflective 676.2 buttons P-18-1-¥ 99 EA Thermoplastic Pavement 666 MarkinRs (RxR, Stop barI 335 LF ***TOTAL BID PRICE*** TOTAL BID PRICE (WRITTEN) The above unit p:tces shall include ali labo:, mate:isis, bailing, sho:tng, :emova], ave:head, p:oftt, tnsu:ance, etc., to cove: the finished wo:k of the sere:al kinds cai]ed fo:. BIDDER understands that the O~ER :ese:yes the :ight to :eject any o: all bids and to waive any info:malt:les in the bidding. In the event the Ob~ER elects to wtthd:aw one o: mo:e of the deductive site:nates, conside:atton will be in the following o:de:: None The BIDDER ag:BBs that this bid shall be good and m~y not be scheduled closing time fo: receiving bids. Upon :ecetpt of w:ltten notice of the acceptance of this bid, BIDDER will execute the fo:mai cant:act attached within ten 110! days and de]ire: a Su:ety Bond o: Bonds as :equi:ed by the Gene:al Conditions. The Bid iecu:ity attached in the sum of I$___ } ts to become the p:ope:ty of the OidNER in the event the cant:act and bond a:e not executed within the time above set fo:th, as liquidated damages fo: the de]ay and additional expense to the O~ER caused the:eby. Respectfully submitted, (Fi:mi Title: IiEAL-tf bid is by a co:po:arian! IBusiness Add:ess! ITelephone Numbe:! Sec. 00300 ~TION 00a00 - BID BOM) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,__ aa Principal, and .... aa Surety, are hereby held and ft~ly bound unto as O~ner in the penal sum of for payment of which, well and truly to be made, we hereby Jointly and save=ally bind ourselves/ administz~ators, successors and assigns. SIGNED, this The Condition the Principal has certain Bid, attached hereto and hereby enter into a contract in OUr heirs, executors, day of __ of the above obligation submitted to , 19__. is such that whereas made a part hereof to writing, for the NOW, THEREFORE, a. If said Bid shal] be re)acted, or in the alternate, If said Bid shall be accepted and the Principal sha]l execute and deliver a contract in the Fozm of Contract attached hereto [Properly completed in accordance with said Btdl and shall furnish a bond for the payment of all persons performing labor or fu=nishing materials in connection the=ewith, and aha]] in all other respects perform the agreement c=eated by the acceptance of said Bid, then this obligation shal] be void, otherwise and name shall remain in force and effect~ it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Sec. 00~00 The Surety, fo=' value =ecetved, he=eb¥ stipulates and agrees that the obligations of said Su=ety and its bond shall be in no way impel=ed o= affected by any extension of the time vithin vhich the O~ne= may accept such Bld~ and said Su=ety does he=eb¥ waive notice of any such extension. IN WITNESS WHEREOF, the P=incipal and the Su=ety have he=eunto set thet= hands and seals, and such of them as a=e co=po=ations have caused inet= co=po=ate seals to be he=eta affixed and these p=esents to be signed by thel= p=ope= office=s, the day and yea= fi=st set fo=th above. IL.S. I Date: By: IMPORTANT - Su=ety companies executing bonds must appea= on the T=easu=y Depa=tment's most cu==ent list [Circula= 570, as amended} and be autho=ized to t=ansact business in the state whe=e the p=o)ect is located. Sec. 00~00 TABLE OF OONTENTS FOR GENERAL CONDITIONS OF AGREEMENT 1.01 1.02 Contract Documents .......................... 1.03 Sub. Contractor . .. .......................... G-1 1.04 Written Notice ............................ 1.05 Work ............................... (}-1 1.06 Extra Work .............................. 1.07 Working Day ............................. (}-1 1.08 Calendar Day ............................. (}-1 1.09 Substantially Completed ....................... (}-1 1. Definition of Terms Page Owner, Contractor and Engineer ...................... (}-1 G-1 2. Responsibilities of the Engineer and the Contractor 2.01 Owner-Engineer Relationship ....................... G-2 2.02 Professional Inspection by Engineer .................... G-2 2.03 Payments for Work ........................... G-2 2.04 Initial Determinations ......................... G-2 2.05 Objections .............................. G-2 G-2 2.06 Lines and Grades ........................... 2.07 .Contractor's Duty and Superintendence ................... G-2 2.08 Contractor's Understanding ........................ (}-3 2.09 Character of Workmen ........................ (}-3 G-3 2.10 Contractor's Buildings ......................... 2.11 Sanitation .............................. G-4 G-4 2.12 Shop Drawings ............................ 2.13 Preliminary Approval .......................... (}-4 2.14 Defects and Their Remedies ....................... G-4 (}-5 .2.15 Changes and Alterations ........................ $. General Obligations and Responsibilities Keeping of Plans and Specifications Acce~/ble ................ (}-5 3.01 3.02 Ownership of Drawings ......................... G-5 3.03 Adequacy of Design ......................... ~.04 Right of Entry ............................. (}*5 Collateral Contracts 6-5 8.05 ........................... ~.06 Discrepancies and Omi=ions .................... G-5 3.07 F~uipment, Materials ~md Construction Plant ................. G,5 G-6 3,08 Damqes .............................. 3.09 3.10 3.11 3.12 3.13 3.14 3.1,5 3.16 3.1"/ 3.18 3.18.1 Protection Against Accident to Employees and the Public ............ Performance and Payment Bonds ......................... Losses from Natural Causes ............................ Protection of Adjoin/ng Property.... ...................... Protection Against Claims of Sub-Contractors, Etc ................. Protection Against Royalties or Patented Invention ................ Laws and Ordinances ............................... Assignment and Subletting ............................ Indemnification ................................. Contractor's Liability Insurance ......................... Certificate of Insurance. ............................ G-6 G-6 G-~ 0-6 G-7 0-7 G-7 0-8 0-8 4.01 4.02 4.03 4. Prosecution and Progress Time and Order of Completion .......................... Extension of Time ................................ Hindrances and Delays .............................. G.8 O-9 (3-9 5.01 5.02 5.03 5.04 5.05 5.06 5.07 5.08 5.09 6.01 6.02 6.03 6.04 6.05 5. Measurement and Payment Quantities and Measurements ........................... Estimated Quantities ............................... Price of Work ................................... Partial Payment .................................. Use of Completed Portions ............................ Final Completion and Acceptance ........................ Final Payment .................................. Payments Withheld ................................ Delayed Payments ................................ 6. Extra Work and Claims Change Orders ................................... Minor Changes .................................. Extra Work .................................... Time of Filing Claims .............................. Arbitration ..................................... G-9 G-9 G-9 G-10 G-10 G-10 (3-10 C-10 G-11 G~ll G-Il G-Il G-12 G-12 7.01 7.02 7. Abandonment of Contract Abandonment by Contractor ........................... Abandonment by Owner ............................. G-13 G-14 GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement and are referred to throughout the' Contract'Documents as if singular in number and masculine in gender. The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI- NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the ENGINEER and the CONTRACTOR. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof incorporated in any of the documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by ali. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in oerson to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered, mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin- cry, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood to mean and include all work that may be required by the ENGINEER or OWNER to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably 'implied by the specifications, and not covered by the CONTRACTOR'S Proposal, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to s~r~e its intended purpose, but still may require minor miscellaneous work and adjustment. 2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR 2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S representative during construction. The duties, responsibilities and limitations of authority of the ENGINEER as the OWNER'S representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S instructions to the CONTRACTOR shall be issued through the ENGINEER. 2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make periodic visits to the site to familiarize himself generally with the progress of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the ENGINEER shall not be responsible for making any. detailed, exhaus- t~ve, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in any way responsible, directly or indirectly, for the construction means, methods, techniques, se- quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation perform- ing or attempting to perform any of the work. 2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications t'or payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC- TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such approva. I of an application for payment to CONTRACTOR shall not be deemed as a representatio~ by ENGINEER that ENGINEER has made any examination to determine how or for what purpose CONTRACTOR has used the moneys paid on account of the Contract price. 2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims, disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the work or the interpretation of the Contract Documents and the ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI- NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the ENGINEER within thirty days his written objection to the decision, and by such action may reserve the right to submit the question so raised to arbitration as hereinafter provided. 2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be furnished by the ENGINEER or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the CONTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR shall give the ENGINEER ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the CONTRACTOR'S expense. 2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ- ees and other persons, as well as for the protection of the safety of the improvements beir~ erected and the property of himself or any other person, as a result of his operations hereunder. Engineer- lng construction drawings and specifications as well as any additional information concerning the work to be performed passing from or through the ENGINEER shall not be interpreted as requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau- tions or devices, and similar items or devices used by him durir~ construction. Any review of work in process, or any visit or observation during '~onstruction, or any clarification of plans and specifications, by the ENGINEER, or any a~ent, employee, or represen- tative of either of them, whether through personal observation on the project sfte or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety 'of means and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by the ENGINEER, or any of his representatives, whether called to the CONTRAC- TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON- TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encoun- tered, the character of equipment and facilities need~.l, preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the ENGINEER'S written consent. 2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the erection of tents or other forms of protection, will be permitted only at such places as the ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures shall at all times be maintained in a manner satisfactory to the ENGINEER. 2.1! SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRAC- TOR in such manner and at such points es shall be approved by the ENGINEER., and their use shall be strictly enforced. 2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt- ness, making desired corrections. The CONTRACTOR shall make any corrections required by the ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for 'errors of any sort in shop drawings or schedules. It shall be the CONTRAC- TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the ENGINEER does not ~sume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. 2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the obligations of this contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described, and in full accordance with the plans and specifica- tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective work or materi~l shall release the CONTRACTOR from the obligations to fully and .properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the ~ame at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC- TOR, inspect and accept or reject any material furnished, and in event the material has been once accepted by the ENGINEER, such acceptance shall be binding oll the OWNER, unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination, by the ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re.examination and replacement shall be borne by the CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and shall be paid for by the OWNER; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain v--~rk, should the CONTRACTOR proceed with such work without requesting prior inspection or al. proval he shall bear all expense of taking up, removing, and replacing this work if so directed by the ENGINEER. 2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or &ny material brought on the site of the work for use in the work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci- fications, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER may make such changes and alterations as the OWNER may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the bR~i~ for a claim for damages, or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay- ment." If the ~mount of work is increased, and the work can fairly be classified under the speci- fieations, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid for as provided under Extra Work. In ease the OWNER shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the OWNER 'shall recompense the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa, ~e constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. Ail drawings, specifications and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the OWNER. 3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said OWNER may desire. 3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC- TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the ENGINEER shall define which is intended to apply to the work. 3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple- tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. thereby causing loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence, omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an independent contractor. 3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this Contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such performance and payment bonds are furnished and approved by the OWNER. Unless otherwise approved in writing by the OWNER, the surety company underwriting the bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the CONTRACTOR'S proposal. 3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The CONTRACTOR aerees to indemnify, save and hold harmless the OWNER and ENGINEER against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER- IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC- TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails so to do, then the OWNER may at the option of the CONTRACTOR either pay directly any unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S unpaid compensation s sum of money deemed reuonably sufficient to liquidate any and ~li such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed.to impose any obligation upon the OWNER by either' the CONTRACTOR or his Surety. 3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON- TRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless from any loss on account thereof, except that the OWNER shall defend all such suits and claims and 'shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the ~)WNER; provided, however, if choice of alternate design, device, material or process is allowed to the CONTRACTOR, then CONTRACTOR shall indemnify and save OWNER harmle~ from any loss on account thereof. If t~e material or process specified or required by the OWNER is an infringe. ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such information to the OWNER. 3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at ~11 times observe and comply with all Federal, State and local laws, ordinances and regulations, which in any manner dfect the contract or the work, and ah&Il indemnify and save harmless the OWNER and ENGINEER against any claim arising from the violation of ~ny such laws, ordinances, and re~Jlations whether by the CONTRACTOR or his employees, except wliere such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC- TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In case the OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the OWNER may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said eontraet without the written consent of the ENGINEER, and that no part or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRAC'FOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as provided by this Agreement. 3.17 INDEMNIFICATION. The CONTRAC'I~R shall defend, indemnify and hold harmless the OWNER and the ENGINEER and their resoective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense: (1) Is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, (2) Is c~used in whole or in p~rt by 'any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of mal~, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the f~ilure to ~ve directions or instructions by the ENGINEER, his agents or employees, provided such ~ivin~ or f~ilure to ~ive is the prim~ cause of the injury or damage. 3.18 INSU~CE. The CONTRA~R at h~s own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR~ operations under the Contract, whether such operations be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any of them, or by ~nyone for whose acts any of them may be liable: (1) Workmen', ~ompensation claims, disability benefits and other similar employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual bodily injury liability coverages; (3) Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees, and claim~ insured by usual bodily injury liability coverages; and ' (4) Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC- TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER. The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering all sub.contractors. 4. PROSECUTION AND PROGRESS 4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized. The CONTRACTOR shall submit, at such times as may reasonably be requested by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. ?.'. 4~02 ;EXTENSION OF TIME. · Should the CONTRACTOR be delayed i.n the completion of the work ~oy .any act or neglect of the OWNER or ENGINEER, or of any employee of either, or by other, contractors employed by the OWNER, or by changes.ordered in the work, or by ~trikes, ~iockouts,-fires, and unusual delays by common carriers, or unavoidable cau~ or causes beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies the-delay,' 'then.-an extension ,of time shall be &llowed for completing the .work, sufficient to compensate for :the-delay,. the amount-'of the extension to be determined.by the ENGINEER, provided, however, that the CONTRACTOR shall give the ENGINEER prompt .notice in writing of. the cause of such delay .... . t :..' 4,03~ 'HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for damages .resulting from hindrances or delays from any cause (except where the work is stopped by brder-of the OWNER) during the progress of any portion of the work embraced in this contract. In' ca~e s~id work shall be stopped by the act of the OWNER, then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. : :" ........ :' ' MEASUREMENT PAYMENT .. : 5.0i (}UANTITIES AND MEASUREMENTS. No extra or customary measurements of ~r{y kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. '- 1:5102 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to 'b~e furniShed under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. ]t ii'understood ired agreed that the actual amount of work to be done and material to be furnished under this' Con{tact may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. .... Wher~ payment is based on the unit price method, the CONTRA~OR agrees that he will ~ake no claim for damages, anticipated profits or otherwise on account of any differences which Inay' be found between the quantities of work actually done, the material actually furnished ~nder this contract 'and the estimated quantities contemplated and contained in the proposal; ~provided, however, that in case the actual quantity of any major item should become as much 'as 20% mor~ than,' or 20% less than the estimated or contemplated quantity for such items, then 'either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the portion of the work above or below 20% of the estimated quantity. "'" A '~Ma'jor Item" Shall be Construed t° be any individual bid item incurred in the proposal that ~has' a kotal cost equal to or greater than five (5) per cent of the total contract cost,.computed on the 'basis of the proposal quantities and the contract unit prices. ~'" ~': ~ny revised consideration is to be determined by agreement between the parties, otherwise b'y 'the terra, of this Agreement, as provided under "Extra Work." ;,~:. · .~. . .~ _, . .. · . ": ...... 5'.03 :'PRICE OF WORK. 'In consideration of the furnishing of all-the n'ecessary labor, eqmpment ind material,, and the co'repletion of all work by the CONTRACTOR, 'and on the completion of all work and of the deliverY of all material embraced in this Contract in full i.~onformity, with the specifications and stipulations herein contained, the OWNER agrees to pay .~e CONTRACTOR the pricei set forth in the proposal hereto attached, which has been made a part of this 'contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Agreement. G-9 5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER for approval or modification a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month: said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less l~0 per cent of the amount thereof, which 10 per cent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may-upon written recommendation of the ENGINEER-pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S option, may be relieved of the obligation to fu!!.v complete the work and, thereupon, the CON- TRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may determine. The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion, the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC- TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON- TRACTOR has given the ENGINEER written notice that the work has been completed, or substantially completed, the ENGINEER. and the OWNER shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC- TOR in writing of the reason for non.acceptance. 5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI- NEER shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the 35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR under the terms of this Agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warra'nty which may be required. 5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: G-lO e .,, .............. (a) Defective work not remedied. (b) Claims fried or reasonable evidence indicating probable filing of claims. (c) Failure of the CONTRACTC)R to make payments properly to sub- contractors or for material or labor. (d) Damage to another contractor. (e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. (f) Reasonable indication that the work will not be completed within the contract time. When the above grounds are removed or the CONTRACTOR provides a Surety Bond satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 DELAYED PAYMENTS, Should the OWNER fail to make payment'to the CONTRAC- TOR of the sum named in any partial or final statement, when payment is due, then the OWNER shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments," until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right is expressly reserved to the CONTRACTOR in the event payments be not promptly made, as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless such payments are withheld in accordance with the provisions of "Payments Withheld." 6. EXTRA WORK AND CLAIMS 6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the b~-~is for any change in contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the CONTRACTOR shall refuse to execute a Change Order which has been prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein- after provided. 6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not inconsistent with 'the overall intent of the Contract Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to the ENGINEER for a written Field Order. In such case, the CONTRACTOR by copy of his communication to the ENGINEER or otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written Field Order and that the work involved may result in an increase in the Contract Price. Any request by the CONTRACTOR for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. ~6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A)--By agreed unit prices; or Method (B)--By ngre~l lump sum; or Method (C)--If neither Method (A) nor Method (B) b~ agreed upon b~fore the Extra Work is commeneed, then the OONTRACTOR shall b~ paid the "actual field cost" of the work, plus fift~n (15) percent. In the event said Extra Work be performed and paid 'for under Method (C), then the pro- visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, such as foreman, timek~l~rs, mechanics and laborers, and materials, supplies, teams, trucks, rentals on machinery and ~quipment, .for the time actually employed or used on such Extra Work, plus actual transportation charges incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Dama/e and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which accounts of the "actual field cost" shall be kept and the records of thase accounts shall be made available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the work commences, .the method of doing the work and the type and kind of machinery and equip- mznt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unles~ otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense. adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the Written Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC- TOR shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the CONTRACTOR'S Camp or Fkld Office must be · maintained primarily on account of such Extra Work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC- TOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance, 'the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided Under Method (C). The CONTRAC'I~R will thereby prmrve the right to submit the matter of payment to arbitration, as hereinbelow provided. 6.04 TIME OF FILING CLAIMS. It is further agreed by both parties bereto that all questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and filed with the ENGINEER within thirty (il0) days after the ENGINEER has given any directions, order or instruction to which the CONTRACTOR desires to take ~xeeption. The ENGINEER shall reply within thirty (30) days to such written ~,xceptions by the CONTRACTOR and render his final decision in writing. In case the CONTRACTOR ~hould appesl from the ENGINEER'S decision, any demand for arbitration shall be fried with the ENGINEER and the OWNER in. writing within ten (10) days af;er the date of delivery to CONTRAC'I~R of the ENGINEER'S final decision. It is further agreed that final acceptance of the work by the OWNER and the acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either party, except where noted otherwise in the Contract Documents. 