Loading...
ST0501-CN110927CONSTRUCTION SPECIFICATIONS And CONTRACT DOCUMENTS For Deforest Road Reconstruction (MacArthur Blvd. to Windsor Estates) Project No. ST 05 -01 # h s +lriFf riifi 3 �rrrrrrrrrrarrrrrrrrrrrrrrrwwr L t E I_ D. DeGROOT j �rrrrrrrsrrrrrrrr rrrr•rrrrrtrrrr� 93862+ ,w NAL ��� ADDENDUM NO. 1 CITY OF COPPELL DEFOREST ROAD RECONSTRUCTION I -01 PROJECT NO. ST 05-01 BID OCTOBER 17,2011 To: All Plan Holders of Record This addendum forms a part of the Contract Documents receipt of the Addendum in in the space provided and Specifications as noted below. Acknowledge on the Bid Form and on the outer envelope of the Bid d Prposal. Failure to acknowledge receipt of this Addendum may subject the Bidder to disqualification. This addendum consists of 3 pages and 2 attachments. Bidders are directed to revise and/or incorporate into the bid the following items: Comments and information: 1. The secondary bonus (pg 1-13 Construction ifi t construction from Allen Road to so Estates will be paid when construction of two way traffic is restored on the new concrete ffic signal does oad traffic. If Estates. One-lane traffic utilizing a tra g nal does not y the contractor does not restrict traffic tol-� s�r The contrac outside to�maylrequest flagging operations then the City will pay he full bonu payment of this bonus on the following monthly invoice. 2. Any cut in the existing street shall have ant approved Witng surface 5 day of 2-inches s of asphalt within 5 calendar days of opening material may be used as a riding surface. No separate he contractor flex hall replace the material. In the event rain is either forecasted or has flex base material with an asphalt riding surface. 3. Any utility work within MacArthur Bl � h l asphalt riding surface immediately upon construction o 1ulitY or steel plating if finished concrete is poured within 3 days. 4. Pay items 233 & 234 for 2-inch temporary asphalt are a "Plans Quantity Measurement". (pg 5-13 Construction Specifications) along The Contractor shall cut and plug and abandon� Block Ah n lXeu f removal andrwill be the landscape walls of 603 Prestwick C , ot 1, paid for cut and plug instead of removal. (plans sheet 2 of 79 from be9n provided rota 0+80,80, 28 bid LT to Sta 1+92, 26.4' LT). Additional cut and plug has schedule with a. All existing storm sewer to be abandoned place fill.shall new pay em n place 255 has flowable fill. See specification belo w for been provided with quantity for the 18" storm sewer under Macarthur Blvd. and Deforest Road Reconstruction Page 1 of 3 Addendum No. 1 I the portion of storm sewer near landscape walls of 603 Prestwick Ct, Lot 1, Block I A. Flowable Fill Specification I This specification identifies the basic requirements for furnishing and placing flowable fill in all abandoned storm sewer mains Prior to the installation of flowable fill, the contractor shall compute the theoretical volume of the plenum I for the pipe reach being filled and deliver these calculations to the city of Coppell representative. This item shall include, but not limited to, the flowable fill which shall consist of 200 psi slurry and be pumped from the upstream end to the I downstream end of each pipe section. This Payment shall be per cubic foot of material placed. The price shall be full compensations for flowable fill, pumping, placing and furnishing all labor, equipment, tools, materials and incidentals 0 necessary to complete the work. Mix Designs (Maximum Density): IIIThe mixes fall into the categories of "very flowable" and "less flowable". The Contractor shall use a "very flowable" material for filling the void space in pipes for this particular project III Mix 1 Mix 2 Less Flowable Very Flowable I Weights Volume Weights Volume Min. 50 lbs Cement .25 Min. 50 lbs Cement .25 Min. 600 lbs Fly Ash 4.24 Min. 600 lbs Fly Ash 4.24 IIII SSD 2500lbs Sand 15.17 SSD 2500 lbs Sand 15.17 55 Gal 458 lbs Water 7.34 65 Gal 541 lbs Water 8.68 ITotal Cubic Feet 27.00 *Total Cubic Feet 28.34 * One cubic yard of very flowable fill will be mixed to contain more than 27 cubic feet due to the additional water. IAbove values are based on specific gravities — cement, 3.15: fly ash, 2.27; sand. 2.64; and water, 1.00. Anticipated unconfined compressive strength is 80 psi at II 28 days and 150 psi at 56 days. 6. The contractor is not responsible for cleaning and CCTV of existing storm sewers at I time of connection or break-in. 7. Pay Item #252 - Mow strip between spread footing retaining walls shall be 4-inch thick concrete with 2 -#3 bars running longitudinal with #3 bars spaced every 24-inches. 8. Construction within MacArthur Blvd. requires arrow boards for traffic control. 9. City of Coppell allows 5 '/z sack minimum cement concrete mix design for machine paving. Hand pours will require additional cement per NCTCOG Item 303.5.6.2. 10. Form liner for retaining walls shall have a seamless transition between forms. (5-11 & 5-12 Construction Specifications) I Deforest Road Reconstruction Addendum No. 1 Page 2 of 3 I 11. Pay Items #250-251 No substitute allowed for truncated dome pavers for barrier free ramps unless mockup provided and approved by the City. 12. At the southern median nose of MacArthur Blvd at Deforest Road the storm sewer manhole elevations were verified not to be in conflict with the pavement. (sheet 15 of I 79) 13. Traffic Signal Cabinet shall be Naztec 70006-Coppell and not "LWSVL". (sheet 37 of 79) I Attachments: 1. Revised Bid Proposal (Sheet 17 through 37) 2. TXDOT PR-1 rail detail I I I I I End of Addendum No. 1 OF re`it •,s i LOWELL 0.OeGROOT •0,0, 93862 :•"4t','', ItttOtiAL t". I I I I Deforest Road Reconstruction Addendum No. 1 Page 3 of 3 I .n I-End Of pall for POyeen1 FOC,of Abutment 8ockeoll EKa Joint CC Saline '-0' Min - I'-6'Mox Joint OS required 6 1:- 3'•9'/,' f 1Q.-0' Mon Post Spacing IO 10'-0• Usual 6 Max Post Sooainp Ip• u 3 y-1 10'Min End Of Pipe if r•--� J { n J 10' Min turn•aowns Ore omitted—r� Ezp Joint or Splice 1'-0"MOx 10'Min f Splice joint lose RO:l CooSI Joint as rew.r•d ti--I 60• IJ 1.'O. MOx O `c If 1 11 ai► NI. Concentric l —••• ""ems Gtr+es© j —