6.05 ARBITRATION. All questions of dispute under-this Agr~ment shall be ~ubmitted to arbitration at the request of either party to the dispute. The parties may ~ree upon one arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen G-12 ® ,, .,- .,.. ~. by the two arbiters ~o selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by a District Judge serving the County in which the major portion of the project is located, unless otherwise specified. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the decision of the ENGINEER shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the ENGINEER shah appoint such arbiter. Should either party refuse-or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take ex parte proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract. The decision of the arbiters upon any question submitted to arbitration under this contract shall be a condition precedent to any right of legal action. The decision of the arbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appcal, and'if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume work Within ten (10) days after written notification from the OWNER, or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER, when such orders are consistent ~with the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the OWNER or the Surety on the performance bond, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in ease the Surety should fail to commence comPliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the following elective manners: 7.01.1 The OWNER may thereupon employ such force of men and use such machinery, equipment, tools, materials &nd ~upplies as said OWNER may deem necessary to complete the work ~nd charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC- TOR under and by virtue of this Agreement. In c~se such expem~ is less than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum -which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such ~xeess to the OWNER; or 7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case any 'increase in cost to the OWNER under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited therewith. G-13 ~ ~ ~"' ~" '~' "~ When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. ' In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR and/or his Surety. Should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his Surety subject only to the duty of the OV~ER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the OWNER may sell such machinery, equipment, tools, materials or supplies and apply the ne~ sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made at either public oz private sale, with or without notice, as the OWNER may elect. The OV~ER shall release any machinery, equipment, tools,' materials, or ,supplies, which remain on the work, and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. The books on all operations provided herein shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (at the prices stated in ~he attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the OWNER and all other sums that may be retained b~' the OWNER under the terms of this Aereement and shall certify same to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR, under the terms of this Agreement. STANDARD FORM OF AGREEMENT As Adopted By THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS October 7, 1971 STATE OF TEXAS COUNTY OF DALLAS Revised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 Revised October 19, 1945 Revised April 8, 1954 Revised April 21, 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Counsel THIS AGREEMENT, made and entered into this A. D. 19 ~ , by and between CITY OF COPPELL 16 day of. DECEMBER ., of the County of ~ll A~ its Mayor and City Council and State of Texas, acting through thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and ASHLAR CONTRACTING COMPANY of the City of LEWISV!LLE , County of 0_~NTON and State of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements herein- after mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described ~s follows: Construct improvements to Moore Road from Sandy Lake Road to Beltline Road. and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own pro per cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by GINN, INC., CONSULTING ENGINEERS herein entitled the ENGINEER, ea~'h of which has been identified by the CONTRACTOR and the ENGINEER. together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Perf. rmance and Payment Bunds heret, attached; all of which are made a part here.f and c.llectively evidence a,td constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same calendar days ~ Iff~/~- within 300 -we~,,lei~$.-d~s-aftei~-~he date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF COPPELL ~f~_ part~ th_e~First Part (OWNER, A'CrEST: ASHLAR £nNTRA£TTNR cOMPANY Party of.,~he Second Pa~t (CONTRACTOR) ueorg~ u. iql i ler, jlce-¥resloen~ Cora L, uan~e A~st.- Secre%ary PERFORMANCE BOND STATE OF ~ (X)~ OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That A~NIAR £~NTD/~OTTNC~ nnMP~NV of the City of I EWISVll I F County of DENTON , and State of. TEXAS principal, and SEABOARD SURETY COMPANY authorized under the hws of the State of Texas to act as surety on bonds for principals, are held and firufl - bound u-to CITY OF COPPELL . (Owner), · , ~. .One mililon nine hundred thirty-eight thousa~lla~ ($ 1,___938,3.___51.9__._~ .m inc.,penal sum ox. three nljnd~ed il, i~l:y~_qne. 6, n:~n~cl~-f:l, ve l~t~hemselvesl and their heirs, for she paymen$ wnereol, she saia r~tnclpai aha ouresy administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 16 day of DF£FM~FR ,19 85 , to Construct improvements to Moore Road frOm Sandy Lake Road to Beltline Road. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, TI-I~ CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to .the provisions of (Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein." Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci- fications, or drawings accompanying the same, shall in anyway affect its obligation on this m w .mss* *Not applicable for federal work. See 'SI'he Miller 'Act," 40 U.S.C. S270. bond, and it does hereby waive notice of any such change, extension of time, alteration or add/tion to the terms of the contract, or to the work to be performed thereunder. llq WITNESS WHEREOF, the said Principal and Surety have sirned and sealed this instru- ment this 16 day of. DECEMBER ,19 85 . "~tJe A~HIAR £ONTRA£TTNG COMPANY Vice. P~esi~ent Address P.0. BOX 713 Lewisville, Texas 75067 SEABOARD SURETY COMPANY ~Ua ATTODMEV-[N-FACT Add~s 5750 Pineland Dr. ~104 Dallas, Texas 752? The name and address of the Resident A~ent of Surety is: Clem F. Lesch, 206 Elm Street, Suite 106 Lewisville, Texas 75067 PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That ASHLAR CONTRACTING COMPANY of the City of LEWISVILLE County of DENTON , and State of TEXAS principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF COPPELL (Owner), i ,__ . .One million nine hundred thirty-eight thous~,._ "1 938 351 mu n t~ne penal sum ox ,~mm~n~ ~ : . . ~, three hundred ti~ty-one & ninety_-~ive cents - for the payment whereof, the said Principaland Surety bind themselves and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, by these presents: WHERE., the Principal has entered into a cortain written contract with the Owner, dated the 16 day of DECEMB[R , 19 85 ; to Construct improvements to Moore Road from Sandy Lake Road to Beltline Road. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said l~rinc~pal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; othewvise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied st length herein. Surety, for value received, stipulates and agrees that no chan~e, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, apaeifications or drawings aecompanyiug tbs. same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such chanee, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instru- ment th)s 16 day of DECEMBER ., 19 85 , ASHLAR CONTRACTING COMPANY ueorg~ U.~l ~tle Vice President Address P,O. BOX 713 Lewisville, Texas 75067 SEABOARD SURETY COMPANY By T~tle ~U~ DUIH~Ctl Imam ATTQRNFY-TN-FA£T Address 5750 Pineland Dr. #104 Dallas, Texas 75231 The name and address of the Resident Agent of Surety is: Clem F. Lesch. 206 Elm Street. Suite Lewisville, Texas 75067 s 8810 o..,,,., oo,y SEABOARD SURETY COMPANY No. 15 8 2 New York, New York POWER OF ATTORNEY the KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of State of New York, has made, consdtuted'~ and appointed and by these presents does make, constitute and appoint ~ o C. ~,..'~'-' Tn~os~ or Jim Hayfield or Roger Bumgarner or Bruce Huffhines or Jeffrey Bolin or Kevin W. Adams Dallas, Texas its true and lawful Attorney-in-Fact to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of similar nature as follows: Without Limitations. Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-in-Fact shall be binding upon the said Company as fully and to the same ex.tent as if signed by the duly ~uthorized officers of the Company and sealed with its corporate semi: and ail the acts of said Attorney-in-Fact, pursuant to the authori,.'y hereby ~iven. are hereby ratified and confirmed. This appointment is made pursuant to the fo!lowina By-Laws which were duly adopted bv the Board of Directors of the said Company on December 8th. ~927. with Amendments to and including January 15, !982 and are still in full force and effect: ARTICLE VII. SEC~iO.,i'" ~: "Policies, bonds, recognizances, stipulations, consents of surety, underwriling undertakings and instruments relating thereto. Insurance pol~c=es, Don.~s, recogmzances, s-'.;ouiat,oqs, conser.[s of sure['..' and ~er'¢,'r¢.iq_c- un~erta,~,~gs of ~e Compar. y. ard releases, agree.me.ts and o[~er vvr:',mgs rela.'.?g :n any way there.'o or to any o'.aim or ioss thereunder, s~ail =e s~Qned in [he name an.~ on behaif of ~he Comoany ~a) by '.he Chairman of '.ne Board. -'.he Pros.den.'.. a Vice-Pres~dent or a Residen'. V~ce-P-es~dect 8rIG bv ~he Secretary an Ass~s-t&r~t Secretary. 8 Res:dent Sec:e.'.ary or a Res~dem~ Ass,s'.an[ Secretary; or :b) by an Attorney-in-Fac; for the Company aPpo,qted ar:d authorize~ by the Chairman of .'.he Board. the Pres~ect or a V~oe-Pres:den.'. :o make such s,gnatdre: or (c} by such o~.:qer oPicers or rep.~esentatives as .'.he BoarG ma.., from time to .time ee.'.ermine. The sea~ of .'ne Company s~.aq ;f appropria,'e be affixed thereto by any such off,car. At~orney-:n-Fact or reoresentabve." COMPANY has caused these presents to be signed by of its Vice- IN WITNESS WHEREOF, SEA,B2ARD SURETY ' one Presidents, and its corporate seal ,.o be hereunto affixed and duly attested by one of its Assistant Secretaries. this .... ~__6. ~_.~ .... day of ................. .J__;~..]:. ~. ....................... 19.....8_.5 (Seal) ............... ~ ,~~~i~re.ar/' B_'.Y'._..~_ .~~~~_.....~i:vice_P~es,sem STATE OF NEW YORK COUNTY OF I',tFE_VV,YORK ss.: ~ .. 26tn · . July 19_..8_5_... un ~n,s ............T ...... 7 ......... day o~ ..................................... _--_ .................................................. before me personally appeared homas P. Gor]~e a Vice-President of ~-I~ABOARD SURETY COMPANY, ~ + o ' ['--t' .................. ~ ........................................ + + ' ;? -- '{' -.,- - wi~h whom I am p~rsonady acquatn,ed, who, berne by me duly sworn, said =ha= he resides in the State of .... ~.._~_~.,-$.ey that he is a Vice-President of SEABOARD SURETY COMPANY. the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said Company; and that he s)O'~ his name thereto as Vice-President of said C°mp~ny by like auth°rity' ; ) _ ,ch., ' l.~ ....~t.ry ~,-,~Uc. st.~t~ o~ ',~.~ Von~ .- ~..~.~ · ~'; No. 24-Z772'~1 ..... ~~"--~: ....... . Ouafified in ,~i=o-~C¢,unty Ced'lficate Fil.d in ~,]~,~, y~"ri( Couq~.,. C E R T I F I C A T E / Commission 5~.,;,irr,~'~.~.;.;, "n ,~'~ ' L tqe u~r~ers,cqe~ 7, s~;'sPA,'C'.'.'Su--_~.?~'.~'~,, ~A?~...~ABOAR D SURETY COMPANY do pe:eDv cer--.ifv '.ha[ tr~e or.e:nal Power ot ,At;orr. ey a fu:i. true a~d correct, cop',,'..s :q fud force aqC effect on ',re ~ate o~ this Gerb ~:,c~.'.e and ! do fur',met cer-'.:fy that ?e Vice-Presicer~t ,w ho execu!e3 the sa.Q Pc ~,~e: of Attorr~ey was one of the Off cars au(horized by :ne Board cf D,rectors :C' apco~ct an a?:omey-in-fact as orov,~ed ir, A-tic~e VII. Sec-'.,o~ 1. of the By-Laws of ~ABO..R~ oU ._= r ~i'-,.i-'.~,h.y. Th~s Ced.f:ca.'.e ma.,, be s:c,:ec ant sea,ed b.; lacs;re:ia dnde. a:~c by au.'.~or..'.y of tqe follow:cg reEolut:oq of '.ne Executive Corem,tree of '.he Bo, arQ of D;rectors of SEABOARD SU'qEYY COMPANY at a mae.ti-§ duly calleo apo ~ ¢'~ o.q the 25fh . .~.,~ ca;, of March 1970. "~..~SOL'.!ED: ;2: Tr~a.'. -'.ne use of a pr.mad facs-rr,:,!e of the corporate seal of .'.-~e Company and O¢ tr:e -i¢ cp..tar_2 = of an Ass~staP; Secre,.ar¥. certif-catioqoftrecorrectqessofacor~,;ofa.qics.".rumer.[= ¢ ~¢n . Pres:der":oraVice-Pres:ceqtpursua:]t'.oAr::c~eViI. Segt::or I .x_ct ~ by the ' ' acpoint:n~ .~r'c au-'.hor~z.r~g a~ attorr~ey- :;-~¢t '.o s.cn in the ~ame ~.~d on behalf o,¢ t~e Company surety bonds. ~;r~der;.'r~-'..qg ur'der.'.aK:ngS or ms',r':men'..s desc-.be3 ip sa:d Art:c.e VIL Sect:or ~. ',",';~ hke effect as if such seal and suc~ $,gnature bad been ma.'-,daiiy affixed and made. ~ereby a~,~hor~zec anc a,.oproved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seat of the Company to these presents th~s ~ .............................................. day of ........................................................................... 19 ............ ............. ,_ .............. .......... _ .............. ..... ~ '~ ~ Assistant Se(z~tar:: .5' [ ;:!it ,21' ,: '' --:" .... ..... · ..... '" ~, -::; '" .".- P;;-A-.,9.' .;::; .,2,~::.?...(.¢ .:. c... ,urn:. c.;=.~ -'JO .¢,-"' ............. p! ;--64';-7_'_'- :4-. ;: :'.'5-. f'"". ..... .h.. 2'..~...¢,. .... .- A-t=.,. ,., .),, ,.-.....-. D &;~]5=':- ~-'.-;(?'; _ ;"~: F )¢,-- ' .L;:...: --..; .....1"':;. ' ? ' .:::;C'.'{- ' ?."~C': r'6i.'i;.I."~- '5 ;i'-d L;,.'.-;<.~ ~ '5¢ ;"-".? C2:"~ :O '.".'~1 Ct: ['3,:~ ;;'-'¢¢(-" I~ · XPLOR PIPe"LInE company Gaqf V. Shaw MANAGER-RIGHT OF WAY SAFETY & TRAINING September 26, 1985 Ginn, Inc., Consulting Engineers Attn: Mr. Kevin Peiffer, Proj. Engr. 16135 Preston Road, Suite 106 Dallas, TX 75248 Re: Moore Road Improvement 12" Ductile I~on Water Main Dallas County, Texas M.P. 47.1 Gentlemen: In response to your request for approval of construction plans for the improvements to Moore Road~whichwill cross Explorer Pipeline Company's 12" pipeline, permission is hereby granted only insofar as Explorer has the right, title and interest to grant such permission, subject to the following terms and conditions: Explorer's District office shall be given written notice at least 48 hours in advance of any construction contemplated in order that a representative of Explorer may be present. Please contact Explorer's representative at the office indicated below: Mr. E. E. Bond, Dist. Super. Explorer Pipeline Company Route 1, Box 354 Caddo Mills, TX 75005 Mr. S. L. Irwin, Sr. Cot. Eng. Explorer Pipeline Company P. O. Box 2650 Tulsa, OK 74101 Telephone: 214/527-3151 Telephone: 918/493-5150 You hereby agree to assume the risk of, and shall protect, in- demnify and save harmless Explorer from and against all liability for or on account of, injury to or death of persons or damage to property, including livestock killed or injured, resulting from your operations, except where such injury, death, or damage shall be caused by the sole negligence of Explorer, its agents, servants, or employees or otherwise. In the event your proposed facility endangers and/or interferes with Explorer's pipeline, you agree to take the necessary action, at your sole cost and expense, to eliminate any such condition. P.O. BOX 26513 · TULSA. OKLAHOMA 74101 · (9181 743-~393 Page 2. You shall not permit heavy equipment to work over Explorer's pipeline, and any machine ditching shall not be closer than 15 feet to Explorer's pipeline without prior approval of Explorer's field representative. A protective 5 foot wide x 6 inches thick x 25 feet long concrete slab is to be installed over the existing 12" line with a minimum clearance of 12", centered on the road crossing. The 12" water main installation shall cross above/below the 12" pipeline with a minimum clearance of 12". Upon request, Explorer will forward a cost estimate, plans and alteration agreement to install the protective slab on a reim- bursable basis. After your proposed construction has been completed, three copies of your as-built plats shall be forwarded to this office. This written permission may not be assigned by you without the prior written consent of Explorer. Please signify acceptance of these terms and conditions by having an authorized official of your company affix his signature in the space provided below and return one copy for our file. Yours very truly, ~ager Right of Way Department jes cc: R. E. Sands J. B. Benear S. L. Irwin E. E. Bond ACCEPTED AND AGREED TO THIS ,~-~-~ DAY OF %~~~ By:~ Title: ~/~ _~~. . , 1985. SEC~ ION o 063~_ :_ ~gB~ ~ ~__OL:__ ~_1_1_1_~_ U_ _R_~_~__ ~ Afte= award of cont=act, Cont=octo= w~l! p=ov~de C~ne= bound he=e w~th fin=! documents. Sec. 00630 INSURANCE CERTIFICATE RECEIVED JAN ,! This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate, Tt Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever da shall first occur. This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requiremel 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 l policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER G:[na, Iace 16135 ?rest:on Road, Suite Dallas, Texas 75248 ACta= Kevtn Pelffer NAME AND ADDRESS OF INSURED Ashlar Contracting Company P.O. Box 713 Lewisville, Texas 75067 106 EFFECTIVE DATE OF THIS CERnFICArE June 30, ' 1985 ISSUED AT Dallas, Texas Insul~ance ASBOGlaTIOrl Texas EmPLoYeRS inoernnlTY company EmPLOYeRS CaSUaLTY cornpan¥ ErYlPLOYeRs NSTIOnaL insurance corYlpan¥ EmPI. oYeRs casuaLl~ Ernlm~oYel~m Na-rlor, leL InsuRance CORPORaTIOn ErnpLoYel:lS oF Texas IN.rdJRANCE IN K)ICE Rind Pelk'y Nwnker Ihm, I Part I[ Item 2 j Coverage ~. ,~ i Port Item 3, ~°E~I _p,op.,ty Item 4 [ Bodily #em $ IJ~RELI.~ b 6 REMARKS 02276 And Itenewol Thereef ~P-1L3895 And Renewal Thereof 604524 And Ren~wol Thereof ~,-A-652879 And Renewal Ther~f ff Blank. Sea HMM;ng If Blank - See Heeding H Blank - See Heading ff Stank - See Heeding Re: Moore Road Improvement Coppell, Texas LiMJTS Of LIABILITY NOT LESS THAN hr Policy O~ Agg~'egats r~l~ Ce..,mpl~ies With Requirements of exes womers' ~empenwtiem Law Diseose Only $100,000 STATE AM) LOCATION O~ OPffRAIIONS Oisea~ Only $500,000 Fully Complies Wilh Requirements of Stale Law Only $1 O(3,000 s 500,000 Disease Only $5O0,0OO ' $ COHBZH~ ~LE LIHIT X X X $ SINGLE $ LI~tlT s 500,000 $ COHBINE ~ Applieable X X XSI) $ $3,000,0 S !sLiabilic, Limit o STATE OF TEXAS U.S.A., ITS TrdlRITORIES Oil PO~$1:~SIONS AND CANADA U.S,A., ITS TEERITOI~IES OR POSSESSIONS AND CANADA TECO 17993 (4-1-84) 01/2460/rd ,i?'/ SECTION 00650 - SPECIAL CONDITIONS 1.1 INDEX TO SPECIAL COhDITIONS 1.2 1.3 1.~ 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.15 1.17 1.18 .20 1.21 1.22 1.23 1.25 GENERAL DEFINITION OF TERMS MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT CONTRACT EXECUTION & ISSUANCE OF WORK ORDER STATE & CITY SALES TAX , EXISTING STRUCTURES PROTECTION & RESTORATION OF PROPERTY REFERENCE SPECIFICATIONS SUBSURFACE CONDITIONS SERVICE OF MANUFACTURER'S REPRESENTATIVE PLANS AND SPECIFICATIONS AVAILABILITY SUBCONTRACTORS CONTRACTOR'S RESPONSIBIL]TY FOR UTILITIES & SERVICES MANUFACTURER'S DIRECTIONS SANITARY FACILITIES GUARANTEE OF WORK FINAL INSPECTION PERMITS & LICENSES NOTICE OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES TEST]NG COORDINATION WITH RAILROAD SUGGESTED SEQUENCE OF CONSTRUCTION TEXAS STATE DEPARTMENT OF HIGHWAYS & PUBLIC TRANSPORTATION SPECIFICATIONS GENERAL NOTES PAGE NO. 00650-1 00650-1 00650-1-6 00650-6 00650-5-7 00650-7 00650-7-8 00650-8 00650-8 00650-8 00650-9 00650-9 00650-9 00650-10 00650-10 00650-10 00650-10 00650-10 00650-10 00650-11 00650-11 00650-11 00650-11 00650-12-13 1.a eENER&L Re These Special Conditions supplement, modify, change, delete f=om and/o= add to the Specifications and the "Gene=al Conditions of Ag=eement". Whe=e any A=ttcle of the Gene=al Conditions is modified o= any Pa=ag=aph, subpa=ag=aph o= Clause the=eof is modified o= deleted by these supplements, the unalte=ed p=ovisions of that A=ticle, Pa=ag=apb, iubpa=ag=aph o= Clause shall =amain in effect. Re Owne== Nhe=eve= the woad "OWNER" is used in the Specifications and the Cant=act Documents, it shall be unde=stood as =ere=ming to the City of Coppell. Enginee== Nba=eve= the woad "ENGINEER" is used in the Specifications and the Cant=act Documents, it shall be unde=stood as =ere=ming to Ginn, Inc.~ 16135 P=eston Rd., Suite 112, Dallas, Texas 752~8. Ce Contac=o== Nba=eve= the woad "CONTRACTOR" is used in the Specifications and the Cant=act Documents, it shall be unde=stood as denoting the Gene=al Cant=acta= signing this Cont=act. NODIFZCAT[ON80F_~NERAL CONO!!!__O~ OF AGREEMENT The following designated items of the Gene=al Conditions of Ag=eement a=e modified as follows: Pa=ag=apb 2.06 - Lines and Gzades is deleted in its enti=ety and the following substituted the=efo=e . "The Enginee= will establish bench ma=ks and ho=izontal cant=al points in close p=oximity to the No=k. F=om these cant=al points, the Cant=acta= shall p=ovide g~ su=veying necessa=y to lay out the No=k. Cant=acta= shall be =esponsible fo= establishing all lines and g=ades necessa=y to cant=al the Wo=k and shall be =esponsible fo= the p=ecise location of all facilities.' "The Enginee= may make checks as the No=k p=og=esses to verify lines and g=ades established by the Cant=acta= to dete=mine the confo=mance of the completed wo=k as it p=og=esses with the =equi=ements of the Cant=act Specifications and D=awings. Such checking by the Enginee= shall not =elieve the Cant=acta= of his =esponsibiltty to pa=foam all No=k in connection with the Cant=act D=awings and Specifications and the lines and g=ades given the=ein. Sec. 00650 1 Pa=ag:apb 3.09 - P:otection Against Accident to Employees and the Public is modified by adding the following: "Cont=acto:'s attention is specifically dt=ected to the Texas Occupational Safety Law." "The Cant=acta= shall so conduct his ope:ations as to offs= the least possible obst=uction and inconvenience to public t=affic. Arts= the 'Notice to P=oceed' is issued, the Cant:acta= shall notify the Engines=, at the es=lies: possible date~ of the sis=ting of hauling of mate=isis and any const:uction wo=k which might in any way inconvenience o: endange= t=afftc.' "The Con:facto= shall p:ovtde and maintain flagmen at all points ~d~e=e his ope=arians tnte:fe:e in any manne= with traffic flow. Flagmen shall be English speaktng~ cou=teous, well info:med, physically and mentally able effectually to ps=foam thet= duties in safeguarding and dt=ecting t=afftc and protecting the Wa=k, and shall be neatly attired and g=oomed at all times when on duty. Flagmen, when dt=ecting t:affic, shall use standa=d flagging p=ocedu:es set fo=th in the ~Inst:uctions to Flagmen' published by the Texas State Depa=tment of Highways and Public T=anspo=tation.' "The Contractor shall p=ovide, const=uct and maintain suitable ba::icades as shown on the Plans and elsewhe=e when directed by the Engines=. The Cant=acta= shall provide and maintain such standa:d ba::tcades o: special bar=icades, signs~ lights and flags at points along the pro)sci as may be necessary to protect the Wo:k and safeguard all t=afftc. All signs~ ba:=icades and wa=king a=ea layouts shall be p=ovided and maintained in acco=dance with =equi=ements of Pa=t V! of the Manual on Unifo=m T=affic Control Devices, 'T=affic Cant=als fo= St:est and Highway Cons:auction and M~intenance Operations.' Signs and barricades to facilitate the flow of t=afftc will be the =esponsibtlity of the Cant=acta=. The use of sufficient ye=tics] panels with flashe=s in con)unction with necessa:y wa=ning signs and ba==icades will be =squired to dl=ect t:afft¢." "No direct payment will be made fo= the wo=k involved in ca=tying out the public safety measu=es he=sin p=ovided, the cost the:eof being included in the p:lces paid fo: the va:lous cant:act items of wo:k and no additional allowance will be made the=elate.' Cw Pa=ag:aph 3.30 - Pe:fo~nce and Payment Bonds is modified as follows: With the execution and de]lve:y of the Cant=act, the Contractor shall execute and furnish separate Perfo=mance and Payment Bonds on the fo:ms provided as follows: Sec. 00650 Pe=fo~m~nce Bond: A Pe=fo=mance Bond in the amount of one hund=ed ps=cent IlO0~} of the Cant=act p=tce, o= only lnc=eases o= deletions the=el=om due to contract modifications, gua=anteeing faithful pe=fo=mance of the wo=k and fulfillment of the obligations of the Cant=act. The Pe=fo=mance Bond shall gua=antee that the Cant=acta= shall =spat= and/o= =eplace any defects in the wo=k a=tsing f=om defective o= tnfe=io= wo=kmanship o= mate=lois used the=sin, fo= a ps=tod of one Il} yea= f=om date of final acceptance of the wo=k by the Owns=. Payment Bond= A Payment Bond in the amount of one bund=ed ps=cent IlO0~! of the Cant=act p=ice, o= any lnc=eases o= deletions the=el=om due to cant=act modifications, gua=anteetng payment to all ps=sons supplying labo= and mate=ials o= fu=ntshing equipment in the execution of the Cant=act. Pe=fo=mance and Payment bonds shall be f=om an app=oved su=ety company holding a ps=mit f=om The State of Texas to act as su=ety su=eties acceptable to the Pa=ag=apb 3.18 - Insuzance is modified by the addition of the fo]lowing . . Cont=acto='s and Subcont=acto='s Public Liability, Vehicle Liability, and P=ope=ty Damage Insu=ance: As =equl=ed unde= Pa=ag=apb 3.18 of the Gene=al Conditions, the Cont=acto='s Public Liability Insu=ance and Vehicle Liability Insu=ance shall be an amount not less than $200,000.00 fo= tn~u=les, including accidental death, to any one ps=son, and subject to the same limit fo= each ps=son, in an amount not less than $500,000.00 on account of one accident, and Cont=acto='s P=ope=ty Damage Insu=ance in an amount not lees than $100,000.00 pea accident and $200,000.00 agg=egate. The Cant=acta= shall eithe= Ill =equt=e each of hie subcont=acto=s to p=ocu=e and to maintain du=lng the life of hie subcont=act~ Subcontzactoz's Public Liability and P=ope=ty Damage of the type and in the same amounts as specified in the p=ecedtng pa=ag=eph, o= 12J insure the activities of hie subcont=acto=s in his own po]icy. Butlde='s Risk Insu=ance= The Cant=acta= will maintain Builde='s Risk Insu=ance Ift=e and extended cove=agel on a lO0~ completed value basis on the lnsu=able po=ttons of the p=oJect fo= the benefit of the Owne=, the Contz~=cto=, and all subcont=acto=s, as thet= lnte=ests may appea=. Sec. 006S0 3 Section ~ - PROSECUTION AND PROGRESS is deleted in its entirety and the following substituted therefore: ~. TIHE FOR CONPLETI~ AND LIGUIDATED DAHAGES T[IiE FOR COI4PLETION: The time allotted for completion of all items of work for this pro)sci shall be ~ consecutive calendar days. It is hereby understood and mutually agreed, by and between the Contractor and the O~ner, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract~ and it is further mutually understood and agreed that the work emb~=ced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently, and untnterruptedly at such a rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the O~ner, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual conditions prevailing in this locality. ~. 02 LIQUIDATED DAI4AGES: If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified or any proper extension thereof granted by the O~ner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Owner SEVEN HUNORED DOLLARS 15750! FOR EACH CALENDAR DAY, not as penalty, but as liquidated damases for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after time stipulated in the Contract for comp]eting the The said amount is fixed and ag=eed upon by and between the Cant=actor and O~ner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the C~ner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodical estimates. Sec. 00650 ]t is fa=the= ag=sad that time is of the essence of each and every po=tion of this Cant=act and of the Specifications whe=etn a definite and ce=tain length of time is fixed fo= the pe=fo~mance of any act whatsoeve=~ and where unde~ the Cant=act an additional time is allowed ¢o~ the completion of any wo~k, the new time limit fixed by such extension shall be of the essence of this Cant=act. P=ovld~ that the Cont=acto~ shall not be cha~ged with liquidated damages o~ any excess cost when the C~ne~ determines that the Cont=acto~ is without fault and the Cont=acto='s =easons fo= the time extension a~e acceptable to the O~ne~ P=ovided fu=the~ that the Cont~acto~ shall not be cbs=ged with liquidated damages o= any excess cost when the delay in completion of the Wo=k is due: To any p~efe~ence, p~lo=lty o= allocation o~de= duly issued by the Oove=nment~ To unforeseeable cause beyond the cant=o! and without the fault o= negligence of the Cont~acto=, including but not =est~tcted to, acts of God, o= of the public enemy, acts of the O~ne=, acts of anothe= cant=acta= in the pe=fo=mance of a cant=act with the O~ne=, fi=es, floods, epidemics, qua=anttne =est=ictions, st=ikes, f=eight emba=goes, and seve=e weathe=: and To any delays of subcont=acto=s supplie=s occasioned by any of the causes specified in subsections Iai and lb! of this a~ticle~ ~gy~ded fu=the=~ that the Cont=acto~ shall within ten IlO! days the beginning of such delay, unless the O~ne= shall g=ant a fu=the= pa=tod of time p=io= to the date of final settlement of the Cant:act, notify the Ckene:, in of the causes of the delay, who shall asce=tatn the facts and extent of the delay and notify the Cant=acta= within =easonable time of its decision in the matte=. Pa=ag=aph 5.0~ - Pa=tial Payments, is deleted in its and the following substituted the=era=e: "On o= befo=e the tenth of the month, the Cant=acta= shall p=epa=e and submit to the Engines= fo= app=oval a statement showing as completely as p=acttcable the total Sec. 00650 5 value of the wo~k done by the Cont~acto= up to the last day of the p~evious month~ said statement shall also include the value of all sound materials delivered and sto~ed on the }ob site of the wo~k that a~e to be fabricated into the wo~k. "The O~ne~ sha]] then pay the Cont~acto~ arts= the fourth (~thl Tuesday afte~ ~eceiving City Council App=ova]. The amount paid sha]] be the total amount less five 15} percent of the amount if total p~o~ect estimated cost exceeds $~00,000 9~ ten (10) pe~cent of the amount if the estimated p~o~ect cost is less than $~00,000, which pe~cent ~etained shall be held until final payment, and fu~the= less all p=evJous payments and all fu=the= sums that may be =stained by the O~ne~ unde= the ts=ms of this ag=eement. "It is unde=stood, howeve=, that in case the whole wo=k be nea: to completion and some unexpected and unusual delay occu=s due to no fault o: neglect on the pa:t of the Contractor, the O~ne= may---upon w~itten =ecommendation of the Engines=--- pay a ~easonable and equitable po=tion of the =stained percentage to the Cant=acta=, o~ the Cant=acta= at the O~ne='s option, may be =elieved of the obligation to fully complete the and, the=eupon, the Cont~acto~ shall ~eceive payment of the balance due him unde~ the Cant=act subject only to the conditions stated unde= 'Final Payment'." 1.5 CONTRACT EXECUTION AND ISSUANCE OF ldORK ~B It is the intention of the O~ne= to noticy the Successful Btdde= in w=iting, within ninety 190! days arts= ~ecetvtng bids of his acceptance of the P=oposal. The Cant=acta= shall complete the execution of the =equi=ed Bonds and Contract within ten i10} days of such notice. Upon completion of the execution of the Contract Documents, the O~ne= will issue a "Notice to P=oceed with Const=uction". The Cont~cto='s attention is directed to Amendment No. 7 to Section 6a, A=ttcle ~0.01, Chapte= ~0, Title Taxation-General of the Revised Civil Statutes of Texas. This amendment p=ovJdes that al! items used o= consumed by a cont=acto=~ whethe= lnco=po=ated into the p=o~ect not, can be pu=chased f=ee of State and City sales tax when the p=o~ect is being pe=fo=med fo~ an exempt agency. ]ncluded a=e equipment =entals and othe= items which consumed by the cant=acta= but a~e not inca=palsied into the p=o~ect. Sec. 00650 This contract is issued by an organization which qualifies for execptton pursuant to the provisions of Article 20.0~ IF} of the Texas Limited Sales, Excise and Use Tax. The contractor performing this contract may purchase, rent or lease all materials, supplies, and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certifcate complying with State Comptroller's ru]ing No. 95-0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling No. 95-0.09 as amended to be effective October 2, 1968. 1.? EXISTING STRUCTURES The plans show the locations of al] known surface and subsurface structures believed to be tnvolved in thts proposed construction. However, the Owner assumes no responsibt]ity for failure to show any or all of these structures on the plans, or to show them in their exact location. ]t is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work, unless the obstruction encountered is much as to necessitate changes in the lines or grades, or requires the building of specia] work, provisions fo~ which are not made in the plans and specifications, in which case the provisions in the General Conditions of Agreement for extra work shall apply. 1.8 PROTECT/ON AND RESTORATION OF ~OPERTY The Cont~ctor shall be responsible for the presez~vation from tn)u~y and damage, resulting directly or indirectly from the execution of the work under his contract, of all public and private property ad)acent to the work. He shall use every precaution to prevent the damage or destruction of buildings, poles, trees, shrubbery and ]awns. Also, underground structures such as wires, cables, etc.~ within or without the work area. He shall protect and carefu]ly presez~ve all official survey monuments, p~ope=ties and section markers o= other simila~ markers until an authorized agent has witnessed or otherwise referenced their location and shall not remove them until directed. When or where direct or indirect damages or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work or in consequences of the nonexecutton of same on the part of the Contractor, such property shall be restored at the Contractor's expense to a condition similar or equal to that existing before such damage or injury was done, he shall make good such damage or injury in an acceptable manner. Sec. 00650 7 In case of fatluse on the past of the Contractos to sestose such property, or make good such damage, or injury, the Enginees may upon twenty-fous 12~1 houss written notice, psoceed to sepsis, sebutld os otheswtse sestose such psopesty as may be deemed necessasy and the cost theseof shall be deducted from any moneys due the Contractor under the Contsact. 1.9 R~B_E[~_~_~BECIFICATIOI~I_~ Reference to ASTN, o= others as listed below, shall be considered as sefersing to the Specifications os Nethod of Test as set fo=th by those various organizations and shall be considered as part of these Specifications when designated as such. Abbseviations and meanings are as follow: A.S.A .......... Amesican Standasds Association A.S.T.N ........ Amesican Society of Testing Natesials A.A.S.H.T.O .... American Association of State Highway & Tsansportation Officials A.C.I .......... Amesican Concrete Institute A.W.S .......... American Welding Society A.W.W.A ........ American Water Works Association S.S.P.C ........ Steel Structuses Painting Council, Fedesal Specifications Treasury Department Procurement Division, United States Government U.L ............ Undeswsitess Labosato=ies N.E.N.A ........ National Electsical Nanufacturers Association W.P.C.F ........ Water Pollution Contsol Federation T.S.D.H.P.T .... Texas State Department of Highways and Public Tsanspostation C.D.G.S ........ City of Dallas General Specifications N.C.T.C.O.G .... North Central Texas Council of Govesnments ./._._/_0 SUBSURFACE CONDITIONS Contractos shall make his own investigation of subsurface conditions. No claims for extsa compensation due to unusual soil conditions that are found to exist will be allowed. 1.11 SERVICE OF [HANUFACTUBER'S REPRESENTATIVE The contsact pstce fas the psoJect shall include the cost of fusntshtng competent and experienced engineers o= supesintendents who shall sepsesent the manufacturers and shall assist the Contsactos, when sequtsed, to install, ad)ust and test the equipment in confo~ity with the Contract Documents. After the equipment is placed in pezwanent operation by the O~ner, such enginees o= supe=intendent shall make all adjustments and tests required by the Enginees to prove that such equipment is in proper and satisfactosy operating condition, and shall instruct the C~ner's sepsesentattves in the psoper opesation and maintenance of such equipment o= system. Sec. 00650 8 ~.1~ PLAN8 ANL3.__~B~ICAT~ AVA~LAI~ILITY The Engineer will provide the Contractor with six 16! copies of plans and specifications in addition to the Contract Sets provided for use on the project. Additional copies may be purchased by the Cant=actor for the cost of prtnttnp. Reproductbles required fo= as-butlts will be paid fo= by the Cant=acta=. Engineer will provide the original drawings. _1.13 SUBCONTRACTORS The name and address of each supplier, manufacturer and subcontractor which the Cant=actor proposes to use on work under this contract shall be submitted in writing to the Engineer for approval. 1.1~ C:ONTRACTOR:~ RES~IBILZ]~_~OR UTILITIES. AND SERVICES The Contractor shall make his own investigations and be fully responsible for locating and taking care not to damage any gas, water, sewer, or telephone lines. The Contractor shall not begin any operations which may interfere with o= impair the normal service being rends=ed by public utility operators. The Cant=actor will be held responsible for the protection of the property or service of public utilities within the limits of the Nork. In case that such physical properties conflict with the performance of the contract, it shall be the Contractor's responsibility to anticipate such conflicts and to give advance notice thereof to the owners of the utility. The Contractor will be responsible for any damages done by him to any utility structure whether owned by a public or private agency. Damage of whatever nature to the existing facilities shall be repaired immediately at the Contractor's own expense as directed by the Engineer. Cant=acta= shall be responsible for the relocation of any wate=~ sewe=~ gas, te]ephone o= other utility which interferes with the perfoz~ance of the contract. No extra claims for compensation will be allowed for any utility relocatton~ unless approved in waiting by Engineer, p=to= to relocation. Delays and interruptions to the work schedule caused by the adjustment or repairs of water, gas, telephone or other utility appurtenances and property will not be charged against the contract time unless such delays be due to the negligence of the Contractor. Sec. OO&50 9 Ail manufactuced a=ttcles, mate=isis and equipment shall be applied, installed, connected, e=ected and used as dl=ected by the manufactu=e=s, unless he=sin specified to the cant=say. Cant=acta= shall furnish copies of ali painted dt=ecttons with the mate=iai. SANITARY FACILITIES The Cant=acta= shall p=ovtde at his own expense field toilets fo= the use of the employees and cant=acta= fo=cas. The facilities shall confo=m to the =equl=ements of the Texas State Health Depa=tment and those of any othe= agencies having Jurisdiction herewith. The field toilets shall be cleaned and sc=ubbed with a disinfectant at least once pea day. ~_.~_7__(~J__A__R~NTEE OF NORK All wo=k shall be gua=anteed against defects =esulting foam the use of infe=to= mate=ials, equipment o= wo=kmanship fo= gD~_Yffg~ f=om date of final completion and acceptance of the p=o)ect. FINAL IN~.~I~_OI~_ Nhen the wo=k is completed, the Cant=acta= shall notify the O~ne= in waiting on which date he will be =eady fo= final test and inspection. Notice shall be given seven ltl days in advance and va=tried by telephone twenty-fou= (~! hou=s p=to= to the time set fo= inspection. Alta= the O~ne= and Engtnee= a=e completely satisfied with the wa=k, the Engtnee= shall m~ke final measu=ements of all items and app=ove final estimate and advise the Owne= to make final payment to the Cant=acta=. 1.19 P~RPlITS AND LICENSES All pa=mits and licenses of a tempo~a=y natu=e neces$a~y fo= the p=osecution of the wo=k sha~! be secu=ed and paid fo= by the Cant=acta=. 1.20 NOTICE-i~)F-REGUIREPlENT FOR CERTIFICATION _O~ NON-SEGReGATED Btdde=s a=e cautioned as follows: By signing the Cant=act fo= which these bids a=e solicited, the btdde= will be deemed to have signed and ag=sad to the p=ovistons of the "Ce=tt¢tcate of Non-seg=egated Facilities" as contained in the Specifications fo= this p=o~ect. Sec. 00650 10 1.21 TESTING All =equi=ed testing will be paid fo= by the City of Coppell. Any =etesttng =equi=ed will be at the expense of the Cant=acta=. Testing =equested by the Cant=acta= fo= his own use to asce=tatn whethe= o= not complying with the Specifications will be paid fo= by the Cant=acta=. ]__~__C~_]_Ng.__T_[_ON NITH TH_E_B_A_Z_LBg_/~_ The Cant=acta= shall be =esponstble fo= all const=uctton coo=dtnatton with the =atl=oad, if involved, including seca=trig pa=mits, might-of-way ent=y foam and notification to the =ail=oad as wo=k begins. 1.23_ .S._E_Q[J__E_N~:_ E OF CONSTRUCT ].ON The sequence of const=uctton shall confo=m shown on the p=o~ect plans, sheet ~ of 25. to that which The Cant=acta= may submit a =evised sequence of const=uction fo= =eview by the Enginee=. The p=oposed =evtston must be app=oved in waiting by the Engtnee= to modify the p=o)ect plans. The Cant=acta= will be =equl=ed to submit a timetable~ p=io= to the beginning of const=uction~ add=essing when the p=incipal items of wo=k shall be conducted. TEXAS STATE DEPARTHENT OF HIGHNAYS AND PUBLIC TRANSPORTATION ~~CATZ__OIZ~___~ NORTH CENTRAL TEXAS COUNCIL OF GOVE~NTS SPECIFICATIONS This p=o~ect is to be const=ucted in acco=dance with the cant=act documents, these spectficattons~ const=uction plans and the Texas State Depa=tment of Highways and Public T=anspo=tation Standa=d Specifications fo= Const=uctton of Highways, St=eats and B=tdges~ Septembe= 1, 1982 edition, Peat II, Const=uctton Details~ and as amended he=etn, and the No=th Cent=al Texas Council of Gove=nments Standa=d Specifications fo= Public No=ks Const=uction~ Fi=st Edition~ Pa=ts Il and Ill, Nate=tals and Const=uctton Hethods, and as amended he=ein. Said Standa=d Specifications las amendedl a=e a pa=t of the Cant=act Documents. Pa=ts I and III of the above Standa=d Htghway Specifications and Pa=t I of the No=th Cent=al Texas Council of Gove=nments Specifications a=e he=eby deleted and =eplaced with Dtvtston 0 - Btddtng and Cant=act Requt=ements of these documents. If conflicts of the Standa=d Specifications should occu=, the Texas State Depa=tment of Highways and Public T=anspo=tation Specifications shall gove=n. Sec. O0~SO 11 1. The Cant:actor shall plan his work sequence in a manner that will cause the minimum interference with traffic during construction operation. Access to facilities must be maintained at all times throughout the duration of the construction. Before beginning work on the pro)sci, the Contractor shall submit for approval by the Engineer a of Construction QDeratton~ which may vary in detail but shall meet specific requirements set forth in Construction Sequence, Special Condition 1.23 of these contract documents. 2. If, at any time during construction, the Contractor/s proposed plan of operation for handling traffic does not provide for safe and comfortable movement, the Contractor shall change his operation to the extent necessa:y to correct unsatisfactory conditions. Any major correction must be approved in writing by the Engineer. 3. Part VI, "Traffic Cant:als for Street and Highway Construction and Maintenance Operations" of the "Manual on Uniform T:affic Control Devices" shall be adhered to throughout the duration of this project. "Construction Ahead" and "End Construction" signs, with the barricades shall be installed at the beginning and end of the project. Proper signage indicating "detour ahead" shall be installed wherever applicable under the guidelines established per the reference noted above in this paragraph. These signs shall be considered incidental work and will not be paid for as a separate pay item. 4. Prior to the start of construction, it is the responsibility of the Contractor to determine the horizontal and vertical location of all utilities, whether or not shown on the plans. A]I verttca] locations sba1] be tied to the project bench marks. The Contractor sha]] also become familia: with any proposed ad)ustments to be made by the utility owners and extend full cooperation. Under no circumstances will a claim for extras, due to delay caused by various utility companies be allowed. Any costs resulting from Contractor damages to utilities shall be the =esponsibt]tty of the Cant=actor. 6. All wats= and sanita:y sewer facilities that may interfere with const=uction shall be relocated and adjusted by the Contractor with the Engineer's approval. 7. The Contractor shall notify the Engineer prior to any construction of drainage facilities and paving. 8. In the adoption of the Texas State Department of Highways and Public Transportation Standard Specifications and the North Central Texas Council of Governments Standard Specifications, it is understood that any reference made to Sec. 00~50 the lexas State Department of Highways and Public Transportation or North Cent=al Texas Council of Governments shall be taken to include the City of Coppell, as applicable. 9. The items under which payment is to be made are as listed in the Summary of Quantities. Any reference to other items in the standard specifications as pay items is hereby deleted. Only the provisions for construction requirements of such items are to be complied with. 10. All elevations are based on Reference E~ #198 on the National Flood Insurance Floodway Nap IAugust 1, 1980l described as: Chiseled square on top of wheel guard at southeast co=ne= of bridge on Belt Line Road over Grapevine Creek, elevation 460.91 {ft. NGVDI. New bench marks have been estab]tshed along the project {shown on plan/profile sheet}. The Cant=actor shall establish new bench marks as needed or before removal of the existing markers. 11. Premix{rig of lime offstte and hauling to location fo= small leaveouts will be permissible. However, proper compaction must be obtained. 12. All conduit installed must be left with pull string between pull boxes with end plugged. 13. The Contractor will be held responsible for placing and maintaining all necessary barricades, vertical panels with flashers and signs to provide maximum safety to the motorist. All barricades and signs shall be kept clean and broken ones will be replaced. The Contractor should use good Judgment when considering the safety for motorists. Barricades and ~!gD§_~!~_Dg}_b~.a direct ggy_~}~ on this_g~gJ~J= 14. All storm sewers shall be excavated and backfilled in accordance with Special Specification 401 and 464. On street crossings, the top six inches shall be filled with Type D Asphalt and be cons{de=ed as part of laying of the pipe separate pay item, unless specifically noted on plans as PAY ]TEH.! 15. Precast inlets will be permitted on this project. Shop drawings shall be submitted to the Engineer for approval. l&. Prior to start of any excavation, Cant=actor shall have laid out {horizontally and vertically! all components of the project, and have received approval from the Engineer before proceeding. The Cant=acta= shall be responsible fo= all alignment and elevation cant=al. The Cant=actor shall provide the Engineer a 'cut sheet' pr{o= to beginning any excavation or embankment, indicating all 'cuts and fills' as required on the project. Sec. 00650 13 SECTION 07000 - STAM3ARD SPECIFICAT/ONS ~BT 1: GENERA~ 1.1 GENERAL: A. Al! specifications and special p=o~ect a=e identified as follow: p=ovistons applicable to this STANDARD SPECIFICATIONS: The 1982 Edition of the Texas State Depa=tment of Highways and Public T=anspo=tatton Standa=d Specifications fo= Const=uction of Highways, St=eats and B=idges as adopted by the State Depa=tment of Highways and Public T=anspo=tation, Septembe= 1, 1982, Pa=t Il, Const=uction Details. B. The following items a=e specifically he=eby included: ITEM NO. DESCRZPTION 100 102 10~ 110 120 130 131 132 160 1~52 166 1~8 252 2~50 26~, 3OO 3~0 ~00 ~01 q20 ~27 ~.32 ~33 ~50 qd2 P=epa=tng Right-of-Nay Clea=tng and G=ubbing Removing Old Conc=ete Roadway Excavation Channel Excavation Boa=ow Boa=ow (delive=ed} Embankment Ore=haul Fuznishing and Placing Topsoil Sodding fo= E=oston Cant=o! IBlock-Soddingl Seeding fo= E=osion Cant=al IHyd=o-Nulching) Fe=tiltze= Sp=inkle I==igation Flexible Base {Delive=edl Salvaging and Replacing Base Lime T=eatment fo= Hate=lois tn Place (Dens. Cont. I Hyd=ated Lime & Lime Slu==y Asphalts, Oi]s, Emulsions Hot Nix Asphaltic Conc=ete Pavement Conc=ete Pavement IWate= Cement St=uctu=a] Excavation Excavation and Backfill fo= D=tl]ed Shaft Foundations Conc=ete St=uctu=es Concrete fo= St=uctu=es Su=face Finishes fo= Conc=ete Conc=ete Rip-Rap Polyu=ethane Joint Seal Elastome=tc Mate=lois Reinfo=cing Steel Railing Reinfo=ced Conc=ete Box Culve=ts Sec. 07000 1 qTO ~+?~ ~?~ 5O2 5O8 522 53O 534 5~q 582 618 666 6?6 Reinforced Concrete Pipe Culverts Manholes & Inlets Frames, Grates, Rings & Covers Relaying Culvert Pipe Jacktng~ Bortng~ or Tunneling Pipe Adjusting Manholes & Inlets PVC Pipe Barricades, Signs and Traffic Handling Field Office Constructing Detours Ready-Mix Plants Concrete Curb, Gutter, Curb & Gutter, Sidewalks & Driveways Concrete for Structure Approach Slabs Removing Timber Post Guard Fence Water M~ins & Drains Conduit and Pullboxes Thermoplastic Pavement M~rktngs Pavement Markers Traffic Buttons C. In addition to the above Standard Specifications, the 1983 First Edition of the North Central Texas Council of Governments Standard Specifications for Public Marks Construction, Part Il, Materials, and Part III, Construction Methods, where not in conflict with the Highway Department Standards~ shall be applicable to this pro~ect. If a conflict should occur~ the Highway Department Specifications shall govern~ unless stated otherwise. Sec. 07000 2 ~ECTION 07500 - SPECIAL PROVISIONS -- PART 1: GENERAL 1.1 GENERAL= The following Special Provisions shall govern and take precedence over the aforementioned Standard Specifications enumerated herein whenever they are in conflict. Mention herein or indication on the drawings of items, materials, operations or methods, requires that the Contractor provide and/or install each item mentioned or indicated of quality or subject to qualification noted~ perform according to conditions stated each operation p=escribed~ and provide all necessary labor, equipment, supplies and incidentals. Requirements of the General Conditions, Special Conditions and Addenda~ if issued, shall apply as if herein written. Separation of these specifications into items and sections is for convenience only and is not intended to establish limits of work. 100 102 10~ lOS 110 120 130 131 132 1~0 1~0 1~2 1~ 1~ 252 30O 340 3~0 ~00 ~01 q20 q21 ............ DESCRIPTION Preparing Right-of-Way Clearing and Grubbing Removing aid Concrete Demolish Existing Bridge Roadway Excavation Channel Excavation Bar=ow Borrow [delivered! Embankment Overhaul Furnishing and Placing Topsoil Sodding for Erosion Contra! {Block-Sodding! Seeding for Erosion Control {Hydro-Mulching! Fertilizer Flexible Base {Delivered! Salvaging and Replacing Base Lime Treatment for H~terials in Place Hydrated Lime & Lime Slurry Asphalt~ Otls~ Emulsions Hot Nix Asphaltic Concrete Pavement ICl.Al Concrete Pavement (Water Cement Ratiol Structura! Excavation Excavation and Backfill for Sewers Drilled Shaft Foundations Concrete Structures Concrete for Structures Sec. 07500 1 427 ' 432 433 435 450 462 464 470 472 476 504 5O8 530 544 582 591 618 674 676 Su=face Finishes fo= Conc=ete Conc=ete Rip-Rap Polyu=ethane Joint Seal Elastome=ic Hate=ials Reinfo=cing Steel Railing Reinfo=ced Cone=ere Box Culve=ts Reinfo=ced Cone=ere Pipe Culve=ts Nanholes and Inlets Relaying Culve=t Pipe dacking~ Bo=tng~ o= Tunneltn9 Pipe Field Office Const=ucting Detou=s Pave=s Removing Timbe= Post Oua=d Fence Nates Nains & D=ains Stone Factn9 B=idge Elect=ica] Installation Conduit and Pullboxes The=moplastic Pavement ~4a=kin9 Pavement ~4a=ke=s T=affic Buttons Sec. 07500 2 SPECIAL PROVI~ZON TO ITEM 100 - PREPARING RIGHT-OF-WAY REFERENCE: NCTCOG SPECIFIC_A_T_[__~_~__Z_T~J~__ _3_. _/J Article 100.3 MEASUREMENT. replace with the following: Delete the second pa=ag=apb and Measurement for payment will be made between the limits of construction. Neasurement will be parallel and adjacent to the centerline of the right-of-way along the centerltne of the improvement. No separate measurements will be made parallel and adjacent to the centerltnes of intersecting streets. The limits of construction will be the width of the established right-of-way throughout the entire pro)ect, along with any additional areas as indicated-on drawings. Article 100.~ PAYMENT. with the following: Delete the third paragraph and replace The total payment for this item will not exceed 50 percent of the original contract amount prior to the final estimate. The portion of the contract amount for this item in excess of 50 percent of the total contract amount will be paid on the final estimate. ~Pg~L_eBgY!~I_ou__Zg_ZZg~_~gg_- CLEARZNG AND (REFERENCE: NCTC(X~ Article 102.3 MEASUREMENT. replace with the following: measured by the 'Acre." Delete the "Clearing first paragraph and and Grubbing' will be NOTE: The limits of clearing and grubbing are outside the right-of-way limits and are those areas as shown on the plans. Only the minimum amount of area as required for the construction intended shall be cleared and grubbed. Article 102.~ PAYMENT. with the following: Delete the third paragraph and replace The total payment for this item will not exceed 50 percent of the original contract amount prior to the final pay application. The portion of the contract amount for this item in excess of 50 percent of the total contract amount will be paid on the final payment application. Sec. 07500 3 SPECIAL PROVISION TO ITEH 10~ - REHOVING OLD CONCRETE/OLD ASPHALT IREFERENCE= NCTCOG SPECI~CATIOt~._~_]~ 8.8 SANING! A=ticle 10~.1 DESCRIPTION. with the following: Delete in its enti=ety and =eplace Removing old conc=ete o= old asphalt shall consist of all sawed b=eak-out g=ooves fas full depth of existing conc=ete o= asphalt, b=eaking up, semoving and satisfacto=ily stosing os disposin9 of old conc=ete o= asphalt st=est o= d=iveway pavements, cusb and gutte=, sidewalks, and pa=king lots gD]Y_ whe=e shown on DJgD! as Pay Items 10~.1, 101.2 o= 10~.3. All othe= old conc=ete o= old asphalt such as foundations, =einfosced conc=ete pipe, cu=bs, o= cu:b and putts=, not specifically psovided fas he=e o= elsewhese by the plans and/o= specifications shall be paid fo: unde: Pay Item 100 - P=epa=in9 Right-of-Way. A=ticle 10~.2 CONSTRUCTION NETHOOS. second pa:agsaph of this a=ticle: Add the following to the The existing conc=ete o= asphalt shall be cut to the full depth encounte=ed fas the entise length as sequi=ed. A=ticle 10~.3 MEASUREMENT. Delete and seplace with the following: All sawed bseak-out g=oove sequi=ed on this p:o)ect will be measused by the lines= foot, whese shown on the plans. Wheneves a stsaight, clean sawed line is sequised on concsete o= asphalt it shall be paid fo: unde= Pay Item Saw Existing Concsete os Saw Existing Asphalt, Pay Item 10~.2. All existing concsete os asphalt pavement, median stsips, concsete cu=b and gutte=, sidewalks, slabs 6" os thicke=, o= 8" non-seinfosced conc=ete pavement =emoved as p=esc=tbed above~ and specifically indicated on plans as Pay Item 10~.3 shall be measu=ed by the squa=e ya=d in its o=igtnal position, segasdless of its thickness o= the depth of covesing. It shall be paid fas undes Pay Item 10~.3, Remove Old Concsete/Old Asphalt. The =emoval of concsete o= asphaltic su=faces, cement t=eated bases o= othe= objectionable mate=isis within the limits of the public sight-of-way shall be paid fo: unde: Item 100.1, P:epa=in9 Right-of-Way. Sec. 07500 SPECIAL PROVISION TO ~_F.M 105 - DEMOLISH EXISTING BRIDGE the following: DESCRIPTION. At least 10 days p=io= to beginning b=ldge =emoval, the Cant=acta= shall submit to the Engines= details of removal ope=arians showing the methods to be used. Removal operations shall not be sta=ted until the Engines= is satisfied that public t=afftc will not be =outed ave= the existing b=tdge. The existing b=tdge to be =emoved is a 3-span =etnfo=ced conc=ete T-beam app=oximately 122 feet ]ong and 30 feet wide svppo=ted on =einfo=ced conc=ete columns and abutments. The existing b=ldge has attached =ailing and wtngwalls. The existing b=tdge supe=st=uctu=e shall be completely =emoved and disposed of. Piling, piers, abutments, and wtngwalls shall be =emoved to at least two feet below existing g=ound line or finished g=ade, whicheve= is lows=. B=oken conc=ete shall be =emoved f=om the site. The use of explosives ps=mi=ted. fo= bridge demolition will not be NEASUREMENT & PAYMENT. The work to be pe=fo:med will be measured and paid fox on a lump sum basis for b=tdge =emoval. payment shall include all labo=, equipment, mate=ials, excavation, backfilling, hauling and disposing of all waste mate=ials, and incidentals involved in demolishing and =emovlng the existtng b=tdge. SPECIAL PROVI~I_OI~I__!g_ITEN 110 - ROADWAY EXCAVATI_ObI_ i~__EIIi~.E: NCTCOG SPEClFICATI_ObI~_~_]I~_~:~ A=ticle 110.2 pa=ag=aphs. A=ticle 110.~ CONSTRUCT I ON NEASUREMENT. METHOOS. Delete the thi=d and fou=th Add the following pa:ag=aph: Cant=acta= may p=ovide "befo=e and afte=" c=oss sections with all calculations fo= volume computed in cubic ya=ds by the method of ave=age end a=eas, o= payment will be based upon plan quantities, as shown. A=ttcle llO.S PAYMENT. with the following: Delete the last pa=ag=apb and =eploce The hauling of mate=lois, including waste, will not be measu=ed fo= sepa=ate payment, but will be constde=ed subsidta:y to the item to which the wo=k applies. Sec. 07500 5 PROVISION TO ITEN 120 - ~.ANNEL ~XCAVATION IREFERENCE= NCTCO~ SPECI~CATI__OI~_~_~ 3.5! Article 120.~ 14EASURE~ENT. Add the following pa=ag=apb: Cant=acta= may provide "before and after" cross sections with all calculations fo= volume computed in cubic yards by the method of ave=age end a=eas~ o= payment will be based upon plan quantities, as shown. Article 120.5 PAYMENT. with the following: Delete the lost pa=ag=apb and =eplace The hauling of mate=lois, including waste will not be measured fo= separate payment, but will be considered substdiaw to the item to which the work applies. NOTE: Excavated material from the roadway shall be used as select fill if it' meets requirements fo= Type A Bo=row! liquid limit shall not exceed ~5. The plasticity index shall not be less than ~ nos more than 15. It is the Cant=actor's responsibility to determine if the material will meet the requirements stated above. SPECIAL PROVISION_~g_]~.E'N 130 - BORRON [8~FERENCE: NCTC(~ Article 130.~ HEASUREHENT and 130.5 PAYHENT. Delete both acticles in their entt=ety and =eplace with the following: There will be no separate payment fo= bo=sow obtained from within the limit of the project. Hate=iai from excavation may be used as embankment mate=iai, if approved by the Engineer. Hate=ial required fo= embankment above what is available on site will be paid fo= under Pay Item 131, Bo=sow (Delive=edl. ~PECIAL PROVISION TO I[l~l~__~_=___B~_B_O_N_!Deltve=ed) IREFERENCE: NCTCOG SPECIFICAT!__OL~__~_I[~I~__~=~J Article 131.2 TYPES. Delete the first sentence and insert the following: All bo=row shall be Type A (Select Boa=owl. Sec. 07500 A:ttcle 131.3 ~TRUCTION METHODS. and insert the following: Delete the third pa:ag=apb The Engineer shall be notified in writing ~8 hours in advance of opening any bo:row sou=ce. Cant=acta= shall submit acceptable documentation to prove right-of-entry to sources and shall submit certified test results showing conformance to Item Testing of bo:row delivered to the site wi]] be provided by the Enginee=~ if required, and paid for by the The Engineer shall be notified in writing 2~ hours in advance of de]tvez3/ to the site. No payment will be made fo= placing bar:ow in areas not shown on the plans or app:oved by the Engineer. Article 131.~ MEASUREMENT. Delete the fi=st sentence and insert the following: Measurement method shall be Class 2. SPECIAL PROVISION TO ITEM_3~a - E_I~___AJ~T IREFERENCE NCTCOG SPECIFICATI__O~_z_~TEM 3.71 Article 132.~ PAYHENT. Delete the fi=st sentence in the second paragraph. De]ets the third paragraph in its entirety. NOTE: All clay fill mate=iai Ibor=ow! whether obtained from within the limits of the p=o)ect o: f=om a bo==ow sou:ce shall be placed in maximum 8-inch loose lifts. Compaction shall meet all the =equirements as established in Article 132.2, Construction Methods, by Density Cant=al. Prior to fi]] placement, the existing soils should be reworked to a depth of 6 inches and compacted according to these same procedures. SPECIAL PROVISION TO ITEM 1~0 - OVERHAUL Article 1~0.2 MEASUREMENT and 1~0.3 PAYMENT. items in thei= entirety and substitute the following: Delete the The:e wi]! be no asps:ate pQyment fo= work under this item. Wo:k unde= this item shall be considered subsidia=y to othe= wo:k items. Sec. 07500 7 SPECIAL PROVISION TO ITEN 160 - FURNISHING AND PLACING TOPSOIL I REFERENCE: NCTCOG SPECIFICATI~_I_T_E_N__3_._Sj TOP~OIL ! A=ticle 160.b pa=ag=apb: CON~TRUCTION I~ETHOEL~. Add the following The selected black sandy loam soil shall be f=ee of t=ash, wood and othe= ob)ectionable mate=isis p=io= to the placing within the median o= a=eas designated on plans. A=eas to be filled shall also be clea=ed of all mate=iai such as conc=ete and fo=ms. The topsoil shall be sp=ead as di=ected by the Enginee=, so as to foam a cove= of unifo=m thickness as shown on the plans o= as dt=ected by the Enginee=. At the di=ection of the Enginee=, the top su=face may be sp=inkled and/o= =oiled to p=ovide unifo=mity, if necessa=y. A=ttcle 160.5 I~EASURENENT. and 160.6 thet= enti=ety and inse=t the following: PAYMENT. Delete in All wo=k pe=fo=med unde= this item shall subsidia=y to othe= items of wo=k and compensation shall be p=ovided. be conside=ed no sepa=ate ~B~CIAL_BBgVISI_O~__!g ITEN 162 :_~{~OING FOR EROSION CONTROL IREFERENCE= NCTCOG SPEClFICATIONSi_I!EM A=ticle 162.1 DESCRIPTION. substitute the following: Delete the fi=st pa=ag=apb and "Sodding fo= E=osion Cant=al" shall consist of p=oviding and planting Common Be=muds g=ass along o= ac=ass such a=eas as a=e designated on the plans and in acco=dance with specification =equi=ements he=ein outlined. A=ttcle 162.2 la. ATERIALS. Delete pa=ag=aphs fou= and five. A=ttcle 162.9 ~4EASURE~4ENT. substitute the following: Delete the fi=st pa=ag~ph and Wo=k and acceptable mate=iai measu=ed by the squa=e ya=d cove=ed with block sod. fo= "Block Sodding" will be complete-in-place fo= the a=ea A=ticle 162.10 the following: PAYt4ENT. Delete in its enti=ety and substitute The wo=k pe=fo=med and mate=ials fu=nished and measu=ed as p=ovided unde= "Neasu=ement" will be paid fo= at the unit bid p=ice fo= "Block Sodding," which p=tce shall be full Sec. 07500 8 compensation fo: fu:nishing and placing all sod whe:e indicated on the plans o: as di:ected by the Enginee:~ all :oiling and tampings fo: all wate:] fo: disposal of all su:plus mate:ta]~ and fo: all mate:iai, labo~, equipment, tools and incidentals necessa:y to complete the wa:k, all in acco:dance with the plans and these specifications. ~E~IAL PBgY]~]_C~__TO IT~_3~_:_~-E~)-].N(~-..E-O~--~B-C-~.ION CONTROL !HYDRO-MULCHING! £8~B~_N~_E: N(~_~COG_~]~3~!..C~..~_]TEN 3.10! A:ticles 1~.1 th:u 16~.11. Delete these a:ttcles Shit:ely and substitute with the NCTCOG Specifications Item 3.10, A:ticles 3.10.1 th:u 3.10.8. The type seed to be used on this p:o~ect will be Common Be:muds G:ass. Note: If any ~efe:ence to "Fe:tilize:" o: "Sprinkling fo: Dust Cant:al" in NCTCOG Specifications, Item 3.10 conflicts with the TSHPT Specifications, fo: cla:tftcatton the TSHPT Specifications shall gove:n and take p:ecedence. £8EPgB_E_ .E: NCTCOG SPECI~ICATI.ONS__~_!~_EM. 3.111 Article 166.~ MEASUREMENT. the following: Delete pa:ag:apb and substitute with Wo:k and acceptable material fo: "Fe:tilize:' measu:ed by the pounds as dete:mtned by app:oved gua:anteed weight of bags o: containe:s shown manufactu:e:. will be scales o= by the ~g~]AL PROVISX.ON TO ITEH g~_:_~LEX]BLE B& g.!Dg_L!YgBgPJ A=ttcle a~9.1 DESCRIPTION. Add the following: Flexible base delays:ed shall confo:m to the :equl:ements fo: "Density A:ttc]e 2~.~ CONSTRUCTION METHOOS. Add the When o:de:ed by the Engines:, unstable o: objectionable mate:iai shall be excavated and :eplaced with mate:iai confo:ming to Item a~9.l. Measu:ement and payment fo: Sec. 07500 :emoving objectionable mate=tal shall confo:m to Item 110.1, Roadway Excavation. Measu:ement and payment fo= :eplactng excavated mate:tol shall confo:m to the p:ovisions fo= Item 2~9.1, Flexible Base IDeIive=edl. A=ttcle 2~9.T HEASUREHENT. the following: Delete the fi=st pa:ag=apb and add Wo=k and mate=ial as p=esc=tbed fo= this measu=ed by the Class 1 method. item will be BD !&L_PBgyISlON !9.1TE _g g,- SALVAGING AND_BDBLAClNG BASE A=ttcle ~5~.1 DE~RIPTION. Delete the pa=ag=apb and tnse=t the following: This item shall consist of salvaging existing base mate:iai excavated in acco=dance with the item "Roadway Excavation," tempo:a=tly sto=tng the mate:iai, and placing and compacting the mate=iai at locations designated by the Enginee: o= whe=e shown on the plans. M~te=ial placed unde= this item shall be used p=tma=i]y fo= t=affic access and p=ovtding a base fo: tempo=a=y =oadways. Density cant=al will acco=dance with this conc=ete pavement. A=ttcle 252.~ HEASUREHENT. following: Measu:ement fo: this be =equt:ed whe:e base placed in item is a base cou:se fo= asphalt o: Delete the a=ttcle and tnse:t the item shall be by the cubic yard of mate:ial in vehicles as deltve:ed on the :oad. ~Bg~I&L_PROVISION ]0 ITEM 260 - LIME TREATMENT FOR MATERIAL~ ~6 PLACE IREFERENCE: N~_I__CD~_ SPECI~I~&I~__OI~_~_~I_EIII__~J A=ticle 260.1 DESCRIPTION. Add the following: This item shall also apply to t:eatment of base o: subbase cou:ses placed unde= this con=tact. A=ticle 260.2 HATERIALS. Type A hyd:ated lime shall be used at a maximum tote of 18~/squa=e ya=d. Sec. 07500 10 A=ticle 260.~{~l COMPACTION shall be 95% AASHTO T99 fo= the top six inches. Density Cant=al shall be =equi=ed fo= the method of compaction. A=ticle 260.6 MEASUREMENT. Type A hyd=ated lime will be measu=ed by the ton of 2,000 pounds d=y weight. Subbase p=epa=ation [Density Cant=oiled) will be measu=ed by the squa=e ya=d. IThe subbase is six inches thick). SPECIAL PROVISION TO ITEM ~6~ - HYDRATED LINE AND LIME SLURRY A=ttcle 26~.2 TYPE. Type A, hyd=ated lime shall applied tn the fo=m of a Lime Slu==y. be used and ~J~L PROVISI_O~__]g_]~_~_- ASPHALT~_g]~ & EMULSIONS IREFERENCE: NCTCOG SPECIFICATI _O~_z_[~EM 5.1 & 2.~! A=ttcle 300.2 MATERIALS. Type and g=ade shall be dete=mined by testing labo=ato=yl 300.2 (1} asphalt cement. SPECIAL PROVISION TO IT~_3~O - HOT_~[~_~B~[~ CONCRETE PAVEMENT (REFERENCE: NCTC_OG__~PECIF~CATI_O~_~ ITEN 5.7 & E.~! A~ttcle 3~0.2 MATERIALS. Ill Mine=al agg=egate - agg=egate shall be c=ushed stone. All Asphaltic mate=iai: Tack coot shall be RC-250. Azticle 3~0.3 PAVING MIXTURE. Add the following pa=ag=apb: Type D If!ne g=aded so=face coo=se! shall be used on this p=oJect whe=e indicated on the plans. A maximum of two inch compacted lifts will be pe=mitted to obtain the total thickness indicated. A=tJcle 3~0.7 MEASUREMENT. Delete and =eplace with the following: Type D and Type B asphaltic conc=ete will be measu=ed by the Ton of 2~000 pounds~ calculated in p]ace. The weight wi]] be ftgu=ed based upon the calculated volume called fo= on plans and using unit weight of I~O~/squa=e ya=d pe= inch of depthl. Sec. 07500 Tack coat will not be a sepacate pay item, but shall be constde=ed subsidia=y to the item to which the wo=k applies. SPECIAL PROVISION TO ITEN 360 - CONCRETE PAVEMENT (Nate= Cement RattgJ ~B~FERENCE: __N~__C(~3. SPECIFICATIONS~_]~_EI~_ 5.S) A=ttcle 360.2 MATERIALS, Suba=ttcle I1! Cement, is supplemented by the following: When the cement is to be used in conc=ete with agg=egates that may be delete=tously =eacttve, the alkali content {NaO+O.658K201 of the cement shall not exceed O.&O~. A=ticle 360.2 MATERIALS, supplemented by the following: Suba=ttcle 12! Admixtu=es, ts Mix designs with fly ash odmtxtu=es may be submitted at the option of the Cant=acta= fo= app=ova! by the Engines=. Mixes containing fly ash admixtu=es shall be submitted th=ough an independent comme=cia] labo=atoz~/ to ensu=e the p=ope= Cwate=/(cement plus fly ashl3 =atto. The maximum cement =eduction shall not exceed 20t by weight pea cubic ya=d and the fly ash =eplacement shall be $.25 lbs. pea each $ lb. of cement =eduction. Fly ash admixtu=es shall confo=m to ASTM C 658-77 and shall contain no mo=e than 5.0 ps=cent su]fu= t=toxide and loss of ignition shall not exceed 5.0 ps=cent. A=ticle 360.~ PROPORTIONING CONCRETE, Suba=ttcle ($} P=opo=ttons is supplemented by the following: Whe=e cu=bs a=e to be placed sepa=ately they shall confo=m to the applicable =equi=ements of the Items "Machine Laid Cu=b" and in addition $/2" dtamete= by 8" dowels on $2" cente=s and a $/2" diameter ho=izonta] bat tied to the dowels shall be p=ovtded. An app=oved epoxy =estn shall be applied to the pavement to =eceive cu=b arts= the pavement su=face has been tho=oughly cleaned with high-p=essu=e wa=e= o= other app=oved method. Cu=bs shall be g=ooved at t=ansve=se ~otnts by use of hand tools. Methods fo= placing of cu=b, conc=ete mix design and equipment to be used shall be app=oved by the Engines= p=to= to commencing cu=b A=ttcle 360.~ PROPORTIONING CONCRETE, Suba=ttc]e 12l Conc=ete is he=eby deleted in its entt=ety and =eplaced by the following: ~RETE STRENGTH. The conc=ete mix will be designed with the intention of p=oductng a conc=ete having a specified minimum ave=age comp=essive st=ength in pounds pea squa=e inch at the age of 28 days and having the co==espondtng minimum ave=age flexu=al st=ength (modulus of =up=uae} in pounds pea squa=e inch at T days indicated below. Sec. 07500 The flexural test beams will be tested with a standard testing machine in which the load is applied at the center of the beam span in accordance with ASTH Designated C 293. For the specified strength the concrete mix shall comply with the following maximum allowable water content and minimum cement content requirements. Compressive Flexura] Strength Strength Ipsil Ipsil Ns=er-Cement Ratio max.gal ./sack } Sacks of Cement ( min./c.y. } 3000 SOO 6.S S.O The coarse aggregate factor {day, loose volume of coarse aggregate per Unit volume of concrete) shall not exceed 0.85. PENALTY FOR DEFICIENT CONCRETE STRENGTH. It is the intent of this specification that all concrete construction cove=ed by this specification be constructed in strict conformity with the plans and these specification. Mhere any work is found to be constructed of concrete with strength values of less than the specified minimum strength, the following rules relative to adjustment of payment for acceptable work and to replacement of faulty work shall govern. ia} If the results of the compressive cylinder tests indicate a deficient strength and the Contractor does not elect to drill cores for a final compressive strength test, adjustments will be made on the basts of the compressive strength value for the particular area concerned as determined from the cylinders cast for compressive tests as hereinafter specified. Ibl If the Contractor elects to take cores for a final compressive strength test, the compressive strength value as determined by the core tests shall be conclusive. If the results of the core tests indicate a deficient strength, adjustment will be made on the basis of the compressive strength value as determined by the core tests. (cl If the concrete compressive strength is less than the minimum required strength, the amount of penalty per square yard of concrete having a deficient strength shall be in acco=dance with the following table: D~BCENT DEFICIENT ANOU_N!_DD_eg~ALTY Greater than S--not more than 10% Greater than lO-not more than 15% $2.00/S.Y. $S.O0/S.Y. NO Payment~ The amount of Penalty shall be deducted from payment due or to become due to the Contractor~ such penalty deducted is to defray the cost of extra maintenance. ~If, in the Judgment of the Engineer, the area of deficiency should not be removed and rep]aced, there wi]] be no payment for the area retained. Sec. 07500 13 {d! All concrete having a strength more than 15 percent deficient shall be removed and rep]aced with concrete meeting the :equirements of these specifications at the enti:e cost and expense of the Contractor. (el The area of concrete concerned in the ad~ustment or removal shall be the designated a:ea represented by the compressive st:ength values determined as hereinabove specified. Measu:ement for ad~ustment or :emova] shell be made to points equidistant between acceptable and unacceptable test points (points at which a compressive strength value was determined). A:ttcle 360.~ PROPORT]ON]NO CONCRETE, Subarticle 15! Mix Design, is he=eby deleted in its entirety and =eplaced by the following: NIX DESIGN. It is the intent of this specification to develop and use the most economical mix design possible which will fulfill all :equt:ements of this specification when using acceptable mate:isis as fu:nished by the Cant:actor. Prio: to the beginning of concrete placements, and thereafte: befo:e any change in source o= characteristics of any of the ingredients except mine:al filler, mix design tests shall be perfoz~ned using the cement and agg:egates p=oposed for use. The Con:facto: will be requi=ed to furnish the Engineer with conc:ete batch designs necessary to produce the required strength as specified in the cant=act and specifications. All designs must be submitted by the Contractor and approved by the Engineer before the placing of concrete will be pa=mt:ted. At any time when any change in source or characteristics of any of the ingredients except mineral lille= is expected, results of the mix design tests required above shall be submitted to the Engineer in orde= that he may determine whether a change in the approved mix design is required. Concrete mixes will be designed and mode in sufficient number to represent a wide :ange of water-cement :attos~ these mixes shall comply with the requirements therein prescribed fo= workability. The water-cement ratio is defined as the to:a! U.S. gallons of wa:e: {weight 8.33 pounds! including the moisture content of all aggregates pea sack of cement &weight 9a pounds natl. From the conc:ete of each mix design test beams wi11 be made, cured and tested to date=mine the f]exu:a] st=ength of the conc=ete at ? days. From these pre]Lminary tests, the wate=-cement =otJ0 requi:ed to produce concrete of the specified strength will be selected. Prto: to placing of any concrete, the Contractor, will be required to fu=nish and operate the specified mixer approved for use on the pro~ect and shall produce batches of the size to be used tn the conc:ettng operations. From these batches, pilot beams will be made and tested in order to determine if the designs submitted Sec. 07500 comply'with the strength requirements. No additional compensation will be paid for equipment, materials, and labor for making these prelimina~/ test specimens. Such tests may be waived upon submission of approved independent laboratory design or previous satisfactory tests obtained from materials of the same sources. After the mix proportions and water-cement ratio required to produce concrete of the specified strength have been determined and after the Engineer has approved the mix design, placing of concrete may be started. Concurrence on the part of the Engineer in any proposed mixing or placing methods or approval of any proposed mix design shall not relieve the Cant=acta= of the responsibility of furnishing concrete in place conforming to the requirements of these specifications. Changes in the water-cement ratio and the mix design shall be made when the strength of the concrete departs from the specified minimum strength as indicated by the strength values obtained from tests of specimens made from concrete being placed. ~B~_.DESIGN FOR INTERSECTIONS. When the paving and finishing of street intersections and left-turn lanes are accomplished by hand methg~ the concrete used shall conform to the fo]lowing special requirements: INa fly ash admixture will be allowed in the mix destgn.) LOCAT I ON MINIMU~ CEMENT CONTENT MAX. SLUMP Ma)or Thoroughfares Secondary Thoroughfares Residential Streets sacks per cubic yard 5.75 sacks per cubic yard sacks per cubic yard inches inches inches These special conditions will not be required when the intersection or left-turn lane will be placed and finished by mechanical methods. If the plans or special provisions indicate that traffic will be routed over the new concrete surface prior to the normal 7-day waiting period, the use of high-early strength portland cement will be required. When high-early strength portland cement is used, traffic will not be allowed on the surface for a minimum period of 72 hours afte~ placing of the concrete. Article 360.~ 5pecimens~ is the following: PROPORTIONII~K~ hereby deleted ~RETE, Subarticle 16l Test in its entirety and replaced by TEST ,~PECINENS AND QUALITY CONTROl= During the progress of the work the Engineer will cast test cylinders and beams for testing to maintain a check on the compressive and flexura] strengths of the concrete actually being placed. Concrete failing to meet the specifications for materials, proportions, construction methods, strength or dimensions may be required to be removed and replaced with concrete meeting the specified requirements. Sec. 07500 15 Not less than 3 test cyltnde=s fo= a comp=esstve st=ength value and 2 test beams fo= a flexu=a! st=ength value will be taken the conc=ete fo= each ~50 squa=e ya=ds os less of conc=ete pavement placed each day. A comp=esstve o= flexu=al st=ength value shall be the ave=age of the st=engths of the th=es cyltnde=s o= two beams as the case may be. Additional cylinde=s o= beams may be made by the Engines= as =equt=ed by conc=ete placing conditions, o= fo= adequately date=mining the st=ength of the conc=ete whe=e the ea=ly use of the base os pavement is dependent upon the conc=ete st=ength tests. No ext=a compensation will be paid the Cant=acta= fo= mate=tals and labo= involved in fulfilling these =equi=ements. Beam boxes shall be fu=nished by the Cant=acta=. Beam boxes shall be as specified o= as dimected by the Engines=. Fu=nishing of beam boxes wi]] not be paid fo= as a sepa=ate cant=act pay item, and the costs the=eof shall be included in such pay items as p=ovtded in the p=oposal and cant=act. Beam boxes shall be maintained by the Cant=acta= without cost to the Owns=. The test beams shall be tested at the age of 7 days in o=de= to dete~wnine the f]exu=al st=ength. Should the ave=age 7 day flexu=al st=ength, as date=mined by the ave=age of the last 20 flexu=al st=ength values obtained f=om test of beams made f=om conc=ete of the same wate=-cement =otto, fail to meet the st=ength =equi=ement, the Cant=acta= shall modify the mix design to obtain additional st=ength in o=de= to fulfill the =equi=ements fo= comp=essive st=ength at 28 days. The test cylinde=s f=om those specific a=eas whe=e individual test beams we=e below =equt=ed st=ength shall be tested at the age of 28 days in o=de= to date=mine the comp=essive st=ength of these a=eas. Should any set of test cyltnde=s ~ep=esenttng a given a=ea whe=e an individual test 'beam has failed to meet st=ength =equi=ements, that a=ea shall be constde=ed to be composed of conc=ete having deficient st=ength. The Engines=, at his option, may =e~ect as non-=ep=esentattve any individual f]exu=a] st=ength value in each g=oup of ten whe=e st=engths mo=e than 20 ps=cent above o= below the ave=age fo= the g=oup a=e indicated, and compute the ave=age f]exu=a] st=ength on the basts of the =ematning values. A=ttcle 360.5 iUBGRADE AND FORHS, Suba=ticle 12} Placing and Removing Fo=ms. Delete the tht=d pa=ag=apb in its anti=sty and =eplace with the following: Fo=ms shall be leveled using mate=iai app=oved by the Engines=. A=ticle 360.6 CONCRETE H[XZNG AND PLAC]NG, Suba=ticle 12} Nixing Hethods is voided and =ap]aced by the fo]lowing: Sec. 07500 The concrete shall be mixed in a mixer conforming to the requirements of Suba=ticle 360.3 I~! of this item. Ready-mix concrete, conforming to the requirements of the Item, "Ready Mix Plants", may be used fo= mixing concrete fo= pavement only when specifically permitted by a note on the plans, except that ready-mix concrete may be used fo= curbs, irregular sections and/o: small placements such as turnouts and leaveouts. (~ six (6) sack mix wi~{_~{_{!gpi=ed at these locattons.) Article 360.12 MEASUREMENT. entirety. Delete the second pa=ag:apb in its Article 360.23 PAYMENT. Delete the second and third paragraphs and replace with the following: Payment will be made on concrete which has been completed and accepted as described in Article 360.12, as he=sin amended. Payment will be made only on that concrete which reaches the compressive strength specified within the 28 days or if any concrete is found to have strength values of less than the specified minimum strength at 28 days then the adjustment as determined in Section 07500 of these specifications shall apply. Under no circumstances will any payment be made on concrete that is less than seven [7) days old. SPECIAL PROVZS ON TO ZTEM - STRUCTURAL EXCAVATZON !BggFBFNCE: NCTCOG SPECIFICATI._OL'4 _ _ITEM Article ~00.2 CONSTRUCTION METHODS. in its entirety. Delete the second paragraph Article ~00.7 PAYMENT. with the following: Delete the entire article and replace Payment for work prescribed by thls item will be only fo= those locations of the work shown on the plans. No=k at othe= locations shall be considered subsidta:'y to other items. Payment will be based on the CY at submitted in the bid. the unit price as Sec. 07500 ~7 ~~L. PROVISION TO ITEM ~01 - EXCAVATION AND BACKFILL FOR SEWERS A:ttcle ~01.2 CONSTRUCTION, Suba:ttcle 18! Backfill. of the second pa=ag=aph, add the following: At the end Mate=isis selected f=om excavation of the t=ench o= f=om the ~oadway excavation shall have a liquid limit not to exceed 35 and a plasticity index not to exceed 10 when tested in accordance with standa:d Texas State Depa=tment of Highways and Public T=anspo~tatton methods. Mate=ial placed above pipe, unde= pavement, shall be placed in 6" lifts and compacted to a minimum 95% standa=d p=octo= density, at optimum moistuce. Mate=ial placed above pipe, outside of pavement a:eas shall be placed in 6" lifts and compacted to a minimum 90% standa:d p:octo: density at optimum moistu:e. A=ttcle ~01.3 MEASUREMENT. Delete the enti:e a=ticle. A=ttcle a01.a PAYMENT. with the following: Delete the entt=e a:ticle and =eplace Payment fo: sews= excavation and backfill will, not be paid fo: di=ectly, but will be conside:ed a subsidia:y obligation of the item to which the wo:k applies. Such payment will include full compensation fo= excavation, backfilling, fu:nishing se]ected backfill, and all incidentals necessa:y to complete the SPECIAL PROVISION TO ITEM ~16 - DRILLED SHAFT FOUNDATIONS [BgggBg_N( _g _.NCTCOO SPECIFICAT]ON~_ARTICLE 7.al A:ttcle ~16.1 DESCRIPTION. Add the following: The Cont:octo:'s attention is di:ected to Section 00220, Soils Investigation Data, and Appendix A, Log of Test Bo=ings. In the event of conflict between the :ecommendattons the:sin and these specifications, these specifications shal! gove=n. SPECIAL PR~OVISION TO ITEM ~20 - CONCRETE STRUCTURES A:ttcle a20.2lbl, "Joint Sealing M~te=ial" following: delete and inse=t the Sec. 07500 Joints designated on the plans as PUJS shall be constructed in accordance with Item ~33 of said TSDHPT Standard Specifications. The use of commercially available polystyrene to temporarily fill )oints will be permitted. Article ~20.6, "Construction Joints", add the following: All vertical and horizontal construction )oints shall be cleaned by abrasive sand blast methods. Article ~20.11, "Placing Concrete - Gene=al", add the following: The Cant=actor shall provide written notice to the Engineer ~8 hours in advance of his intentions to place concrete for the following items: Bridge abutments, footings, pie= walls, and bridge sups=structure. The Cant=acta= shall not proceed to place concrete fo= said items until he has received written notification to proceed from the Engineer. Article ~20.~1, "Concrete Curing," add the following: Overhanging bridge slabs and exterior bridge girders shall be cured by the foam curing method. Article ~a0.a2, Delete paragraph 3, Falsework," and insert the following: "Removal of Forms and Fo=ms supporting gravity loads and falsewo=k fo= all bridge components shall remain in place fo= a minimum of 8 days after concrete placement o= until the concrete placed attains a compressive strength of 3000 psi as dete~ntned by test cylinders. Article ~20.~5, following= "Heasu=ement and Payment," delete and insert the No direct measurement o= payment will be made fo= the work to be done o= the equipment to be furnished under this item, but it shall be considered subsidiary to the particular items required by the plans and the cant=act he=sin. -C NCTC(X SPEClFICAT]ONS _[ EN Article ~21.2 Materials, 11! Cement. The fi=st paragraph of this sub-article is hereby supplemented by the following= Nhen the cement is to be used in concrete with aggregate that may be deleteriously reactive, the alkali content INaO + 0.658K201 of the cement shall not exceed 0.60 per cent. Sec. 07500 29 Article ~21.9, "Quality of Concrete" add the following: Unless othe~ise specified o= shown on the plans, conc=ete fo= st=uctu=es shall confo=m to Class A conc=ete pea Table of Item Concrete designated on the plans as Type H-Modified shall conform to the values shown fo= Class H concrete pea Table ~ of Item a21.9, except that Coarse Aggregate No. ~ will be required. Fa' shall be ~000 psi, minimum. Article ~21.2~, "Payment", delete and inse=t the following: The quantity to be paid fo= will be that quantity shown on the cant=act plans and in the proposal, regardless of er=oas in calculation. Where payment fo= conc=ete st=uctutes is included in othe= items of wa=k, no sepa=ate payment fo= fu=ntshing concrete in acco=dance with this special provision will be made. Ad)us=men= of compensation for "Concrete fo= Structures' shall be made only when changes to cant=act quantities autho=lzed in writing by the Engineer. The unit p=ices bid fo= the va=lous classifications of concrete shown shall be full compensation fo= fu=ntshing, hauling, and mixing all conc=ete mate=iai; placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion ~oint material required by this item, and fo= all forms and fa]sework, labor, tools, equipment, and incidentals necessary to complete the ~gG]AL PROVISION TO ]TEM agT.-- ~UBE&~g_~]~Ug~_FOR ~RETE A=ttcle a27.5 APPROVAL OF SURFACE F/N]SH/NG MATERIALS. Delete the article in its entirety and replace with the following: The mate=ial to be furnished shall meet the =equt=ements of the Texas State Department of Highways and Public Transportation Specification D-P-8//O, St=uctu=al Coatings, latest =eviston. Sec. 07500 20 SPEC_I_A_L_ _P_R_O_V_/SlON _T_O_ I_T.EI, I ,b3_~_ _-_-_ _C__OIZ~__RI~__T_F.__R]_P_R~__P. ! Class A ) ! REFERENCE: NCTCOG SPECIFICATI _Otz~_~.__/_T_E_N__8.._/_._._5) A=ticle ~32.12 HEASUREHENT. Delete and =eplace with the following= Neasu=ement of acceptable atp=ap complete in place will be made on the basis of the asea actually cove=ed and will be computed on the basis of the measu=ed asea. Conc=ete atp=ap will only be measu=ed fo= payment if designated on the plans to be a sepa=ate pay item. All othe= atp=ap locations shall not be measu=ed sepacately but shall be incidental to the va=ious items of wo=k so designated on the plans. A=ttcle ~32.13 PAYMENT. Delete and =eplace with the following: The sip=ap quantities, measu=ed as p=ovtded above, will be paid fo= at the unit p=ices bid pea squa=e ya=d fo= sip=ap, which p=ice will be full compensation fo= fu=nishing, hauling, and placing all mate=ials including ~jnfo=cement base mate=iai, and p=emolded expansion Joint mate=iai, and fo= all labo=, tools, equipment, foam wa=k, and incidentals necessa=y to complete the wo=k pea the plans and these specifications. Payment fo= excavation of toe wall t=enches will be included in the unit p=ice bid pea squa=e ya=d of sip=ap. Payment fo= excavation =equi=ed fo= shaping of slopes fo= alp=ap shall be paid fo= unde= Pay Item 120.1 "Channel Excavation." SPECIAL PROVISION TO ITEN ~33 - POLYURETHANE JOINT SEAL A=ticle a33.5, "Measu=ement and enti=ety and inse=t the following: Payment", delete in thei= Polyu=ethane Joint seal satisfacto=tly installed in place shall be measu=ed and paid fo= by the lineal foot. The unit p=ice bid fo= polyu=ethane )oint seal shall be full compensation fo= all labo=, equipment~ mate=lois, and incidentals =equt=ed to complete the Sec. 07500 - ELASTOMERIC MATERIALS A~ttcle ~35.E MATERIALS. Bea~tngs with thickness laminated. A:ticle 635.~ ME~VREMENT. following: Add the following: g:eate= than 1/2 inch shall be Delete the a:ttcle and add the Elastome:ic bea:ing as shown on the plans will be measu:ed by each elastome:ic bea:tng sattsfacto:tly fu:ntshed and installed. ~PECIAL PROVISION TO ITEM ~a0 - ~!_IZ~'.ORCING STEEL Add the following to Item ~0.2 MATERIALS. Shop d:awing submittal and app:oval confo=mtng to Section 013~0 shall be :equi:ed fo: the following items: All d:ainage st:vctu:es (p:e-cast o: pou:ed-in-placel except :einfo:ced conc:ete pipe. 2. D:illed shaft foundations. 3. B:tdge subst:vctu:e including abutments, wtngwa]ls, footings, and pie: walls. B:idge supe=st:vctu:e including caps, dtaph:agms, gt:de=s, deck, ba::te: :ail, and app:oach slabs. S. Othe: st:acta:es whe:e a pay quantity of :etnfo:ctng steel is shown on the d:aw~ngs. Shop d:awings shall be of standa:d comme:cial quality and content. Any splices =equested by the Cant:acta: shall be shown on the d:awings. App:oval of shop d:awtngs by the Enginee: will not :elieve the Cant=acta: of the :esponsibility to satisfacto=ily confo=m to the details shown on the plans. Clea:ances fo: =einfo=ctng steel shall be as shown on the plans. Fo: st:acta:es whe:e c]ea:ances a:e not shown on the plans, the clea:ances f:om face of conc:ete to nee:est edge of :etnfo:cing steel shall confo:m to ACI 318-77, Section 7. Welding of o: welding to =etnfo:cing steel pe:mJtted. will not be Sec. 07500 Item ~aO.8 MEASUREMENT and anti:sty and =eplace with the following: PAYMENT delete in thai= The measu=ement of quantities of =einfo=ctng steel will be based on the calculated weights shown on the plans which include a two ps=cent allowance fo= splices. The calculated weights shown on the plans shall be the final pay quantity fo= =etnfo=ctng steel unless changes a=e o=de=ed in waiting by the Engines=. Whe=e =einfo:cing steel ts included in a pa=ttcula= pay item othe= than =etnfo=ctng stee]~ no sepa=ate measu=ement and payment shall be made fo= =etnfo=ctng steel. The unit p=ice bid ps= pound fo= =etnfotcing steel shall be full compensation fo= fu=nishtng, detailing, fab=ica=lng, and placing =einfo=ctng steel including al! labo=, equipment, mate=tals~ and incidentals necessa=y to complete the A=ticle ~50.1 DESCRIPTION. Add the following: Railing shall include the const=uctton of any ad,scent sidewalks as shown on the plans. A=ttc]e ~50.3, 13}, CONCRETE RAIL]NG. Add the following: Fo=ms fo= conc=ete =ailing shall have cambe= fo= ve=ttcal deflection as app=oved by the Engines=. Final su=face finish fo= =ailing shall confo=m to Ztem ~27. Said finish shell be simtla= fo= ad)scent pa:ts of the st=uctu=e. SPEC]AL PROVZSZON TO ITEM ~62 -- ~RETE BOX CULVERTS A=tJcle a&2.9 MEASUREMENT. Delete pa=ag=aphs two th=ough fou:. A=ticle ~62.10 PAYMENT. Delete pa=ag=aphs one thai= anti=sty and =eplace with the following: th=ough five The unit p=tce bid ps= lines= foot fo= the va=lous, stzes and types of "Concrete Box Culvert," shall be full compensation in place fo= const=uct~ng, o= fu=nishing and t=anspo=ttng secttons~ the p=epa=atton and shaping of bed~ )otnting of secttons~ all excavation and backfills fo= connections to existing st=uctu=es~ conc=ete, =etnfo=ctng steel~ headwalls, Sec. 07500 wingwalls, and conc=ete sip-sap if specified on the plans~ all othe= items of mate=lois, labo=, and equipment, tools, and incidentals necessa=y to complete the wo=k in acco=dance with the plans and these spec/f/cations. When sections laid on a skew, full compensation fo= cutting the ends when =equi=ed by the plans shall be included in the unit p=tce bid pea linea= foot, measu=ed in acco=dance with A=ttcle Bg ! _BBgy! ZON TO ITEH ~6~ - REINFORCED ~RETE PIPE CULVERTS /_R_E_FER~_E;___I~ICTCOG SPECIFICATIOI~__S~_ :]:TEN 2.12 ! A=tlcle ~6~.5 PAYHENT. Revise the last pa=ag=apb with the following: St=uctu=al excavation and backfill will not be measu=ed foe sepa=ate payment, but will be constde=ed included in the unit p=ice bid fo= each =espective size pipe. These will be no ext=a compensation fo= excavating =ack o= othe= tncomp=esstble mate=lois. SPECIAL PROVISION Tg_[~_bT~_::__H~_~Ug~_}_]NLETS I& HEADWALLSI A=ttc]e ~70.2 DESCRIPTION. Add the following: Headwalls Imodified! of plans shall also be "Manholes &[nlets." the type and included as size specified in the applicable to ]tam ~70 A=ticle ~70.6 HEASUREHENT. following: Delete anti=ely and =eplace wtth the Hanholes, inlets, and headwalls Imodtfted) of the type and size shown on the plans will be measu=ed by each manhole, inlet, o= headwall Imodtfted!. Excavation and backfill will not be measu=ed fo= sepa=ate payment but will be constde=ed subsidia=y to the unit p=ice bid fo= each manhole, inlet, o= headwall (modified). Heasu=ement will only be conside=ed when the manhole, inlet, o= headwall (modified) is complete-in-place pea the plans and specifications. Only those headwalls specified on the plans to be conside=ed fo= sepa=ate payment ~tll be measu=ed. All othe= headwalls will not be measu=ed but will be constde=ed substdia=y to othe= items of wo=k. A=ticle ~70.7 PAYHENT. Delete ~70.716! and add the following: sub-a=ttcles ~70.7(11 th=ough Sec. 07500 Payment fo= manholes, inlets, o= headwalls (mod/f/ed) will be made at the unit p=ice bid fo= each manhole, inlet, o= headwall (modified) specified, complete-tn-place, as shown on the plans and in acco=dance with these spec/f/cations. ~CZAL PROV]~J_OI~I__)g. ITEM ~TE - RELAYZNG CULVERT PIPE A=ttcle ~72.3 NEASUREHENT and ~72.~ PAYMENT. a=ttcles in thet= enti=ety and inse=t the following: Delete the Wo=k pe=fo=med unde= this item fo= the const=uctton of detou=s shall be conside=ed subsidia=y to othe= 'items and no sepa=ate compensation shall be made. SPEC]AL PR?VISION TO ]TEN ~7~5 -- JACKING~ BORING~ OR TUNNEL/NG A=ticle ~76.2 following: MATERIALS. Delete enti=ely and =eplace with the The casing pipe shall be steel pipe and shall have the following minimum =equi=ements: 18" inside diamete=, 0.250 inches thick, 35,000 psi y~eld st=ength (H20 loadtng}, exte=io= su=face coated with 1 mil. bituminous coating ISpec. AW~A A=ticle ~76.3 CONSTRUCTION. Add the following: All )acking, bo=lng, o= tunneling ope=arians shall confo=m with the =equl=ements contained in the TSDHPT Utility Accommodation Policy adopted July, 197~, along with cu==ent =evtsions the=eta, and/o= as a minimum the app=op=~ate =equi=ements outlined in the following: a. Gas pipelines -- Title ~9, CFR, Pa=t 192, T=anspo=tation of Natu=al and Othe= Gas by Pipeline: Minimum Fede=al Safety Standa=ds and amendments. b. Liquid pet=oleum pipelines -- Title ~9, CFR, Pa=t 1~5~ l=onspoEtatton of Liquids by Pipelines and amendments. c. Latest Ame=ican Society fo= Testing and Mate=lois specifications. A=ttcle ~76.5 following: PAYNENT. Delete entt=ely and =eplace with the Sec. 07500 25 Bo=tngs will be paid fo= at the unit p=tce bid pea ltnea= foot, measu=ed as p=ovided andes "Measu=ement," complete and in place, including fu=ntshtng and placing all mate=lois including steel casing pipe, g=out backfill, sheeting, sho=ing, b=acin9, d=atnage, excavation and backfill, labo=, tools, equipment, and any incidentals necessa=y to complete the wo=k acco=ding to the d=awtngs and these specifications. pROVISION TQ. ITEH 502 - BARRICADES~ SIGNS ANO TRAFFIC HANDLING IREFERENCE: NCTCOG SPECIFICATIO[4_~_ITEH 8.1) A=ttcle 502.3 HEASUREHENT and 502.~ a=ttcles and =eplace with the following: PAYHENT. Delete both The wo=k and mate=ials as p=esc=ibed by this item will not be paid fo= as a sepa=ate item, but will be conside=ed incidental to the p=oJect. PBQy!~_O~__~g_ITEH ~gb_- STR_U(~_~URE FOR FIELD OFFICE AND LABORATORY A=ttcle 50~.2 GENERAL REGUIREHENTS. and =eplace with the following: Delete the fi=st pa=ag=apb One Il) st=uctu=e will be =equi=ed and located in an asea acceptable to the Engtnee=. Delete the fifth parag=aph in its enti=ety. A=ticle 50~.3 TYPE OF STRUCTURE. This a=ticle is voided in its enti=ety and =eplaced by the following: The st=uctu=e shall have o= be built to at least the fo]lowing minimum standa=ds o= as app=oved by the Enginee=. The field office shall not be less than' lO'xl6'x8' high with fou= comp]etely weathe= st=tpped glass windows lone in each wall) and one completely weathe= st=tpped exte=lo= doo=. The walls shall be insulated. The field office shall be fu=nished with a heat pump fo= heating and coo]tng of sufficient capacity fo= maintaining suitable office tempe=ara=es. It shall have sufficient fluo=escent ceiling lights, suitable numbe= of 120 vac duplex wall =eceptacles, and a telephone ~ack. Sec. 07500 The office shall be p=ovided with a desk, two chat=s, one ==ash contains=, and one chilled wa=e= d=lnktng contains=. It shall also have a 72"x32" plan table. The building shall be se=viced with sews= o= septic tank with connections and shall contain a =est=oom p=ope=ly po=ttttoned and fu=ntshed with, as a minimum, a flush toilet and lavato=y. The building shall be installed level and stable, located at and facing the dt=ectton agceed upon by the Engines=. All utilities, including a telephone, shall be connected and paid fo= by the Cant=acta= until final acceptance of the cant=act wo=k on the The a=ea outside the building will be kept clean and maintained by the Cant=acta= as =equt=ed by the Engines=. Suitable outside steps, shoe sole cleaning sc=ape=, cone=ets o= g=avel walk Idependtng upon the site condittonsl, an accu=ate outside hi-low the=moms=e=, adequate outside ga=bags containe=s with caress shall be p=ovided. An outside light shall be p=ovtded to light the field office asea at night. Should vandalism become a p=oblem, the Cant=acta= shall p=ovtde suitable secu=ity su=veillance and asea fencing o= both to insure the safety of the field office and its contents. A=ttcle 504.4 MEASUREMENT AND PAYMENT. and =eplaced by the following: This a=ttcle is voided No=k ps=foamed and mate=ials fu=ntshed as p=esc=ibed by this item will be measu=ed and paid fo= at the lump sum unit p=ice bid fo= "Field Office", complete in place, which p=ice shall be full compensation fo= all labo=, tools, mate=ials, fu=nishtng equipment, elect=ici=y, wa=e= and fuel, and incidentals necessa=y to complete the The total lump sum p=tce will be divided equally among the total numbs= of months allowed fo= cons=auction of the p=o~ect. The =esulting amount will be the maximum amount allowable to be submitted on monthly pay applications. ITEM 508 - CONSTRUCTING DETOURS IREF~ENCE= NCTCOG SPEC/FICATION~_~_[~M 2.22! A=ticle 508.4 MEASUREMENT. and 508.5 PAYMENT. thei= enti=ety and =eplace with the following: Delete in No sepa=ate measu=ement and payment shall be made fo= "Const=ucting Detou=s." Execution of the wo=k desc=tbed he=sin shall be conside=ed subsidia:y to othe= items of wo=k. Sec. 07500 27 ~IAL PROVIS/_(~_ TO ITEH 530.3 - BRICK PAV~B~ Add the following in its enti=ety: A=ttcle 530.1 DESCRIPTION. Fu=nish and install solid conc=ete paving stones as shown on the d=awings and as =ecommended by the manufactu=e=. Fu=nish and install sand laying cou=se and all accesso=y items as =equi=ed. A=ticle 530.2 MATERIALS. 1. Pave=s Mate=isis fu=nished unde= this item shall be as manufactu=ed by the Pavestone Company, Box ~13, G=apevine, TeXas, 76051, phone {817) 581-5802, o= app=oved equal: a. Pave:s IC=osswalksl: Shall be Uni-Deco=, 3 1/8" (8 cm.} thickness, by Pavestone Co. b. Pave=s ledges}: Shall be Holland I, 3 1/8" (8 cm.} thickness, by Pavestone Co. c. Accesso=ies as =equi=ed fo= edge t=eatment shall be as =ecommended by the manufactu=e=. Colo=s fo= the above shall be as app=oved by the Owne=. de Physical =equi=ements: ASTM C 936-82. All pave=s shall confo=m to Cementtttous Mate=lois and Agg=egates: Shall confo=m to ASTM C-150 and ASTM C-33, =espectively. Sand: Mason=y sand will Dg$ be allowed. The sand laying cou=se shall be a well g=aded clean washed sha=p sand with 100% passing a 3/8# sieve size and a maximum of passing a No. 200 sieve size. This is commonly known as manufactu=ed conc=ete sand, limestone sc=eening, simila=. The sand laying cou=se should be the =esponsibi]ity of the paving stone installe=. A=ticle 530.3 INSTALLATION. Installation shall be pa=fo=mad by an installe= app=oved by the Enginee:. Installation shall confo=m to manufactu=e='s =ecommendations and the following: A. Const=uction of. Sand Laying Cou=se The finished base cou=se shall be app=oved befo=e the placement of the sand laying cou=se. Sec. 07500 The const=uction of the sand laying cou=se shall be in accordance with manufactu=e=s recommendation and app=oved by Engines= p=ior to beginning installation. B. Placing Pave=s The paving stones shall be laid in such a manner that the desired pattern is maintained and the Joints between the stones a=e as tight as possible. For maximum interlock it is recommended that Joints between stones do not exceed 1/8" (3mm.). St=lng lines should be used to hold all patte=n lines taus. The gaps at the edge of the pave= su=face shall be filled with standa=d edge stone or with stones cut to fit. Cutting shall be accomplished to leave a clean edge to the traffic surface using a double-headed b=eake= o= a masonry saw. Howeve=, when cutting precision designed areas, a masonry saw is =ecommended. Wheneve= possible, no cuts should result with a pave= less than 1/3 of o=igtnal dimension. Paving stones shall be vibrated into the sand laying course using a vib=ator capable of 3,000 to 5,000 pounds compaction fo=ce with the sv=face clean and Joints open. Arts= rib=arian, clean mason=y type sand containing at least 30~ of 1/8" (3mm.] pa=ticles shall be sp=ead ave= the paving stone su=face, allowed to day, and .~tb=ated into Joints with additional vib=ato= passes and b=ushing so as to completely fill Joints. Surplus mate=ia1 shall then be swept from the su=face o= left on surface during construction time to insu=e complete filling of Joints du=ing initial use. lhis sand also may provide surface protection from const=uction debris. A=ticle 530.~ HEASUREHENT. Pave=s, Item 530.3, will be complete and in place, fo= app=oved by the Enginee=. measv=ed by the squa=e ya=d, the complete installation as A=ticle S30.S PAYHENT. Pave=s, Item 530.3, will be paid for by the square ya=d fo= an installation complete and in place. Sec. 07500 A:ttcle 544.2 DESCRIPTION. following: Delete entirely and insert the This item shall govern the replacing of existing wood fence whe=e shown on the plans o= whe=e designated on the plans. Removal and salvaging of the existing fence mate=la]s will not be included in the scope of this item but shall be done by othe=s. Wood fencing m~terta]s damaged da=lng ~emova] and sa]raging ope=arian shall be =ap]aced by affected property owne~ and will not be the =esponstbtlity of the cant=acta=. Concrete fo= co~ne~ post foundations, etc., sha]] be included in the unit p=tce bid fo= this item along with nails, staples, b=ackets, o~ othe= incidentals needed to install the wood fence comp]ete]y. Painting of fence wi]] not be =equt=ed. Coordinate with the affected p~ope=ty O~ner for approved ~emova] and stockpile p~ocedu=es. A:ticle 5a4.2 CONSTRUCTION METHODS. with the following: Delete anti=ely and =ap]ace Replace existing fence by installing all mate=ials ~nufactu=e~s ~ecommendations fo= simila= type fencing A=ticle 544.3 NEASURENENT and A=ticle 544.4 anti=ely and =eplace with the following: PAYNENT. Delete Neasu=ement fo= fence =eplaced will be fo= the linea= feet of actual fence =eplaced, complete-in-p]ace. The unit p:tce bid sha]] be full compensation for al1 ]abor, mate=tals (see desc=tption 544.1i, equipment, excavation and backfi]], and incidentals =equi=ed to perfomm the wo=k the plans and these specifications. SPECIAL PROVISION TO ITEN 582 - WATER _N_A]~S AND [_I~..F~__EI~_~A___NQ_~Q_O(~__~PECIFICATION~_[~_~ UNDERGR~ C(~_]~_.AND RELATED NATERIA~ DELETE THE ENTIRE ARTICLE AND REPLACE WITH THE FOLLOWING: A=ticle 582.~ DESCRIPTION. This item shall govern fo= all mate=ia]s and wo=k necessa=y for fu=nishing and installing all ware= mains of the type specified, all sanitary sewe= mains, and any and all dist=tbution lines as shown on the plans, including all clea=ing, grubbing, excavation, sheeting, sba=lng, dewate=ing, pipe laying, )otnting~ testing, backfilling, and any othe= work that is =equi=ed or necessa=y to complete the installation as shown on the p]ans and as specified he=etn. Sec. 07500 30 The cont~acto= shall be =esponsible fo= all mate=ials fu=nished to him by his mate=tal supplte=s and shall =eplace at his expense all such mate=ia]s that ace found to be defective in manufactu=e o= that a=e damaged in handling. The cont~acto= shall install piping to meet standa=ds. The cant=acta= shall p=ovide ce=tificate that materials meet o= exceed minimum he=etnafte~ specified. all applicable =equi=ements as A=ttcle 582.2 HATERIALS. Each ware= main o= dist=ibutton line shall be installed using the mate=tals designated on the plans and as specified he=ein. All mate=(als shall be new and meet the following minimum specifications: 582.2 A. PIPE. POLYVINYL CHLORIDE WATER PIPE AND FITTINGS IPVC}. a. Unless othe=wtse specified on the plans, 1/2 inch PVC pipe shall be Class 315, 3/~ inch o= lo=ge= PVC shall be Class 200. All the=moplastic PVC pipe shall fulfill the =equi=ements of ASTH D22~1, Class 200, DR 1~. b. Nhere shall be 1785. specified on the plans, Schedule ~0 PVC pipe PVC 1120 and shall meet =equi=ements of ASTH D c. PVC, DR 1~, shall meet o= exceed =equi=ements of ANNA .C-900, latest =ay(sion, with cast icon outside dimensions and with =ubbe= =lng bell )oint which shall be an tnteg=al and homogeneous pact of the pipe baa=el confo=ming to ASTH D 3139, latest =evtston. Rubbe= gaskets shall confo=m to ASTH D 1869, o= ASTN F~77. d. PVC ware= pipe shall be listed by Unde=w=tte= Labo=ato=tes and app=oved fo= use in cities and towns of Texas by the State Boa=d of Insu=ance. e. The =igid PVC pipe shall baa= the sea] of app=oval loc "NSF" ma=kl of the National Sanitation Foundation Testing Labo=ato=y fo= potable ware= pipe. f. Pipe shall be made f=om NSF app=oved Class 12~5~-A o= B PVC compound confo=mtng to ASTN D 178~ =esin specification. CAST IRON PIPE AND DUCTILE FITTINGS IC.I.P. IID.I.P. I IRON PIPE WATER MAIN a. Unless othe=wise specifically shown on the plans, o= app=oved in waiting, sha]] confo=m to ANSI A 21.6 (ANNA C106, ]atest =evisionl, 200 psi wa=king p=essu=e, and shall be cent=ifuga] cast pipe of =ubbe= gasket type Sec. 07500 31 Joint, furnished In 16' or 18' nominal laytng lengths. All such pipe shall bear a mark denoting approval by the Underwriters Laboratories. b. Cast iron pipe under these specifications shall have a tensile strength of 21,000 Ihs. per square inch and ~5,000 lbs. pea square inch modulus of rupture. All such pipe shall be manufactured tn accordance with ANSI "Manual for Thickness Design of Oast Iron Ptpe", and shall be designed for 200 lbs. water working pressure, 8 feet of cover, and field condition B. c. Ductile 1ran ptpe shall be manufactured from metal having a mlntmum tensile strength of 60,000 lbs. per square inch, a mtntmum yteld strength of ~2,000 lbs. per square lnch and a minlmum elongation of 18 percent {60-~0-18}, and shall meet all requirements of ANNA Specification CISO and C151, latest revision, Class 51. d. Joints for cast iron or ductile iron pipe shall be: Ill Push-on Joint with rubber gasket conforming to ANSI A21.111ANNA Cllll of latest revision, or {2} Mechanical Joint conforming to ANSI A21.11 (ANNA Cllll of latest revision, or 131 Bell and spigot Joints conforming to ANSI iANNA ClO&}, of latest revision, or I~) Flanged Joint conforming A21.iO, 250 psi working pressure. to AWWA ClIO~ANSI e. Fittings for cast iron or ductile iron pipe shall be: (1) Mechanical Joint A21.11 IAWWA C111}, of working pressure, or fittings latest conforming to ANSI revision, 250 psi (2! Bell and spigot fittings, conforming to ANSI A21./O (AWWA CllOI, 250 psi working pressure, of latest revision. 13) Flanged fittings, conforming to ANSI rubber ring gaskets. 250 psi A21.10 working pressure, IAWWA-CllO! with (~} Screwed fittings, 125 lb. NPT thread conforming to ANSI B2.1. f. All ductile iron pipe shall have a standard thickness of cement mortar lining as specified in ANSI A21.~, latest revision IAWWA ClO~), except for flanged and screwed pipe, which will receive an inside tar coating in place of the cement mortar lining. Sec. 07500 g. All ductile iron pipe, valves, and fittings shall be coated on the outside with hot dipped coal tar varnish conforming to Feds=al Specification WW-P-~2$ o=, in lieu of coal tar coating, polyethylene encasement may be used for ductile iron pipe in accordance with ANSI/ANWA C 105/A 21.5 latest revision. The film shall have a minimum nominal thickness of 0.008 inches 18 mi]s.). h. Bolts and nuts for mechanical ~otnts or flanged ends shall be of a high-strength low-alloy car=asian-resistant steel and shall conform to ASTN Designation A 3251Type 31. REINFORCED CONCRETE CYLINDER P]PE WATER HAIN IRCCP! a. The reinforced concrete cylinder pipe to be furnished and installed this section shall be composed of a steel cylinder with wire reinforcement and a concrete come o= lining inside and a concrete coating outside. b. The pipe shall conform to ANNA C301--Retnforced Concrete Water Pipe--Steel Cylinder Type, P=est=essed~ C303--Retnfo=ced Concrete Wa!e= Pipe--Steel Cylinder, P=etensioned, latest revisions. The pipe shall be designed and manufactured to withstand 200 pst working pressure and be approved by the Underwriters Laboratories and the Texas Fire Insurance Commission. c. Special pipe sections, shoat length, outlets and special fittings such as reducers, wyes, tees and bends shall be furnished and Installed where required to complete the pipeline as shown on the plans. Fittings shall be constructed of steel cylinders, shall be concrete lined and coated, and shall be designed to withstand a wa=king p=essu=e equal to that of abutting pipe sections. d. All outlets or other exposed metal shall be coated with mo=to= in such a manne= that ail exposed po=tions of metal a=e completely covered. e. The cant=acta= shall fu=ntsh layout d=awtngs which show each =un of pipe and tndtcate the location of all bends, outlets, special fittings and connections which a~e to be included as a part of the pipe to be installed on thts p=o~ect. ASBESTOS CENENT PIPE WATER HAIN IACP! a. Asbestos cement pipe and fittings shall conform to AWWA C~O0, Feds=al Specification SS-P-351c, ASTN C296, latest =eviston, Class 150. In no case shall the inside dtamete= of the pipe furnished be less than the nominal dtamete= specified. Sec. 07500 33 b. Joints shall conform to ASTH D1S69, latest revision, for rubber gaskets for asbestos cement pipe, s/m/la= to "Ring-tits" by dohns-Hanvtlle, Certain-Teed, "Fluid-tits CG Coupling" or approved equal. 5. COI~RETE 8ENER PIPE AND FITTINGS ICSPI OR IRCSP) a. Reinforced concrete sewer pipe (RCSP}, 1S" nominal diameter and larger, shall be of tongue and groove type, and shall conform to ASTH C76, latest revision, Class I through V, depending on trench loads. See plans for designation of class of pipe to be used. If no designation is indicated, use Class III pipe. b. Nonretnforced concrete sewer pipe ICSP), 12" nominal diameter and smaller shall be bell and spigot type, and shaIl conform to ASTH C1~, latest revision. For trench depths up to and including ten feet ILO'), standard strength pipe shall be used, and for trench depth in excess of ten feet {10'), extra strength pipe shall be used. c. Joints for concrete tongue and groove pipe 15" and larger and concrete bell and spigot pipe, 12" and smaller, shall have rubber gaskets conforming to ASTM C~3, latest revision. Gaskets shall be similar to Tylox Type "CR" rubber gasket, as manufactured by the Hamilton-Kent Hanufacturing Co., Kent, Ohio, or approved equal. CLAY SENER PIPE AND FITTINGS IVCPI a. Vitrified clay pipe, extra strength IESCP), and standard strength ISSCP} shall conform to ASTH C700, latest revision. Unless othe~ise noted on plans, clay pipe shall be standard strength. b. Joints for clay latest revision, for clay pipe and fittings. pipe shall conform to ASTN C~25, compression ~oints for vitrified 7. POLYVINYL CHLORIDE (PVC} SEWER PIPE AND FITTINGS a. All pipe and fittings shall be suitable fo= use as a gravity sewer conduit and shall conform to ASTH D303~ ISDR 35), latest revision, minimum pipe stiffness, ~6 psi. Pipe shall be similar to Certain-Teed Fluid-Tire PVC pipe, Johns-l~anville Ring-Tire PVC Gravity Sewer Pipe, or approved equal. b. Joints for PVC sewer pipe shall be integral bell gasketed )oint designed so that when assembled, the elastomeric gasket inside the bell is compressed radially on the pipe spigot to form a positive seal. The ~oint shall be so designed to avoid displacement of the gasket Sec. 07500 3~ when installed =ecommendatton. latest =evtsion. latest =evtston. in acco=dance with the manufactu=e='s Joints shall confo=m to ASTH D3212, Gaskets shall confo=m to ASTH F~77, 8. DUCTILE IRON SENER PIPE AND FITTINGS a. Ductile i=on g=avity sews= pipe shall confo=m to ASTM AT~6, latest =evtston. ANSI A21.51 o= Ak~A C151, latest =evtsions, Class 52. b. Joints fo= ductile (=on pipe shall be: Il) Nechanical Joint, confo=ming to ANSI (ANNA Cl11) of latest =evtsion, o= (2) Push-on Joint, with =ubbe= gasket as desc=ibed in ANSI A21.11 (ANNA Cl11) latest c. Cement-mo=to= lining shall confo=m to ANSI CAST IRON SOIL PIPE AND FITTINGS a. Cast (=on soil pipe and fittings fo= hubless cast (=on sanita=y system shall confo=m to ASTN A7~, latest =er(sion, ClSPI designation 301-78 o= latest =er(sion. b. Rubbe= gaskets fo= Joints shall confo=m to ASTH C56~, latest =evision, ClSPI designation 310-78 o= latest =evision. 582.2 B. VALVES 1. GENERAL: This labo=; mate=ials and item shall include fu=nishing of all equipment fo= dist=tbution systems in acco=dance with cant=act d=awings and these specifications. SUBHITTALS a. Catalog Data: tllust=attons. Submit manufactu=e='s b. Neights: Statement of size of valve fu=ntshed. lite=atu=e and net assembled weight of each c. Shop D=awtngs of Valve and Ope=ato=s. I 1l Dimensions 12! Const=uction details (3} t4~te=ials d. Installation Inst=ucttons: installation tnst=uctions. Complete manufactu=e='s Sec. 07500 35 e. Maintenance Data: Maintenance tnst=ucttons f. Ce=ttftcates: Submit manufactu=e='s ce=ttficatton that valves and accesso=tes meet o= exceed specification =equt=ements. 3. PRODUCT DELIVERY, STORAGE, AND HANDLING a. P=epa=e valves and accesso=ies fo= shipment acco=ding to ANNA CSO0 and: {2} Seal valve ends to p=event ent=y of fo=sign matte= into valve body. [2} Box, caste, completely enclose~ and p=otect valves and accesso=les f=om accumulations of fo=sign matte=. b. Stoas valves and accesso=tes in a=ea p=otected weathe=, moistu=e, o= possible damage. f=om c. Do not stoas mate=isis di=ectly on g=ound. d. Handle items to p=event damage to trite=to= exte=to= su=faces. GATE VALVES IN, ins 12" Dlamete= o= less} a. Gate valves shall be Nate=ous, o= app=oved equal, =esilient wedge valves with =ed epoxy coated body, non-=tstng stem, O.S.Y., ANNA CS00, latest =eviston. Valves shall be of equal, o= g=eate=, p=essu=e class than the piping in which they a=e to be installed. Equipped with "0" =tng seals at top of stem, and 2" squa=e ope=sting nut. Valves sha]l open by tu=ntng counte=-clockwtse, b. Valve boxes shall be cast i=on and shall be of sufficient length and diamete= to ope=ate all valves bu=ied in the g=ound. Cove=s shall be ma=ked 'Wats=". The boxes shall =est on the va]ye and be ad)usted so that the cove= may be set flush with finished g=ade. BUTTERFLY VALVES I Hains 16" Diamete= o= la=ge=} a. Shall meet o= exceed the design st=ength, testing and pe=fo=mance =equt=ements of AWWA Standa=d CSO~ latest =evtsion. The manufactu=e= shall p=ovide ce=tificatton and test =epa=ts upon engtnee=~s =equi=es. b. Bodies - Shall be suitable fo= installation between ANSI A21.10 IANNA CliO} cast 1=on flanges o= ANSI B16.S Class steel flanges. End p=epa=atton shall be flanged, Sec. 07500 36 os full lug body wafes. Lug wales bodies shall have the lugs dstlled and tapped. Nafes bodied valves asa not acceptable. c. Discs - Shall be one-piece cast design with no extesnal stbs tsansvesse to the flow. Disc hub and edge shall be gsound and polished to a sounded contous to give full concentstc seating with the lowest psactical seating to=qua and maximum seat life. d. Valve Seats - Shall meet os exceed the thickness =equtsements of ANNA C50~ and be of a design that totally encapsulates the inside fessous susfaces of the valve body fas maximum valve body psotection against cossoston and tubesculatton. Valve seats shall be designed with tntegsal seals at the disc and shaft hub aseas to completely isolate the stem, stem beastngs, and body aseas fsom the cossostve effects of the flowing media. Valve seats shall be completely field seplaceable at the )ob site without the use of special tools. e. Shafts - Shall be one piece extending completely thsough the disc. Stub shaft design may be used if in total accosdance with ANNA C50~-70, Section 7. Valve shafts shall be secu=ely fastened to the valve disc by cossoston assistant shakepsoof cap scsews os tapes pins. Valve shafts shall be of matesials and diametess as =equised by ANNA C50~ os of cos=asian sesistant mate=lois and dtametess which give equivalent stsength. Disc to stem connections, os rushed down posttons of shafts shall be designed to tsansmtt shaft tosques equivalent to 75t of the sequtsed shaft dtametes. f. Shaft Beastng Susfaces - Shall be adequately designed to absosb the loads imposed by the sesvice conditions and any side thsusts developed- by the opesatos. Inboasd bushings shall be nylon seinfosced teflon in sizes 2# to 20" and lubestzed bsonze in sizes 2~m to ~8m g. Shaft Seals - Shall be of bt-dtsecttonal type suitable fas vacuum. The packing gland, studs cossosion assistant mate=lois. the doub]e-Chevson both psessuse and and a nut shall be h. Nanual Opesatoss - Shall be the wosm gaas type having pe=manently gsease lubstcated totally enclosed geastng with ope=ating nut and gaas satto design to sequise not moss than ~0 lbs. pull. Opesatos shall be psovided with adjustable limit stops on the input shaft to the opesatos. Limit stops on output shaft of opesatos will not be pesmttted. Opesatos shall be designed fas disect bUstal sesvice and valve box shall be p=ovtded aves opesatlng nut. Keystone Fig. ~17 Untdstve Hanual Actuatoss. Sec. 07500 37 i. Mote=isis of Const=uction: Va]ve Bodies shall be cast i=on, ASTH A126, Class B, ductile i=on ASTM A536, G=ade 65-45-12. Valve Discs, 2" th=ough 20", shall be aluminum-b=onze ASTM B148, Class PA iCA-~S21. 24" shall be nodula= i=on with welded mane1 ave=lay edge o= aluminum b=onze, heat t=eated. Valve Shafts shall be 17-4 PH stainless steel, 18-8 type 304 o= 316 stainless steel, o= monel. Valve Seats shall be EPDM lethylene p=opylene diene monome=). Nhe=e t=ace of hyd=oca=bon a=e p=esent, valve seats sha]] be Buns N. Valve shaft bea=ings shall be nylon =einfo=ced teflon o= lube=ized b=onze. Butte=fly Valves shall be Keystone, Fig. 105 Fig. 12~ 120", 16', VALVE BOXES a. Valve boxes shall be th=es piece, sc=ew type, 5-1/4" shaft. Cant=acta= shall supply boxes with the co=sect base fo= all valves and in co=sect lengths fo= field conditions. Special valve boxes shall be const=ucted as shown on the plans. PVC pipe will not be pe=mttted fo= valve box extensions. 7. BLON-OFF VALVES Blow-off valves shall be placed on all dead end lines o= as di=ected by the Engines=. Valves shall be 6", 350 lbs. pea squa=e inch standa=d AWWA CSO0. 8. AIR VALVES Al= valves shall be installed at the high points of the lines as di=ected by the Enginee= and shall be two inch, C=ispin Unive=sal as manufactu=ed by Multiplex Manufac- tu=ing Company, Be=wick, Pennsylvania, o= app=oved equal. MISCELLANEOUS ITEMS 1. FIRE HYDRANTS Ft=e hyd=ants shall be of the cents= stem comp=esston type const=uctton with b=eak away flanges as manufactu=ed by Nate=ous Co., South St. Paul, Minnesota and have a minimum valve opening of 5-1/4" The hyd=ants shall meet all the =equt=ements of ANNA Specification CS02 and shall be equipped as follows: Two hose nozzles (2-1/2"1; one pumps= nozzle (4 1/2" steams=l; packing I"O" =tng); Inlet connection 16" mech. ~t. I; g=oundline to cents=line Sec. OTSO0 38 hose nozzles {18"}. The cant=acta= shall fu=nish fo= app=oval of the Engines=, specifications and shop d=awings of the hyd=ants p=oposed fo= installation in the system. Hyd=ants must meet the ~50 lbs. psi wa=king p=essu=e and 300 psi hyd=ostattc p=essu=e. VALVE OPERATING WRENCH Cant=acta: shall supply two ope=sting w=enches sufficient length to p=ope=ly ope=ate the valves. 3.. CONCRETE Shall develop a comp=essive st=ength of squa=e inch at twenty-eight 128! days. of COPPER WIRE 3,000 pounds Coppe= wise fo= use with plastic IPVC! pipe shall be No. single st:and plastic coated. 5. COPPER SERVICE PIPE Coppe= se:vice pipe shall Oove=nment Specifications Specifications B88-62. POLYETHYLENE SERVICE PIPE e be Type WWT K and shall meet 799A and ASTM Polyethylene se=vice pipe shall be Class confo=m to Comme=cia! Stands=ds PE3306 mate=iai made to SDR-9 dimensions. POLY WRAPPED PIPE 160 and shall fo= Type Polyethylene encasement is =equi=ed fo= all ductile !=on and cast itoh pipe~ valves and fittings. Polyethylene encasement latest =evision. 8. CASING PIPE shall confo=m to AWWA ClOS, Casing shall be as specified on the d=awings. Steel casing o: conc:ete pipe casing o: co:=ugated metal casing may be used if all applicable =equt=ements a=e met o= exceeded. GROUT Mix design shall be submitted to Engtnee= fo= app=oval p=io= to installation. G=out shall be used to fill voids between the casing pipe and the su==ounding soil on all bo=es and whe=eve= else indicated on the plans. Sec. 07500 39 582.3 A. CONSTRUCT ! ON HETHOD8 The work to be performed under this section shall include all labor, materials, equipment, transportation, all excavation, installation, and all backfill, testing and facilities necessary for proper installation of all water lines, sewe= lines and distribution lines as shown on the plans, and/or as herein specified. The wo=k under this section shall also consist of all necessary relocations of utilities and restoration of st=eet su=faces, parkways, all utilities, driveways, sidewalks, etc., to conditions existing prior to the start of construction. All lines shall be constructed from the utility mains, shown on the drawings or designated by the utility company and connecting to utility service lines. The cant=actor shall be responsible to check all elevations of inve=ts of existing pipes before construction of lines o= mains. Utility extension, me=outing and connection costs shall be paid and ar=anged for by contractor. Ail costs involved in extending, rerouting and connecting the utilities whethe= o= not pa=t of the work must necessarily be performed by the various utility company crews shall be paid by this contractor. Any charges for connections to mains, valvtng, extending to curb, property line or building, furnishing equipment, etc., shall be paid fo= as a part of the wo=k of this section. Regard]ess of whether the O~ner may have to sign with the utility company for any or all of these se=vices, the cant=acta= shall include in his bid all fees, city inspection charges, permit charges, wo=k charges, etc., and shall be ready to deposit with the utility company said fees when =equt=ed at time of Owner's signing for same. Existing Site Conditions: Existing Utilities: Locations and sizes of existing utilities as shown on the d=awings are based on the best available information and may not be entirely co==ect. Exact location, depth and size must be ve=ified by the cont~acto= in the field. Additional compensation will not be allowed if damage to the utilities =esults because of mino~ discrepancies between locations shown on the d=awings and actual field locations. Relocation of utilities in place shall be done whether o= not such wo=k is specifically shown on the drawings. Sec. 07500 ~0 Any existing utilities that may be shown on the drawings or the location of which is made known to the contractor prior to excavation shall be protected from damage during the excavation and backfilling of trenches and, if damaged, shall be repaired by the contractor at his expense. Any existing utility that is not shown on the drawings or the location of which are not known to the contractor in sufficient time to avoid damage, if inadvertently damaged during excavation, shall be immediately repaired by the contractor due to the existence of utilities that are not shown on the drawings or the location of which is not known to the contractor at the time of bidding. Any existing utility lines and services shall be maintained at all times, except for such short periods of time as may be necessary to actually make connections to new work to the existing system. Nhen it is necessary to temporarily interrupt service for the above purpose, such shall be done only at such date and time as may be established in advance by the Engineer. Those lines shown on the drawings to be abandoned or removed shall not be abandoned or removed until after it has been determined that they are no longer required for service and until such action has been approved by the C~ner and the Engineer. F. LZNES, GRADES, STAKES AND TEHPLATES The Contractor shall, at his own expense, furnish all stakes, templates, patterns, platforms and labor, including a person qualified to lay out all of the work. The Engineer will furnish, upon request from the Contractor, limit marks and bench marks reasonably necessary for the execution of the work. It shall be the Contractor's responsibility to protect these limit marks and bench marks set by the Engineer. Should the marks become destroyed or damaged, the cost of th.i= replacement will be at the Contractor's expense. The Engineer may furnish a representative to check alignment and grade, after it has been laid out ready for construction~ how.ye=, this will in no way lessen the responsibility of the Contractor to see that grade and alignment are correct at all times. Sec. 07500 The lines and grade of the sewer, as well location of manholes, wyes, and all appurtenances, will be as shown on the plans directed by the Engineer. as the other The Engineer reserves the sight to indicate which sewer lines will receive priority in construction. The work will, in general, be from the lower end of the system toward the uppe= end of the system. The Contractor shall give the Engineer a minimum of forty-eight (~8) hours notice for any engineering inspection necessary to continue or complete the work. No deviation shall be made from the required line grade without written approval from the Engineer. G. EXCAVATION The Contractor shall perform all excavation that may be required for the installation of any and all parts of this section. The excavation of the trench shall not advance more than 200 feet ahead of the completed pipe work except where, in the opinion of the Engineer, it ts necessary to drain wet ground, or for other reasons as approved by the Engineer. All excavations shall be made by open cut except as shown on the plans. The sides of the trench shall be kept as nearly vertical as possible, especially from the trench floor to a level on one il) foot above the top of the pipe. Trenches bottoms shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe laid therein, and shall be excavated true to line, so that clear space of not less than 6 inches no= more than 8 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to p=ovtde uniform bearing and support for each section of pipe or undisturbed soil at every point along its entire length, except fo= positions of the pipe sections where it ts necessary to excavate fo= be]] holes. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the ~oints and to insure that the pipe, fo= a maximum of its length, will =est upon the ps.pa=ed bottom of the trench. The bottom of all trenches shall be rounded so that at least one-fourth |l/~l of the circumference of the pipe rests firmly on undisturbed soil. If the Contractor should, by error, excavate below the proper elevation for the bed of the pipe or should he desire to substitute an Sec. 07500 app=oved g=anula= backfill, p=ope=]y tamped, suppo=ttng the pipe to the same extent as the shape t=ench bottom, then the Cant=acta= must b=tng the t=ench bottom to the p=ope= g=ade by =.filling, at the Cont=acto='s expense, with an app=oved g~anula~ backfill. This backfill mate=ial shall be sand o= fine g=avel that does not contain la=ge =acks othe= delete=taus mate=ials and should be placed so that it is at least 2 inches deep below the bottom and so that the lows= one-thl=d ll/3) of the pipe is untfo=mly suppo=ted on undtstu=bed soil. All excavation shall be placed on one side of the t=ench, unless ps=mission is given by the Engines= to place it on both sides. Excavated mate=tals shall be placed so as not to endange= the wa=k, and so that f=ee access may be had at all times to all pa=ts of the t=ench. All shade tm. es, sh=ubs, etc., along the line of const=uctton shall ~easonably p=otected, and tunneled if necessa=y unles~ specific dt=ecttons given to =.move them. The Cant=acta= shall p=ovtde, without additional compensation, suitable tempo=amy channels fo= the wats= that may flow along o= ac=ass the site of the wo=k. Any wats= pumped f=om the t=enches, o= othe= excavations, must be disposed of in a manna= sattsfacto=y to the Engines=. H. BRACING AND SHORING The Cant=acta= shall, when necessa=y o= when dl=ected by the EngJnee=, fu=ntsh, put tn place, and maintain all without additional compensation, such sheeting, b=acing, etc., as may be =equi=ed to suppo=t the sides of the excavation and to pm.vent any movement which can tn any way damage adjacent pavement o= othe= st=uctu=es, damage o= delay the wo=k o= con- st=uctton, o= endange= life and health. Came shall be taken to pm.vent voids outside the sheeting, but, tf voids a=e foamed, they shall be immediately filled and =ammed to the satisfaction of the Engines=. Fo= the pu=pose of pm.venting tn)u=y to pe=sons, co=po=arians o= p=ope=ty, whethe= public o= p=tvate, {whe=e the liability fo= damage on account of which is to be assumed enti=ely and solely by the Cant=acta= unde= this cant=act) he may also leave in place, to be embedded in the backfill of the t=ench any and all sheeting, b=actng, etc., in addition to that o=de=ed in waiting by the Engines= to be left in place, except that no sheeting and b=actng which is within ~ feet of the su=face of the st=est may be left in place in the t=ench without w=ttten pe=mtsston of the Engine.=. Sec. 07500 ~3 J All sheeting and bracing which may not be left in place unde= the fo=egoing sews= o= othe= st=uctu=es, utilities or prope=ty, whethe= public o= p=ivate. All voids left by the withd=awal of sheeting shall be immediately =efilled and compacted by =ammtng o= wats=, o= othe~ise, as may be di=ected. The =ight of the Engines= to o=de= sheeting and b=acing left in place shall not be construed as c=eating an obligation on his pa=t to issue such o=de=s~ and his fatlu=e to exe=cise his =ight to do so shall not =elteve the Cant=acta= f=om liability o= damages to pe=sons o= p=ope=ty, occu==tng f=om o= upon the wo=k of const=ucting the sewe= occasioned by negligence o~ otherwise, growing out of the failu=e of the Cant=acta= to leave in place in the t=ench sufficient sheeting and b=acing to p=event any caving o= moving of the 9=ound ad)acent to the banks of the trench. I. DEEWATERING The Cant=actor shall at all times during const=uction, p=ovide and maintain ample means and devices with which to p=omptly =emove and properly dispose of all wate= ente=lng the sewe= t=enches o= excavations, and keep said excavations day until the st=uctu=es a=e pou=ed and the conc=ete has set. No pipes shall be laid, no= pipe Joints made, in wate=) no= shall wate= be allowed to =tse ave= mason=y o= mortar until the conc=ete o= mo=to= has set at least twenty-fou= (~) hou=s. d. BEDDING MATERIAL Six (6) inches of sand cushion shall be used to =eceive the pipe baa=el and each pipe section, when in place, shall have a unifo=m bea=tng on the sand cushion fo= the full length of the pipe baa=el. Pipe shall not be laid unless the sand cushion is f=ee of wate= and in a condition satisfacto=y to the Enginee=. Ad)ustments of the pipe to line and g=ade shall be made by sc=aping away o= filling in with g=avel, o= app=oved selected mate=iai, and not by wedging or blocking up the bell. After pipe is in place, 12" of sand shall be placed above the pipe p=to= to backfilling with select mate=iai. Bedding mate=ial will not be measu=ed o= paid fo= as a sepa=ate item. The cost thereof will be included in the unit p=tce bid pea length of pipe. In no case will ext=a compensation be allowed fo= fu=nishing any bedding mate=iai =equi=ed to complete the installation of pipe. Sec. 07500 K. PROTECTION AND INSTALLATION Se Care and precautions shall be taken to prevent the introduction of foreign material into the existing system. Nell fitted stoppers or bulkheads shall be securely placed in all openings and in the end of the line when construction is stopped temporarily and at the end of each day's work. It shall be the respon- sibility of the Contractor to deliver to the Owner a pipeline which is clean throughout its entire length. Bell holes of ample size shall be cut under and around all ~oints to provide adequate room fo= making ~oints and to assure that the barrel of the pipe rests uniformly and in continuous contact with the supporting ground for its entire length. Noter will not be permitted in the trenches while the pipe is being laid. The Contractor shall not open up more trenches than the available pumping facilities are able to dewater to the satisfaction of the Engineer. A tole=once of six 16} inches from the established grade may be permitted, if approved by the Engineer, in order to prevent excessive breaks in alignment at the Joints to such an extent that the }oints cannot be properly made. Should conflict in grade occur with other utilities, the water line grade shall be changed to avoid the conflict. The interior of the pipe shall be clean and ~oint sur- faces shall be clean and dry when the pipe is lowered into the trench. Each pipe, fitting, and valve shall be lowered into the trench carefully and laid true to line and grade. All )oints shall be made in strict acco=dance with the manufacturer's specifications. L. THRUST BLOCKS 2500 psi concrete shall be placed for blocking at each change in direction of all pressure pipelines in such manner as will substantially brace the pipe against undisturbed trench walls. Concrete blocking, made from Type 1 cement, shall have been in place four days prior to testing the pipeline as herein- after specified. Test may be made in two days after completion of blocking if Type III cement is used. Sec. 07500 ~5 At all points whe=e wet- connections a=e made to existing lines, the tapping connection fittings shall be suppo=ted by blocking up to the sp=tng line with 2500 psi conc=ete. All valves shall be suppo=ted by a 3000 psi conc=ete pad, 6 inches thick and of sufficient size to =est against undistu=bed sa=th. Conc=ete blocking will not be measu=ed o= pa~d fo= as a sepa=ate item, but the cost the=eof shall be included in the va=taus items listed in the P=oposal and Bid Schedule. T=enches unde=neath slabs and footing of st=uctu=es shall be backfilled with Class #C" conc=ete, unless othe=wtse shown on the plans. N. CONNECTIONS AND APPURTENANCES The Cant=acta= shall make the alte=ations and the necessa=y connections to existing city wats= mains as shown on the plans. Such connections shall be made at such times and in a manne= that will be ag=eeable to the city wats= depa=tment~ in each case, when the wo=k is sta=ted, it shall be p=osecuted expeditiously and continuously until completed. Nhe=e it is necessa=y o= indicated in the plans, connections to existing mains unde= p=essu=e shall be made by tapping connection fittings. Nhe=e it is possible to valve off the section of existing main whe=e the connection is to be made, the Cant=acta= may have the option of eithe= connecting by means of tapping connection fittings o= by cutting the main and using standa=d fittings. Tapping sleeves, c=osses and valves shall be of stan- da=d manufactu=e and mechanical )otnt type to fit ANNA pipe specifications tn Classes A, B, C and D. Tapping sleeves and c=osses shal! be designed fo= minimum wa=king p=essu=e of 200 pounds pea squa=e inch. Connecting flanges on tapping sleeves, c=osses and valves shall be ASA Class 12S. Tapping valves shall be designed fo= mini'mum wa=king p=essu=e of 200 pounds pea squa=e inch. N. CLEAN UP ]n a=eas whe=e the wats= mains have been backftlled, the Cant=acta= shall clea= the =ight-of-way and su==ounding g=ound, and shall dispose of all waste mate=ials and deb=is =esulttng f=om his ope=arians. He shall fill and smooth ave= holes and =uts and shall =spat= all miscella- neous and unclassified g=ound damage done by him, and Sec. 07500 ~6 58:= . ~ A. and shall restore the ground to such stable and usable conditions as may reasonably be required/ consistent with the condition of the ground prior to the laying of the pipeline. O. RELOCATE EXISTING ~ATER SERVICE All existing water services conflicting with pavement preparation, utility construction, or other items required in the scope of this pro~ect, shall be relocated so as to alleviate the conflict. Nhen relocating an existing water service, no splices will be permitted under areas to be paved. TESTING After the pipe is laid and the line is flushed of dirt and foreign material, the pipe shall be filled with water, care being exercised to expel all air from the pipe. During the test period, pipe, valves, meter, fittings, and ~otnts shall be carefully examined for defects. Any observed leaks or defective pipe shall be satisfactorily repaired or replaced at the expense of the Contractor and the test repeated until the section under test is within the limits prescribed. The entire distribution system or parts thereof shall be tested under hydrostatic pressure of 250 pounds per square inch, for a period of two hours if ~oints are exposed, or for a twenty-four 12~! hour period if ~oints are covered, or as directed by the Engineer. Care shall be taken to insure that water mains existing prior to this contract are not pressure tested. Any old mains damaged by pressure testing shall be repaired at the expense of the Contractor. Leakage shall be measured by an approved calibrated meter through which all of the water required to maintain test pressure is pumped. All testing shall Engineer. be performed in the presence of the The Contractor shall furnish the pump, pipe, connections, closure fittings, gauges, meters, water and all other necessary apparatus and shall furnish all labor and do all work required to make the tests. All.costs of testing shall be bo=ne by the Contractor. Testing operations sha]] remain in operation until approved by the Engineer. Allowable leakage shall not exceed $1.65 gallons of water per day per mile of pipe per inch of nominal diameter, for pipe in 18 foot lengths Sec. 07500 ~7 582.5 582.6 A. evaluated at a p=essu=e of 150 psi o= ANNA C600, Section 13, whicheve= is g=eate=. Joints fo= fi=e hyd=ants and valves shall be conside=ed. All known leaks shall be =equicements. DISINFECTION stopped =ega=d]ess of the test Afte= completion of the dtst=tbutton system installation and testing, the wa=e= lines shall be tho=oughly flushed out to =amore dt=t and fo=etgn matte=, tested, and then be ste=t]ized in acco=dance with the =equt=ements of the Texas Depa=tment of Health. Nhen the piping is ste=t]tzed, at least two 12} samples of wa=e= shall be ext=acted f=om the system fo= examina- tion by the Texas Depa=tment of Health to date=mine whethe= the system is f=ee of o=gantsms of the Coil- Ae=ogenes g=oup. If the samples submitted do not show negative fo= such o=ganisms, the piping shall be disin- fected and =edtstnfected by the Cant=acta= in acco=dance with the =equl=ements of the Texas Depa=tment of Health until the system is f=ee of contamination. All mate=ta]s and ]aba= =equl=ed fo= complete ste=i]tzatton of the piping shall be fu=nished by the Cant=actor at no addi- tional expense to the Owne=. MEASURENENT WATER PIPE/SEWER PIPE The lengths of pipe of types and sizes specified, installed and accepted, will be date=mined by measu=e- ments along the cente=]tne of the pipe. No deductions wi]] be made fo= space occupied by valves or fittings. B. VALVES AND FIRE HYDRANT ASSF_NBLIES Gate valves, butterfly valves, air =elease valves, blow-off valves and fi=e hydrant assemb]tes will be measu=ed as units pea each. Valve boxes and g=ave] bedding fo= valves will not be measu=ed fo= payment~ the cost of these items shall be included in the Contract Untt P=tce for Valves. Fire Hydrant assemblies shall include ft=e hyd=ant, valve, =ods, spool connections, mechantcai )oint anchor fittings, g:ave] and concrete~ none of the above named items wi]] be measu:ed fo: sepa=ate payment. CASING PIPE Casing of the type and size specified wt]l be measu=ed by the ltnea= foot, complete and in place. Sec. 07500 ~8 58~.7 A. D. CONNECTIONS Connections to existing water mains will be measured as units per each under connections when specified on the plans to be a separate pay item. Reducers, tees, valves, incidentals, and piping shall be included in the Contract Unit Price for Connections, and shall not be measured separately. No separate measurement will be made of any subsidiary items, such as thrust block, copper coated wire, bedding, fittings, accessories, excavation, trenching, backfilling, or any other items required fo= the completed insta]lation of the water lines. E. CO~K~RETE ENCASENENT Concrete encasement will not be measured as a separate pay item but shall be considered subsidiary to other items as shown on the plans. PAYMENT WATER PIPE Payment will be made for Water Distribution System Piping at the Contract Unit Price per linear foot, whtch price shall constitute full compensation fo= furnishing all pipe, pipe ~otnts, fittings, specials and all other mate=tals not particularly specified for sepa=ate payment; fo= furnishing all labor, tools, equipment and incidentals and perfo=mlng all work Including excavation, Installation of pipe, backfill, testing, sterilization, cleanup and any other operations essential to completing the water system as specified within and as shown on the Contract Drawings. VALVES AND FIRE HYDRANTS Payment for gate valves, butterfly valves, air release valves, blow-off valves and ft=e hydrants will be made at the Contract Unit Price pea each, which price shall constitute full compensation fo= fu=ntshtng all valves, valve boxes, valve box concrete, valve w=enches, fire hydrant assemblies, gravel and miscellaneous materials; for furnishing all labor, tools, equipment, and incidentals and the pe=formtng of all ope=arians essential to completing the installations in accordance with these Specifications and the Contract D=awings. C. CASING PIPE Casing will not be paid for separately but shall be included in the unit price bid per the item "Boring." Sec. 07500 D. CONNECT ! ONS Nhen specified on the plans, payment for connections to existing water lines will be made at the Contract Unit Price per each, which price shall constitute full compensation for furnishing all tees, reducers, valves, piping, incidentals, service clamps, connections, gravel, conc=ete, and miscellaneous mate=isis and for furnishing all labor, tools, equipment, and incidentals and pe=fo=ming all ope=arians essential to completing the installations in accordance with these Specifications and the Cant=act D=awtngs. NO SEPARATE PAYI~ENT will be made for any subsidiary items such as th=ust blocks, plastic coated wire, bedding, fittings, or any acce'sso=tes, ext=a excavation, t=enching, backfill and disposal of surplus excavation and other incidentals in the =elated pay items os called fo= in the Contract. F. CONCRETE ENCASEMENT Conc=ete encasing will not be paid for as a separate pay item but shall be conside=ed incidental to other items shown on the plans. BORINGS Bo=tngs will be measured and paid for at the Contract Unit P=ice per linear foot of encasement pipe installed, complete and tn place, including fu=nishtng and placing all mate=isis including encasement pipe, g=out backfill, sheeting, shoring, bracing, drainage, excavation and backfill, labor, tools, equipment, and any incidentals necessa=y to complete the work acco=ding to the d=awings and these specifications. _Sp_E_C]_AL_PBgy_z_s_z_0 ___Tg FAC]NO Add the following: A=ticle 591.1 GENERAL. Furnish and install cast stone or natu=al stone conforming to the requi=ements he=sin at exposed mu=faces of culvert headwalls as shown on the drawings. Furnish and install related accessories. Sec. 07500 50 Article 591.2 NATERIALS. Stone: Cast stone shall conform to ACI Specification 70~ fo: "Cast Stone." In lieu of the above, the Cant:acta: may substitute natural stone meeting the physical requirements of ASTN C616~ if approved by the Engineer. Stone shall have a natural earth cola: and tone. Submit stone samples to the Engineer fo: approval prior to fabrication. 2. Norta:: Shall conform to Article ~21, #Concrete fo: Structures." Wall Ties: Shall be galvanized steel, 12 gauge minimum thickness in commercially available shapes. Article 591.3 INSTALLATION. Installation shall be performed by experienced masons o: subcontractors. Prior to installation t~e Cant:acta: shall construct a sample area of stone facing of ~ square feet minimum fo: approval by the Engineer. The completed installation shall be neat and cove: the entire area shown. No visible cracks in the completed work will be accepted. Article 591.~ MEASUREMENT. Item 591.1, Stone Facing, shall be measured by the square foot, fo: each installation complete and in place. Article 591.5 PAYMENT. Item 591.1, Stone Facing, shall be paid fo: by the unit price fo: each installation complete and in place. Reference is mode herein to parag:aph 5.02, Section 00500, "Gene:al Conditions of Agreement." ~B~[~L PROV[S[ON FOR [TEM_~_- BR[_D~_~_gL~RIcAL [NSTALLA~!_OIL4_ Insert the follo~ing: All electrical work at the Grapevine Creek Bridge shall conform to the pro~ect plans and the follo~ing: The Cant:acta: shall submit to the Engineer fo: app:ova! a shop drawing sho~ing all materials to be incorporated in the work. Sec. 07500 5~ The Cant=acta= shall be =esponstble fo= b=ingtng elect=tcal se=vice to the wo=k and shall pay all se=vice cha=ges until acceptance of the cant=act o= acceptance by the City of the b=tdge wo=k. B=tdge lighting shall be put in se=vice to =outing public t=afftc ave= the completed b=idge unless othe=wtse autho=ized by the Enginee=. The item "B=tdge Elect=ical Installation" shall be measu=ed and paid fo= as a lump sum. Said payment shall be full compensation fo= labo:, equipment, mate=ials, and incidentals. SPECIAL PROVISION TO ITEH 518 -- CONDUIT AND PULL BOXES THIS SECTION IS HEREBY VOIDED AND REPLACED BY THE FOLLOWING: A=ttcle 518.1 DESCRIPTION. All conduit and fittings shall be of the sizes and types shwon on the plans. Each section of conduit shall baa= evidence of app=oval by Unde=w=tte='s Labo=ato=tes. Polyvinylchlo=tde conduit shall be Schedule mO. 518.1.2 The Cant=acta= may, at his own expense, use conduit of la=ge= size than specified on the plans p=oviding that the la=ge= size is used fo= the entt=e length of the conduit =un. 518.1.3 ConduLt re=mina=lng in posts o= pedestal bases shall extend ve=ttcally, app=oximately 2 inches above the conc=ete foundation. Field bends in =tgtd metal conduit shall have a minimum =adius of 12 diamete=s of the nominal size of the conduit. 518.1.~ Each length of galvanized =lgtd metal conduit, whe=e used, shall be seamed and th=eaded on each end and couplings shall be made up tight. White-lead paint o= equal shall be used on th=eads of all )oints. PVC Conduit shall be ~oined by solvent-weld method in acco=dance with the conduit manufactu=e=s =ecommendation. No =educe= couplings shall be used unless specifically indicated on the p]ans. 518.3.5 All conduit and fittings shall have the but=s and sough places smoothed and shall be clean and f=ee of obst=uctions before the cable is installed. Ends of conduits shall be capped o= plugged until sro=ting of wiring. Upon =equest by the Engtnee=, the Cant=acta= shall d=aw a full-size metal b=ush, attached by swivel ~otnt to a pull tape th=ough metal conduit and a sphe=tca] template having a dtamete= not less then 75 pa=cent of the inside dtamete= th=ough PVC conduits to tnsu=e that the conduit is clean and f=ee f=om obst=vcttons. A nylon o= non-metal pull tope sha]] be used in pulling cab]es and conducto=s th=ough PVC Conduit. Metal tapes wi]] not be pa=mi=ted in PVC Conduit. The conduits Sec. 07500 52 shall be placed os shown Engtnee=. Unless othe=wise the Enginee=, conduit placed least 18 inches deep. on the plans o= as di=ected by the shown on the plans o= as di=ected by in an open t=ench shall be placed at 618.1.6 PVC Conduit which ts to be placed unde= existing pavement, sidewalks and d=iveways shall be placed by fi=st p=ovidtng a void th=ough which the PVC Conduit shall be lnse=ted. The void may be accomplished by etthe= booing o= Jacking a mand=el. He=al conduit which is to be placed unde= existing pavement, sidewalks, and d=tveways shall be placed by ~acking o= booing. If tt is dete=mtned by the Engtnee= that it is tmp=acttcal to place the conduit as outlined above due to unfo=eseen obst=ucttons, wait=eh pe=mtsston will be goon=ed by the Enginee= fo= the Cant=acta= to cut the existing pavement. Pits fo= ~acking o= bo=lng shall not be close= than 2 feet to the back of the cu=b o= the outside edge of the shoulde= unless othe=wtse dt=ected by the Engtnee=. The Jacking and booing method used shall not inte=fe=e with the ope=arian of st=eet, highway, o= othe= facility and shall not weaken o= damage any embankment, st=uctu=e, o= pavement. Heavy }acks a=e to be used fo= ~acking. Bo=lng is to be done by mefhantcal means p=ovtdtng a maximum one-inch ave=cut fo= the conduit to be placed, and use of wa=e= o= othe= fluids in connection with the booing ope=arian will be pe=mitted only to the extent to lub=tcate cuttings. Wa=e= Jetting will not be pe=rnitted. Whe=e conduit is to be placed unde= existing asphaltic pavement, the ~acktng method is to be used unless wait=eh app=oval is given by the Enginee= fo= placement of the conduit by booing. A=ttcle 618.2 PULL IJUNCTIONI BOXES 618.2.1 GENERAL. The pu=pose of this specification is to desc=tbe a =etnfo=ced conc=ete mo=to=, pull I~unctton) box with cove= and extension (if =equi=edl fo= use in unde=g=ound t=afftc signal systems. The box shall be used fo= re=mina=lng and beginning conduit suns IJuncttons) of va=taus sizes and also fo= accessibility when pulling signal cable. 18.2.2 DESCR I PT ION. Iai The assembly shall consist of box, cove= and extension ltl =equ1=ed! and all components shall be of =einfo=ced plastic mo=to=. The cove= shall be fab=ica=ed so as to fit p=ope=ly in a =ecessed lip fo= full and stable contact on the box, and be secu=ed the=eon with at least, two stainless steel bolts. The legend "T=affic Cant=al" shall be integrally cast into the top su=face of the cove=, and the cove= shall be p=ovtded with a stu=dy, stainless steel d=op handle to facilitate =emoval. lb} The box and extension (if =equt=ed! shall be =ectangula= in shape, with inside minimum dimensions of 2~-lnch length, l~-tnch width and 12-inch depth. The bottom po==ion of each will be open, with a stu=dy flange a=ound the pe=tmete= so Sec. 07S00 S3 that the box seats fi=mly on the top of the extension. A minimum of two knockouts, 3" x ~", one on each end, shall be p=ovided in each box and extension section. Icl ALL components except fo= handle and fastening bolts shall be g=ey in cola=. 618.2.3 MATERIAL AND STRENGTH REGUIREMENTS. The pull box, cove= and extension shall be of =etnfo=ced plastic mo=tam, and be designed and tested to tempe=atu=es of -50 deg=ees Fah=enheit, meeting ASTM D-635 flammability test. The box and cove= shall be capable of withstanding a minimum 5,000 pound single axle Load ave= any 10" x 10" a=eo of exposu=e. 618.3 MEASUREMENT AND PAYMENT. Wo=k pe=fo=med and mate=ia1 fu=nished as p=esc=ibed by this Item will be measu=ed and paid fo= by linea= foot along the main line of the conduit installed between pull boxes. Pull boxes will not be measu=ed sepa=ately but shall be constde=ed subsidia=y to installation of the conduit. The p=ice shall be fo= full compensation fo= mate=iai, equipment and ~JAL PROVLS]ON TO LTEN 666 -- THERMOPLASTLC MARKLNGS A=ticle 666.1 DESCRLPTLON. Add the following: Stop baas and RxR g=ade c=ossing wa=nings shaLL be white in co]o=. Stop baas shall be 2~" wide. RaiL=oad ma=kings wiLL be as shown in ftgu=e 8B-~ in the ~gDVg~_gD_YD~fO=~ Cant=aL Devices fo= st=eets and Highways. A=ttcle 666.2 GENERAL. Add the following: ALl ma=kings and with the st=eets and highways. shall comply with these specifications he=ein ~gDVg~_gD_Y~ifo=m. T=affic Cant=al Devices fo= A=ticLe 666.9 MEASUREMENT and A=ticLe 666.10 enti=ely and =epLace with the following: PAYMENT. Delete Ha=kings will be measu=ed by the linea= feet of mate=iai, complete-in-pLace.on the pavement at the widths specified. The wo=k pe=fo=med and the mate=lois fu=nished shall be paid fo= at the unit p=ice bid fo= 'The=mopLastic Pavement Ha=kings," pea ljnea= foot of the va=lous widths and shapes specified in the plans o= specifications. This ponce shall be full compensation fo= cleaning the pavement, fu=nishing and placing the mate=taLs~ and fo= all labo=, tools, equipment and incidentals necessary to complete the wo=k in acco=dance with the applicable specifications he=ein included. Sec. 07500 5~ _S_P_ECIAL PROVISI_OI ___T_O__[_T_E.M9 AND _S_E_D_ B_K_EB_ For this p:o)ect, Items replaced with the following: and 676 a:e he=eby deleted and 1.O GENERAL 1.1 The pu=pose of these specifications is to describe minimum =equirements for the installation of :aised ce:amic lone ma:ke:s on st:eets fo: the purpose of designating t:avel lanes. 1.2 The Cant:actor shall be :esponsible fo: layout of the ma:kings, pavement p=epa:ation and installation of the ma:kings to include handling of traffic, as desc:tbed mo:e fully he:ein. The Contractor shall furnish all labo:, materials and equipment fo: such installation. E.0 LAYOUT AND INSTALLATION 2.1 The Con:facto: shall install the :equtred types of ma:ke:s as described he:ein and shown on the attached typical layout sketch. ~.1.1 ~IPE~ White Lane Line designating sepa:ation of lanes of the same di:ectton of t:affic shall be on a total cycle length of ~0 feet with a 15 foot ma:king and ~5 foot space. The 15 foot ma:king shall consist of ~ markers placed 5 feet apa:t. The lead ma:ke: of the patte:n shall be a mono-reflective type as described herein with the reflective po::ion facing oncoming t:affic. The remaining 3 ma:kers shall be non-reflective as described hereln. Inte::uption of the marking pattern shall occu: at cross-st:eet intersections as shown in the attached typical. ~.1.2 ~hite Left Tu:n Lane Ltne designating sepa:ation of left-turn lane from th:ough lanes. The ma:king shall be continuous with single reflective ce:amtc ma:kef on lO-foot spacing. The continuous line shall be twenty feet sho:te: than the left-turn lane length. 2.1.3 Double Yellow Cente:ltne designates the sepa:ation of lanes with traffic in opposing di:ections on an undivided multiple-lane st:eet. The ma:king shall be continuous except fo: interruption at c:oss-streets. The marking shall consist of two continuous pa:allel lines with ~-inch 1.33 feet! lateral sepa:ation. The bi-di:ectional reflective yellow markers for each line shall be placed 5 feet apa:t. 2.1.~ ~Jpped Yellow Cente:line designates the separation of lanes with traffic in opposing di:ecttons on a ~-lane undivided street. The marking shall be on a total cycle length of ~0 feet wlth a 15 foot ma:king and 25 foot space. The 15 foot ma:king shall consist of ~ ma:ke:s placed 5 feet apa:t. The ma:king shall be b~-directJonal reflective yellow markers. Sec. 07500 55 PAVEMENT PREPARAT]ON 3.2 The pavement shall be p:epa:ed in such a manne: as to insu:e the best possible bonding of the ma=ks: to the pavement. ~.0 HATERIALS ~.1.0 Ma:ke:s - Ail ma:ke:s shall be a glazed cesamtc type and must be appsoved by the Engines=. All maske=s as desc:tbed hesetn shall be simtlas in design and fuhction to Pe=ma=k B=and manufactused by the Ame:ican Clay Fo=ming Plant of the Fe:=o Cosp. ~.1.1 Non-Reflective White M~skes shall be ct=culas, appsoxtmately ~ inches in diametes by .75 inches high with a domed susface glazed white. The bottom susface shall not be glazed and may have a designed ls:egula: finish to aid bonding to the pavement, lAmes}can Clay Designation P-T, os equal} ~.1.2 ~gDg-Dis~cttoDal Reflective White Mgskes shall be eithe: ctscu]a= os oval app=oximately ~ inches in diametes by .75 inches high with a glazed white susface finish. A single white "high intensity" :eflecttve =od shall be pe:manently imbedded in the susface facing essentially hosizontal, lAmes}can Clay Designation P-15 os P-15A, os equal} a.1.3 Mono-Disectional Reflective White Bassie: Maskes shall be ctsculas, app:oximately 8 inches in diamete: by 2.86 inches high with a glazed white susface finish. A single white "high intensity" =eflective sod shall be pesmanently imbedded in the susface facing essentially ho:izontal. (Ams:}can Clay Designation P-18-1 o: equal) ~.1.~ Bi-Disecttonal Reflective Yellow Maskes shall be of ci:culas os oval design appsoxtmately ~ inches in diametes by .75 inches high with a glazed yellow susface finish. Two yellow "high intensity" seflective sods shall be placed in opposing di:ections, pe=manently imbedded in the susface facing essentially ho=izontal. (Amesican Clay Designation P-117 os equal} ~.2.1 ~Dg~Y-- Adhesive - Ce=amtc tsaffic mo=ke:s shall be pesmanently affixed to the pavement susface by means of epoxy sesin adhesive. The epoxy shall be a two component compound of sesin and hasdenes to be mixed immediately ps}os to installation. The allowable type of epoxy adhesive shall confosm to that specified by the State Oepastment of Highways and Public T=anspo:tation fo= hand mix os machine mix epoxy adhesive. (Type II o: II! os II-M os lll-M sespectively) 5.1 HANDL]NG ~__~8AFFIC 5.1 In most cases, the soadway to be masked will be open to tsaffic and the Contsacto= shall psovide all necessa~ washing and bassicading to insuse safety of the woskmen and t=affic and psopes set of the maskess to the pavement. Sec. 07500 5.~ A m~nimum of one lone in each di=ectton shall =emain open to th=ough t=affic. 5.3 The Cant=acta= shall conduct the installation so as to minimize the du=ation of =est=tcted t~afftc movements. 5.~ The Cant=acta= should plan on wo=ktng on the st=eet only du~tng the offpeak hou=s of 8:30 AI~ to ~:00 S.5 The Cant=acta= shall tnsu=e p=ope~ maintenance of all wa~ning and t=affic channeliztng devices th=oughout the Job. 5.6 Const=uctton stgntng and channeliztng devlces and ope=arians shall confo=m to the Texas Manual on Untfo=m T=afftc Cant=o] Devices ~:0 HEASUREMENT AND PAYNENT Measu=ement of quantities shall be made on total numbe= installed fo= each type of t=offtc button. The pay quantity measu=ement shall be made on ape= unit basis; the units being "ma=ke=s in place." Sec. 07500 57 ! 1 ! ! 1 1 ! ! I I ! ! 1 I I ! I I ! Sro. 1-22 Begin ,-' ~_ ' Reflective Button$(P-18-I-W), ~ Sro. I*82 End ' Reflective Buttons(P-18-I-W) To _ _ _ r Of 8 Yet .lo~_,,Reflective Buttons / '~ st~. ~+z2 ~ , (P.4e~-~), ~5 Lt. Of ~., w/Spoci,~., , Re.f, lective Buttons(P-18-I-Y), ,t 2.,5 Rt. Of ~.,w/Spacing Of j~ Sro. 1+82 Begin Toper ~.., . . _ ' Yel~)w, Reflective Buttons ' Spocin9 Of 50.C. ,. Pay Item 676. 2 . : o o o ¢ o o 'o o o o o ~- ~ o~:~ . -J MOORE ROAD . I '~' tO. 1+22 Begin 8"~ , Reflective Buttons {P-18-I-Y) ,[ ,7.,5 Rt. Of ~., w/Spocing Of ! ~,(?:I_8-,I:Y), 15' Rt. Of ~.,w/Specleg ~l TRAFFIC BUTTON LAYOUT MOORE - SANDY LAKE INT. I ! I ! Of 8" Yellow, Reflective Buttons (P-18-I-Y), w/Spacing] Of 5'QC. ,/j pay Item $7G. 2 1 °°°ooo ooooo o o-~ ~ ~ttern (S~ The~ Specs.)4" t ~ble RefleXive, Yell~ Bu~ons TRAFFIC BUTTON LAYOUT ""'T-~ MOORE ROAD ! ! ! ! I ! I I ! I ! I ! I I TRAFFIC BUTTON LAYOUT MOORE ROAD ! I ! I ! 1 ....~ ..I ~- i ~ ~. ! I , ',! I ! I I }~ Reflective,Yellow Buttons (P-lIT-Y), ~ ~ 2" Ep~ si~ ~ ~,~/.S~cin~ '~ 4" ~ ~' o.c. ~, ,,,~ ~4.~ ~ s,.. ~+,o It~ 674.1 ~ M~E ~AD  e · ..0 · · ~ , I1' Rt. ~ ~w/~i~ ~ ~' 0.~ ~ ,~y N~ 676.1 ' ~6~s, TRAGIC BUTTON LAY~ , ~R[-B[LT UN[ RD. INT. APPENDIX A n,, O. Z Z ~ ~' z Z :'-' ~ Ill B-1 See Plan of Borings Proposed Moore Road Improvements Cop~)ell, Texas Type } ~ STRATUM DESCRIPTION , l ~ i  [ BRO~ C~Y with sand and -- 1.0' Stave1 (~) 11  12 19 3l 17 17 G~YISH BR~ S~Y C~Y ~lth stave1 11 ~. 5' (CL) _ 10- - 15-- _ - - ' 25- _ i · 5 ' 1-17-85 None encountered B-2 See Plan of Borings Project Proposed Moore Road Improvements Coppell, Texas i ~ ~ Continuous Sampling ~j~ DESCRIPTION ~DDISH BRO~ S~Y C~Y with gravel 16 111 42 21 2I 10,400 5- 5.0' _ ~ (~) ~tion ~p~ ~te I Wa~r O~tion~ 5. O' 1-17-85~ None encountered Maxim En~lneem I. Og O~ Bor~l~g INuml~r IL°c~c~°n S-~ See ?lan o~ Pr~t Proposed Moore Road Improvements Coppell, Texas  21 BRO~ C~ S~ ~th gravel 2.0'  21 10~ ~1 19 22 G~Y S~Y C~Y 5.0' ~ (~) ~on ~h ~te [ Wlter ~M~tionl ~.0' ~-~7-8~I ~o~e e~counte;ed . . Mlxlm Engineers Log of Boring [.um., B-4 [Loca,,on See ?lan of Bor:Ln~s Proposed Moore Road ~m~rovements Coppell Texas ~ STRATUM ~ ~ { [9 37 [6 · i 2~ ~00 ~.0' ~ (c~) , ~ ., I I Completion Depth D~te I Water Obtervltion~ 5.0 ' !-! 7-851 None encountered Mexlm EnglnNrl Log of Boring tNumber I · B-5 See Plan of BorinKs Proj~C! Proposed Moore Road Improvements Coppe],l. Texas STRATUM DESCRIPTION  20 107 ~ 19 25 ~,030 ~. 0 ' (ti) ~mpMtion ~pth ~ ] Water ~ation~ 5.0~ ~-17-85~ ~one encoun~e=ed M~xlm Englneem Log of Boring ']Number B-6IlLo~.~tion See ?.].a~l of ~O~fi~5 ProOf Proposed Moore Road Improvements Coppell, Texas - STRATUM DESCRIPTION ~, ~ ~ ~ ~ & ~  s~o~ s~ c~ ~h ~ave[ 2.0~ (C~) I8 tO6 36 [8 ~8 -~. C~ 5.0~ _ ~ _ (SC) [0 [2~ ,, ~p~ti~ ~pth ~te [ Wa~r Ob~ti~ 5.0~ 1-17-85I None encountered M~xlm Englneem Log of Boring INumber B-7 [Loca,,on See Plan of Bor'ings Project Proposed Moore Road Improvements Cop'.)ell, Texas ~ ~ STRATUM DESCRIPTION t, ~ z~ ~ D~ OLI~ BRO~ S~Y C~Y 11 106 35 19 16 9,970 14~113 5.0' ~ (~) 10' 15. I ~p~tion ~pt~ Data ! Water Ob~ation~ 5,0 ~ ~-- 17-8 5I None ~coun~ered Maxim Englneem LI .E .i .i .i J .j J J Log of Boring {"~" s-s {L~.,,o. see PIan of sori,~gs Projec! Proposed Moore Road Improvements Coppell, Texas ~ ~ Continuous Sampling BRO~ S~Y ~Y 12 5.0' ~ _ (CL) I I Completion ~pth ~ I Water Maxim Englneem Log of Boring INumber 1LOcatiOn B-9 See Plan of Borings Pro~ect Proposed Moore l~oad Improvements Coppell, Texas Continuous Sampling · '~' I. 0 ' G~VEL (SP) 16 D~ ~LLO~SH BRO~ S~Y C~Y 14 119 35 17 18 5 ~ 5.0' LIGHT ~LLOW S~ __ (SP) ,, ~m~t~on ~pth ~te I W~ter ~tion. 5.0' ~-Z7-85I ~oae e~couate=ed Maxim Engineer. Log of Boring [.um~., B-xo I~°~''°n see PZan of Borings Proposed Moore Road Improvements Coppell, Texas ' ~. Intemittent Sampling } , STRATUM DESCRIPTION -- BRO~ S~Y - 2.o' ~ OL~V~ S~O~ C~YE~ S~ - 4,0' (sc) ~ G~Y S~Y C~Y ~o , :~ ~o.o' (c~) ................ - ~ 14 33 16 17 -- D~ G~Y S~Y C~Y with yellowish bro~ seams 14.0' . (CL) ]5 DA~ YELLOWISH BRO~ S~Y C~Y 20 21 102 1,100 24.0' (CL) ~ D~ G~Y SHOE ,, Continued on next Maxim Englwm INumber [ LOClt~On Log of Boring i s-~o cont. See ~an of Sor~n~s Pro,ct ,Proposed ,Moore Road Improvements Coppell, Texas STRATUM DESCRIPTION 30 100~ ~~3" D~ G~Y S~E oo, ~100~ ~n ~ 5" 60.0' ~ ~D Cone Penetratlon 5~ I ~p~tion ~pth ~ I Water Ob~wltionl ~0.0~ 2-11-85 Encountered at 20.0~ Mexlm Englneem Log of Boring I~om~' B-ii IL°~'''°" see Plan of Borings Prolect Proposed Moore Road Improvements Coppell, Texas , ~ In te~ittent Samplin~ ~ ~ = ~ ! } -~ STRATUM DESCRIPTION , , ~ ~ ; ~ ,J ~ -- ~ 27 50 23 27 -- ~ BRO~ S~Y C~Y ~0~ 10.0' (CL-~)  YELLOWISH BR~ ~D G~Y S~Y C~Y  17 113 2,810 ~, 20.0, (~) .... - 23 97 920 --I BRO~ CLAYEY S~ I I, Continued on next page Mlxlm Englneer~ INumber ! Loc~tio~ Log of Boring I B-l~ Cont. See Plan of Borings pn~ct Proposed Hoore Road ~mpzovements Coppe11~ Texas T~ STRATUM DESCRIPTION ~0 ~ ~ '100~  3" D~ G~Y S~E g~ ~oo~  5" ~n ~0,0~ w~ Co~e ~eae~a~o~ I I ~m~tion ~h ~m J Wamr AO ,0~ 2-1~-85J Encountered -I B-13 See Plan of Borings pro}~c! Proposed Moore Road Improvements Coppell, Texas ' ~ Intermittent Sampling ~ ~ c fi STRATUM DESCRIPTION ;~, ..,J ¢' ~-' ~ =~ g ~ -- ~ BRO~ ~A~ S~ -- ~ 4.0' (SC) 5-- ~ ~ 22 39 20 19 DA~ G~Y S~Y C~Y 10.0' (CL) '"'~ 15 ~~S~ BRO~ ~ G~ ~ 19 107 20 Continued on ntxt p~$~ _ Maxim Englneem Log of Boring 1""~3 Cont. ]~o.,,o. see P~an Project Proposed Moore Road Improvements Coppell, Texas 24  D~ G~Y C~Y~ S~ ~C .... 3o.o' (sc) 3~~ D~ G~Y S~E ~o x~ ~o.o' *~ Cone Penetration Test I I 40.0' 2-11-85~ Encountered at 20.0' Mm~lm En,~lnm~rm Proj~c! Proposed Moore Road Improvements Coppell~ Texas STRATUM DESCRIPTION 16 BRO~ S~Y ~Y 2.0' (~)  24 100 51 22 29 2,500 DA~ ~LLO~SH BRO~ C~Y 5.0' : (Ca) Comp~tion ~p~ ~te [ Water ~tionl 5.0' 1-17-85~ None encountere~ Maxim Englneerl 0 0 0 0 0 F F F F F F Symbols and Terms Used on Boring Logs Soil or Rock Types GRAVEL SAND Consistency of Cohesive Soils ORGANIC sANDy SILTY CLAYEY Sam ~ler Types SANDSTONE SHALE LIMESTONE ~ Shelby CONGLOMERATE Tube ~(~Crek sSpPol iotn Auger No Recovery DESCRIPTIVE TERM Very Soft Soft Firm Stiff Very Stiff Hard UNCONFINED COMPRESSIVE STRENGTH (TON/SQ. FOOT) Less than 0.25 0.25-0.50 0.50-1 .iX) 1.00-2.00 2.00-4.00 More than 4.00 Relative Density of Cohesionless Soils STD. PENETRATION RESISTANCE BLOWS/FOOT DESCRIPTIVE TERM RELATIVE DENSITY 0-10 Loose 0 TO 40~ 10-30 Medium Dense 40 TO 70~ 30-50 Dense 70 TO 90~ OVER 50 ' Very Dense 90 TO 100~ Soil Structure CALCAREOUS SLICKENSIDED LAMINATED FISSURED INTERBEDDED Containing deposits of calcium carbonate: generally nodular .Having inclined planes of weakness that are slick and glossy in appearance. Composed of thin layers of varying color and texture. Containing shrinkage cracks frequently filled with fine sand or silt. Usually more or less vertical. Composed of alternate layers of different soil types. Physical Properties of Rock VERY SOFT OR PLASTIC SOFT MODERATELY HARD HARD VERY HARD POORLY CEMENTED OR FRIABLE CEMENTED Hardness and Degree of Cementation Can be remolded in hand: corresponds in consistency up to very stiff in soils. Can be scratched with fingernail. Can be scratched easily with knife: Cannot be scratched with fingernail. Difficult to scratch with knife. Cannot be scratched with knife. Easily crumbled. Bound together by chemically precipitated material occurring in the interstices between allogenic particles of rock -- quartz, calcite, dolomite, sidedte and iron oxide are common cementing materials. Physical Properties of Rock UNWEATHERED SLIGHTLY WEATHERED WEATHERED EXTREMELY WEATHERED Degree of Weathering Rock in its natural state before being exposed to atmospheric agents. Noted predominantly by color change with no disintegrated zones. Complete color change with zones of slightly decomposed rock. Complete color change with consistency, texture, and general appearance approaching soil. Max,m Engineers Inc. 0 FI Fi E SOIL CLASSIFICATION SYSTEM SYM- TYPICAL NAMES MAJOR DIVISIONS BOLS GW Well graded gravels, gravel - sand mixtures, little or no fines. CLEAN GRAVELS GRAVELS (Little or no fines) GP Poorly graded gravels or gravel - sand (More than 50% of mixtures, little or no fines, coarse fraction is LARGER than the COARSE No. 4 sieve size) GRAVELS GM Silty gravels, gravel - sand - silt mixtures. GRAINED WITH FINES ! (Appreciable amt. SOILS (More than 50% of of fines) GC i Clayey gravels, gravel - sand- clay mixtures. material is LARGER than Well gra~led sands, gravelly sands, little No. 200 sieve SW or no fines. size) CLEAN SANDS (Little or no fines) PooHy graded sands or gravelly sands, SANDS SP little or no fines. (More than 50% of coarse fraction is SMALLER then the SM Silty sands, sand-silt mixt,',res. No. 4 sieve size) SANDS WITH FINES (Appreciable amt. of fines) SC Clayey sands, sand-clay mixtures. Inorganic silts and very fine sands, rock flour, M L silty or clayey fine sands or clayey silts with slight plasticity. Inorganic clays of low to medium plasticity, SILTS AND CLAYS CE gravelly clays, sandy clays, silty clays, FINE (Liquid limit LESS than 50) lean clays. GRAINED SOILS (More than 50% of OL Organic silts and.organic silty clays of Iow plasticity. material is SMALLER than No. 200 sieve MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts. size) SILTS AND CLAYS (Liquid limit GREATER than 50) CH Inorganic clays of high plasticity, fat clays. OH Organic clays of medium to high plasticity, organic silts. HIGHLY ORGANIC SOl LS PT Peat and other highly organic soils. BOUNDARY CLASSIFICATIONS: Soils possessing characteristics of two groups are designated by combinations of group symbols. Maxim Engineers Inc. DIVISION ! O~]~ION ]_- GE~gB~_B~gUIREMENTS Mention herein o~ indication on the D~awings of items, materials, ope:~tions o: methods, ~equires that the Cant:acta: p:ovide and/o: instal] each item mentioned o: indic~ted of quality or subject to qvo]Jftcation noted~ pe~fo:m acco:ding to conditions stated each operation p~esc~ibed~ and p~ov~de all necessary labo~, equipment, suppZies and ~ncidentals. Requirements of the Gene~al Conditions, Supplementary Conditions, and Addenda, ~f issued, sh~11 ~pply unde~ th~s Division of Wo~k as if herein w~itten. Sepo~ation of these specifications into Divisions and Sections is fo~ convenience only ond is not intended to esteblish limits of work. 01010 - SUMMARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR PAYMENT 01310 - CONSTRUCTION SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01700 - CONTRACT CLOSEOUT 017~0 - PROJECT RECORD DOCUMENTS 01750 - WARRANTIES DIVISION I General Requirements 1 SECT]ON 01010 - SUMMARY OF WORK 1.1 DESCR]PTION AND LOCATION OF WORK Wo=k cove=ed by the Contract Documents includes the fu=nishing of all labo=, materials, tools, equipment~ taxes, services, t:onspo=tation and other items necesso=y to perform and complete all of the wo~k fo= the construction os indicated on the drawings end as he:ein written. 1.2 WORK SPECIFIED ELSEWHERE: General conditions of agreement, special conditions, specifications and special p=ovistons. standard 1.3 START OF WORK Wo=k shall be started immediately upon issuance of a notice to p=oceed orde~. Prior to this, all contracts and beginning documents wi]l hove been executed and insu=ance in fo=ce. 1.4 COMPLETENESS OF WORK: Aa The drawings and specifications desc=ibe the various items of wa=k, choracte= of materials and quality of workmanship and finish. Any appu=tenances, pa~ts, finish of wo=k essential to the entire completion of the work, though not specifically shown o~ specified, sho]l be p~ovided by the Cont~octo~ and inc]uded in the Contract Sum. Bo Time of Completion: befo=e the time Agreement. The completion of this wo=k is to be on or indicated in the Owne~ and Contr~cto~ 1.S EXISIlNG UTILIT]ES, STRUCTURES, AND OTHER PROPERTY: P=to= to any excavation, it shall be the Cont=octo='s =esponsibtitty to determine the locations of all existing water, gas, sewe=, electric, telephone, teleg=aph, television and other underground utilities and structures. Obtain location d=owings and othe= assistance f=om the various loco] Utility' Depo~tments and othe~ applicable agencies, and make othe~ investigations os ~equi~ed to accomplish this. Afte= commencing wa=k, use eve=y p=ecaution inte=fe=ence with existing unde=ground and su=face and st=uctures, and protect them from damage. to ovoid utilities Where the locations of existing underg=ound and surface utilities and structures a=e indicated on the drawings, these locations o=e gene=ally approximate, and o]l items which may be encountered during the wo=k o=e not necesso=ily indicated. It shall be the Cant=actor's responsibility to dete=mine the exact locations of oll items indicated, and the existence and locations of all items not indicated. 01010 1 1.6 CONTRACTOR'S DUTIES: 1.7 I.B A. Except as specifically noted, p=ovide and pay fo=: Lobo=, mote=ials, equipment. Too]s, const=uction equipment, and mochtne=y. Note=, heat, and utilities =equi=ed fo= const=uction. Othe= facilities and se=vices necesso=y fo= p=ope= execution and completion of wo=k. Pay legally =equi=ed soles, and othe= taxes. consume=, use, pay=oil, p=ivilege Secu=e and completion bids: pay fo=, os necesso=y fo= p=ope= execution and of wa=k, and os applicable at time of =eceipt of Pe=mits Fees Licenses D. Give =equi=ed notices. Comply with codes, o=dtnonces, =ules, othe= legal =equi=ements of public pe=fo=monce of wo=k. =egulotions, o=de=s and outho=ities which beo= on P=omptly submit w=itten notice to Enginee= of obse=ved vo=ionce of cant=oct documents f=om legal =equi=ements. It is not the cont=octo='s =esponsibility to make ce=rain that d=owings and specifications comply with codes and =egulottons. App=op=iote modifications to cant=oct documents will adjust necesso=y changes. Assume =esponsibility fo= wo=k known to be to such =equi=ements without notice. Enfo=ce st=ict not employ on assigned task. discipline and good o=de= among employees. Do wa=k, unfit pe=sons o= pe=sons not skilled in SUB-CONTRACTOR'S LIST: The p=ime gene=a] cant=acta= will submit o list of oll sub-cont:octo:s to be used on the p:o)ect w~thin seven ltl days ofte= Enginee='s w=itten notice of cant=oct owo=d. Any subcont=octo= ]~sted must be acceptable to the Owne=. COORDINATION: The p=tme gene=ol cont=octo= is =esponsible fo= the coo=dinotion of the toro! p=o~ect. All othe= p=tme cont=octo=s ond ali sub-cont=octo=s will coope=ote with the p=ime gene=ol cant=acta= so as to facilitate the gene=al p=og=ess of the wo=k. Each t=ode shol! offo=d oll othe= t=odes eve=y =eosonoble oppo=tunity fo= the installation of thei= wo=k. 01010 2 1.9 CONTRACTS: :1.10 1.11 A. Const=uct wo=k unde= o single p=ime gene=al cant=act. WORK SEQUENCE: Construct wo=k so as to se=vice to t=affic and const=uction asea. p=ovide the least inte==uption of businesses situated along the At all times th=oughout const=vction, existing ware=, sew·= and gas facilities shall =emain in use. No discontinuation of se=vice fo= any extended pe=iod of time will be allowed. CONTRACTOR'S USE OF PREMISES: Cant=acta= shall limit his use of the p=emises fo= wo=k and fo= sro=age to the sights-of-way limits os othe= aa·as allowed by p=opemty owners. B. Confine ope=ations at site to aa·as pe=mitted by: 1. Law 2. O=dinances 3. Pe=mit Cant=act Documents S. Owne= Ce Do not vn=easonably encumbe= site with mote=ials os equipment. Coo=dinar· use of p=emises with Owne~/Enginee= and p=ope=ty OWnS=S. Ee Assume full =esponsibtlity fo= p=otection and p=oducts sto=ed on p=emtses. safekeeping of Move any eta=ed p=oducts which inte=fe=e with ope=otions of Own·= ox othe= cont=acto=s. Obtain and pay fo=, use of needed fo= ope=ations. additional sro=age of wo=k areas MATERIAL AND WORKMANSHIP: Be All mate=ia) unde= this cant=oct shall be new and os specified, suitable fo= the pu=pose and sub)ect to app=oval by the Engine·=. The wo=kmonship shall be fi=st-class and sub)·ct to the app=ovol of the Enginee= os equal to best stondo=d p=octice. Cant=acta= shall fu=nish lobo= which in no way will conflict with other labo= wa=king on the site. The Cant=acta= shall at all times enforce st=ict discipline and good o=de~ among his men and shall not employ any unfit pe=sons os anyone not skilled in the wo=k assigned to him. The work shall be 01010 3 1.13 pxotected fxom action of the weathe= and damage fxom woxkmen. Su:faces shall be clean and f:ee f=om defects. C= The Cant:acta= shall -=emove at his own expense any wo:k matexial condemned by the Engineex as defective and not in acco=dance with the additional compensation. Failuxe to do so shall be deemed as violation of cant=act and shall be subject to the p:ocedu=e established fox such case. Any omission failuxe on the pa=t of the Enginee= to disapp:ove o= :e)ect any wo=k o: mate=ial shall not be const=ued to be an acceptance of any such defective woxk ox motexiol. INSPECTION OF WORK: All the wo:k of the cant=act shall be sub}ect to the inspection of the Enginee: and his autho:ized :epxesentatives, and the Cant:acta= shall affoxd eve:y facility fox the inspection of mote=lois and wo:kmonship. Such access shall include such po=tions of the place of manufactu:e ox fab:ication as may be necessaxy to complete inspection. The Cont=actox shall notify the Engineex in w:iting, in ample time, to pa:mit inspection at the place of manufactu:e should the Enginee: so desixe. Nate:ials shall be delivexed on the )ob p=opexly maxked fox identification and whethe: p=eviously inspected o: not shall be sub)ect to =einspection and final acceptance o= =e~ection at the site of the woxk. If the specifications, Enginee:'s inst=uctions, laws, oxdinances, o= any public authoxity :equixe any woxk to be specially tested o: appxoved, the Cont=actox shall give the Enginee: timely notice of its :eadiness fox inspection, and if inspection is by anothe: autho=ity than the Enginee=, of the date fixed fox such inspection. Re-examination of the questioned woxk may be o=de:ed by the Engtnee: and~ if so oxde:ed, the wo:k must be uncove=ed by the Cant:acta:. If such wo:k is found to be in acco:dance with the Cant=act Documents/ the Ownex shall pay the cost of the se-examination and =epiacement. If such wo:k is found not in acco:dance with the Cant:act Documents, the Cont=actox shall pay such cost unless he shall show the defect in the wo=k was caused by anothe= Cant:acta: and, in that event, the pa:t~ =esponsible shall pay such costs. SUSPENSION OF WORK - DELAY: On oxde: of the Engtneex, the wo:k may be suspended fox any substantial cause, such as, but not limited to, unfavoxable weathe= conditions, failu=e, :efusa] ox neglect on the pa=t of the cant:acta= and his employees to comply with the texms and conditions of the Cant:oct documents. The use of, o: attempted use of mate=ials ox methods not in acco:dance the=ewith, inte:fe:ence of the wo=k with othe= wo:k of a public ox p=ivote notu:e necesso:y to be done pxiox to the wo:k he=ein contemplated o= fox any cause of like notu:e, and the wo:k so suspended shall not be :esumed except with the consent of the Enginee=. 01010 1.1S B. Du=ing the time of such suspension of the wa=k, if it is to be a constde=able time, the Cant=acta= shall hove all mote=icl neatly piled o= =emoved foam the line of wa=k, and all equipment shall be located so as to least inte=fe=e with public convenience and teafftc. Should the Cant=acta= =efuse o= neglect to take p=ope= ca=e of such mate=lois and equipment, the Enginee= shall cause the same to be p=ope=ly ca=ed fo= and an amount equal to the cost of so doing shall be deducted foam any mon~es which may be o= may become due to the Cant=acta=. C. The Cant=acta= may file p=ope= claims fo= loss o= damage on account of delays lncu==ed by the Owne=. If any delay is caused by any act of the Owne=, o= =esults foam causes he=einbefo=e mentioned, the Cant=acta= will be g=anted an extension of time fo= the completion of the wa=k, sufficient to offset such delay if a claim is made by the Cant=acta= in waiting to the Enginee= within seven days foam the date upon which such delay is sro=ted. No extension of time shall be g=anted fo= time lost du=ing suspension of the wo=k due to the Cont=acto='s fatiu=e to comply with the conditions o= teams of the cant=act. CHANGES IN THE WORK: No ext=a wo=k o= change shall be made without a w=itten o=de= foam the Owne=, in which event the Cant=acta= shall p=oceed with such ext=a wo=k o= change, and no claim fo= an addition to the Cant=act Sum shall be valid unless so o=de=ed. B= Howeve=, the Enginee= shall have the autho=ity, by inst=uctions, to make mina= changes in the wa=k, not involving ext=o cost and not inconsistent with the pu=poses of the p=o~ect. If the Cant=acta= claims that any such inst=uctions to make mina= change do involve ext=o cost unde= the cant=oct, he shol] notify the Enginee= in waiting, within a =eosonoble time ofte= =eceiving the said inst=uction and, in any event, befo=e p=oceeding with the wo=k as changed the=eby o= be baa=ed f=om making any claim against the Owne= fo= such ext=a costs. C= Compensation fo= the wo=k cove=ed by the opp=oved change o=de= shall be date=mined by on ag=eed lump sum. LAIENT CONDITIONS: A. If, in the pe=fo=monce of the Cant=oct, latent conditions at the site o=e found to be mate=Jolly diffe=ent foam those indicated by the specifications o= unknown conditions not usually inhe=ent in wo=k of the oho=acta= specified, the attention of the Owne= and Enginee= shall be called immediately to such conditions befo=e they a=e distu=bed. Upon such notice, o= upon his own obse=vations of such conditions, the Enginee= and Owne= shall p=omptly make such changes in the specifications os he finds necesso=y to confo=m to the dtffe=ent conditions, and any ina=ease o= dec=ease in the cost of the wo=k =esuiting foam such changes shall be od}usted os p=ovided unde= A=ticle 6, Gene=al Conditions, EXTRA WORK AND CLAIMS, as amended in the Special Conditions. 01010 S ~[~J~_01050 - FIELD ENGINEERI~ 1.1 GENERAL: Am Cont~octox shall pxovide and pay fox field engineexing sexvices xequixed fox the pxo)ect and include in his bid the necessaxy allowance to cove~ same, including: Survey wo~k xequixed in execution of the p~o)ect. Civil, stxuctu~al, ox othe= pxofessional engineexing sexvices specified, ox xequixed to execute Cont=actox's constxuction methods. The Engineex will identify existing contxo] points indicated on the dxawtngs, as ~equixed. 1.2 1.3 QUALIFICATIONS OF SURVEYOR OR ENGINEER= Qualified enginee= o= xegistexed land su=veyox acceptable to Cont=actox and Enginee=. BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: The Contxacto= will caxefully maintain all bench ma~ks, monuments, and othex xefe=ence points. If dest=oyed distuxbed, the xefexence points will be xeplaced, by the Contxactox, to th·ix oxiginal positions. In any case in which a xefe~ence point is distuxbed, the Contxactox shall notify the Engineex. PROJECT SURVEY REQUIREMENTS: The Cont=actox shall accu=ately stake out all components of the p=o)ect and will be held entixely =esponsible fox any exxoxs in these lines and levels. Be The Contxacto= shall shall xepoxt any commencing wo=k. vexify all gxades, inconsistencies to. lines and levels and the Engineex befoce 1.S RECORDS: Cant=acta= shall maintain a complete accuxate log of all contxol and suxvey woxk as it pxogxesses, copies which shall be available to the Engineex if xequested. 1.4 SUBMITTALS: A. If xequested by Engineex, Cant=acta= shall submit: 1. Name and addcess of suxveyox and/ox pxofessional enginee=. 2. Documentation to vexify accuxacy of field engtneexing woxk. 3. Cextificate signed by xegistexed engineex ox su~veyo~ cextifytng that elevations and locations of impxovement in confo=mance, ox non-confoxmance with Contxact Documents. OlOSO 1 SECTION 001152 - APPLICATIONS FOR PAYMENT ].1 GENERAL: A. Cont~acto= to submit Applications fo= Payment to Enginee= in acco=dance with the schedule established by Special Conditions, pa=ag=apb 1.4., F, Pantial Payments. 1.2 1.3 FORMAT AND DATA REQUIRED: A. Submit itemized applications typed on Application Ce=tificate for Payment, as app=oved by Engineer. PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT: and A= Application Fo=m: 1. FtII tn =equi=ed information, including that fo= Change O=de=s executed p=to= to the date of submittal of applications. Fill in summo=y of dollo= values to og=ee with the =especttve totals indicated on the continuation sheets· Execute ce=tificotion with the signatu=e of o =esponsibie office= of the Cant=act fi=m. B. Continuation Sheets: 1. Fill in total list of oll scheduled component items of wa=k, with item numbe= and the scheduled do]lo= value for each item. 2. Fi]I in the dol]o= value in each column for each scheduled line item when wo=k has been performed or p=oducts sro=ed. 3. List each Change O=de= Numbe=, and desc=iption, os fo= on o=iginol component item of SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: A. When the Owne= o~ the EngJnee~ ~equi~es substantiating data, Cant=acta= shall submit suitable info,motion, with o cove= ]ette~ identifying: Bo 2. 3. Submit one application. P=o~ect Application numbe= and date Detailed list of enciosu=es Fo= sto=ed p=oducts: o. Item numbe= and Identification as shown on application b. Desc=iption of specific mote=iai copy of data cove= lette= fo= each copy of 01152 1 1.5 SUBM]TTAL PROCEDURE: A. Submit Applications fo= Payment to Eng~nee= et t~mes stoted in Specia! Conditions. B. Numbe=: Five 151 copies of each Applicotion. C. Sign each copy and have each copy p=ope=ly note~tzed. D. When Enginee= finds the Applicetion p=ope=ly completed end co==ect, he wfl! t=ensmit three 13! copies of the ce=tif[cate fo= peyment to the Owne= end one (ll copy to the Cent=octet. 0115~ ~]ON 01310 - CONSTRUCTION SCHEDULES 1.1 OENERAL: Within 15 days afte~ award of the Contract, the Cont~acto~ shall p~epa=e and submit to the Enginee~ an estimated const~uction p~og~ess schedule fo~ the Wo~k, with dates on which he will start the salient features of the wo~k and the contemplated dates fo~ completing the same. Submit ~evised p~og~ess schedules with each application fo= payment. Submit two 121 copies. 1.2 FORM OF SCHEDULES: A. P~epa~e schedules in the fo~m of a horizontal ba~ cha~t. 1. P~ovide separate horizontal ba~ fo~ each separate item o~ operation. 2. Horizontal time scale: Identify by week, month, yea~, etc. 3. Minimum sheet size: 8 1/2" x 11" Format of listings: each item of wo~k. The chronological o~de~ of the sta~t of 1.3 CONTENTS OF SCHEDULE: A. Construction P~og~ess Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates fo~ the beginning, and completion of, each ma)o~ element of construction. 3. Show p~o)ected percentage of completion fo~ each item, as of the first day of each month. 1.4 PROGRESS REVISIONS: A. Indicate p=og:ess of each activity to date of submission. B. Show changes occu==ing since p=evious submission of schedule. 01310 1 ~g~]~_~1340_:_~UOP DR~W]NG~_~RODUCT DA]~_~O_~MPLES 1.1 GENERAL: Cant=acta= to submit Shop D=awings, P=oduct Data and Samples as =equi=ed by the Cant=act Documents and as specified in othe= sections of the specifications. 1.2 SHOP DRAWINGS: As soon as p=octicabie afte= cant=act awa=d, submit to the Enginee=, fo= app=ova], the =equi=ed numbe= of bound copies of shop d=awings of all 1tams as specified in the va=ious sections of these specifications, accompanied by lette=s of t=ansmittal. Shop d=awings shall include: Manufactv=e='s catalog sheets and/o= desc=iptive data fo= mate=ials and equipment; showing dimensions, pe=fo=mance cha=acte=istics, and capacities and othe= pe=tinent info=marion as =equi=ed to obtain app=oval of the items involved. No wo=k =equi=ing shop d=owings will be executed until app=oval of such d=awings has been obtained. 1.3 PRODUCT DATA: A. P~epa=ation: 1. Clea=ly ma=k each copy to identify pe=tinent p=oduc, ts o= models. 2. Show pe=fo=mance cha=acte=istics and capacities. 3. Show dimensions and clearances =equi=ed. B. Manufactu=e='s standa=d schematic d=awings and diag=ams: 1. Modify d=awings and diag=ams to delete info=motion which is not applicable to the wo~k. 2. Supplement standa=d info~mation to p~ovide info=marion specifically applicable to the wo~k. 1.4 SAMPLES: A. P=ovide samples as indicated in othe= pa=ts of these specifications. 1.S CONTRACTOR RESPONSIBILITIES: A. Review, Shop D=owings and P=oduCt Data p=io= to submission. B. Dete=mine and Ve=ify: 1. Field meosu=ements Field const=uction c=ite=ia 3. Catalog numbe=s and simi]a= data Confo=monce with specifications. 01340 1 1.6 Coo=dinote each submittal with =equi=ements of the wo=k and of the Cant:oct Documents. Begin no wo:k which =equi:es submitta)s until submittals with Enginee:'s opp:oval. :etu:n of Ee Keep one Il) opp:oved copy of shop d:awtngs o: p:oduct data at )ob site at a]l times. SUBMISSION REQUIREMENTS: Make submittals p:omptly and in such sequence as to cause no de]ay in the wo=k o: tn the wo:k of any othe: contractor. B. Numbe= of submittals =equi=ed: Fo: shop d=owings and p:oduct data: Submit the numbe: of copies which the cont:octo: :equi:es, plus fou= which will be :etained by the Engineer. C. Submit:Dis shall contain: 1. The date of submission and the dates of any p:evious submissions. 2. The p:o)ect title. 3. The names of: o. Cant:acta: b. Supplte: c. Monufoctu:e: 4. Identification of the p:oduct. 5. Field dimensions, c)eo:ly identified os such. 6. Re]otion to od)ocent o: critical feotu:es of the wo:k o: mate:iols. ?. Applicable stondo:ds, such os ASTM o: Fede:ol Specification numbe:s. 8. Identification of deviations f:om Cont:oct Documents. 9. Identification of revisions on :esubmittals. 10. Cont:octo:~s stamp, initialed o: signed, ce=tJfying to =eview of submittal, ve:ificotion of p=oducts, field measu=ements and field const=uction c:ite=io, and coo:dtnotton of the info:motion within the submittal with :equi:ements of the wo:k and of Cant:oct Documents. De APPROVAL: 1. Shop d=owing and p=odvct data info=motion opp=ovo! will be gene=al. Such app~ova! will not =elfeve the Cont=octo~ of any ~esponsibility and wo~k ~equi~ed by the Contract. 2. Satisfactory shop d~owings will be so designated and a]] sets, except fou= Iai, :etu:ned to the Cont:octo=. Disopp:oved shop d:owings will be so designated and sets except two 12) wi]l be =etu:ned to the Cant:acta:, with indications of the :equi:ed co::ections and changes. 3. Disapp:oved shop d=owings wtl] be co::ected and :esubmitted to the Enginee= fo= opp=ova]. 013~.0 2 1.? RESUBMISSION REQUIREMENTS: 1.8 A. Make any co==ecttons o= changes in the the Enginee= and =esubmit until app=oved. B. Shop D=awings and P=oduct Data: submittals =eqvi=ed by 1. Revise initial d=awings o= data, and =esubmtt as specified fo= the initial submittal. 2. Indicate any changes which have been made othe= than those =equested by the Enginee=. ENGINEER'S RESPONSIBILITIES: A. Review submittals with =easonable p=omptness. Bo Affix stamp and initials o= signatu=e, and =equi=ements fo= =esubmittal, o= app=oval of submittal. Retu=n submittals =esubmission. to Cant=acta= fo= dist=ibution, indicate o= fo= 013~0 3 ~!J~_~JZ~_- CO~TRACT CLOSEOUT GENERAL: At Cant=acta: shall comply with :eqvi:ements stated in Conditions of the Cant=act and specifications fo: administrative p:ocedu~es fo: closing out the B. Related :eqvi:ements specified in othe= sections: 1. Reco=d Documents: Section 01720 2. Wa:=anties: Section O17SO 1.2 SUBSTANTIAL COHPLETION: A. When Cont~acto: considers the wo:k i substantially complete, he shall submit to the Engineer: 1. A w:itten notice that the wa=k, o: designated po=tion the:eof, is substantially complete. 2. A list of items to be completed o= co==ected. Ce Do Within a =easonable time afte= :eceipt of such notice, Enginee: will make an inspection to determine the status of completion and shall fu=nish the Cant=acta= a complete list of items of wo=k to be completed o: co==ected. The list so developed shall, in no way, =elease the Cant:acta:, o= subcont=acto:s f:om fu=nishing and installing o: co::ecting items :equi=ed by the Cant=act Documents. Should Enginee= dete=mine that the wo=k is not substantially complete: 1. Engtnee: will p=omptly notify the Cant=acta= in waiting, giving the :easons the=era=. 2. Cont~acto= shall :emedy the deficiencies in the wo~k, and send a second w=itten notice of substantial completion to the Eng~nee=. 3. Enginee= will =einspect the wo=k. When Enginee= concu:s he will: that the wo:k is substantially complete, P=epa:e a Ce=tiftcate of Substantial Completion accompanied by Cont=octo='s list of items to be completed oF co~=ected~ as va:iliad and amended by the Enginee:. Submit the Ce:tificate to Owne: and Cont~acto= fo~ thei~ w=itten acceptance of the =esponsibilities assigned to them in the Ce=tificote. FINAL INSPECTION: A. When Cant=acta: conside:s the wo:k is complete, he shall submit w=itten ce=t~fication that: 1. Cant=act Documents have been :eviewed. 01700 1.4 Wo=k has been~ inspected fo= compliance with Cant=act Documents. 3. Wo:k has been completed in acco=dance with Cant=act Documents. 4. Equipment and systems have been tested in the presence of the Owner's =ep=esentatives and are ope=ational. 5. Work is completed and ready fo= final inspection. Engineer will make an inspection to completion with reasonable promptness certification. verify the status of after receipt of such Should Engfnee~ consider that the work is Incomplete o= defective: 1. Engineer will promptly notify the Cant=actor in writing, listing the incomplete or defective work. 2. Cant=acta= shall take immediate steps to ~emedy the stated deficiencies, and send a second w=ttten certification to Engineer that the work is complete. 3. When the Engineer finds that the work is acceptable under the Cant=act Documents, he shall request the Cont=acto~ to make closeout submittals. CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: Upon final acceptance by the Owner, and completion of all wa=k, the Cant=acta= shall submit to the Owner, through the Engineer, the following data: 1. Certificate stating that all accounts fo= labor, equipment and material a~e paid in full~ o= in the case of outstanding accounts because of this wo=k, the Contractor shall furnish a release of clotms by the individual o= concerned party. This certificate shol! be notarized and s~gned by the Cant=actor. 2. The Cant=actor's Bonding Company shall furnish a release to the Owner, that It is with their consent that final payment be made to the Contractor. 3. The Cant=acta= sho]l furnish wo=kmonship to be f=ee of defects fo= o pe=iod of one yea:, unless :equi=ed longe= by any division of the specJficatlons, and should any defects arise, then such defects shall be restored to the original condition at no expense to the Owner. This shall include all necessary cutting and patching as may be required to correct the defective work. 4. The Contracto= shall submit accurate and detailed "As-Built Drawings" covering all changes to the work. Submit two 12) copies. 5. The Cant=acta= shall submit all guarantees, warranties, brochures, and operating instructions as required by the dlffe=ent divisions of the specificatlons. 01700 2 1.S The Contractor shall submit a request for final payment, which shall include an audit of the account of the contract and said audit shall fully cover amounts paid by the Owner to the Contractor, and amounts due Contractor because of this work, all of which shall be fully covered by the contract documents and app=oved change orders. FINAL PAYMENT: Final payment shall be made upon submission of the documents called fo~ above, and as cove=ed unde= the gene=al conditions and any modification thereto. 01700 3 1.1 GENERAL: A. Cant=acta= shall maintain at of: the p=o~ect site one =eco=d copy 1. D=awings Specifications 3. Addenda Change o=de=s and othe= modifications to the Cant=act 5. App=oved shop d=awings, p=oduct data end samples 6. Test =ace=ds 1.2 NAINTENANCE OF DOCUHENTS: A. Naintain documents in neet, clean legible condition ~Nd in good o=de=. B. Hake documents aveilable at all times fo= inspection by Enginee=. 1.3 RECORDING: A. Reco=d info=marion concu==ently with const=uction p=og=ess. B. D=owings; legibly ma=k to =eco=d actual const=uction: 1. Finished elevations Ho=izonta] and ve=ticel locations of vnde=g=ound utilities and appu=tenances. 3. Fie]d chenges of dimension end detail. Changes made by field o=de= o= by change o=de=. S. Detai]s not on o=iginal cant=oct d=awings. Specifications end Addenda; =eco=d: legibly ma=k each section to Manufactu=e=~ t=ade name, catalog numbe= and supp]ie= of each p=oduct and item of equipment actually installed. Changes mede by field o:de= o: by change SUBMITTAL: At Cant=act close-out, delive= one set of =ep=oducibles and two sets Iblue line paints} of :eco=d documents {as-built} to Enginee= fo= the Owne=. 'Cost of =ep=oducibles and blue lines will be bo=ne by the Cant=acta:. 01750 1 SECTION 01750 -_~ARRANTIES GENERAL: Cant=acta= shall gua=antee mote=lois and wo=kmanship foe a pe=tod of one yea= f=om date of completion except whe=e additional gva=ontees ox wa==anties axe :equi=ed vnde= the technical sections of the specifications. Be Befo=e final payment is made the Gene=al Cant=acta= shall delive= to the Enginee= all mote=ia! and equipment guo=ontees o= wa==anties in w=iting f=om sub-cont=acto=s and supplie=s. The Gene=al Cant=acta= shall also dellve= to the Enginee= befo=e final payment th=ee complete bound sets of monufactu=e='s inst=uctions, se=vice and pa=ts manuals on each piece of eqvipment fv=ntshed unde= this cant=act. 0~750 1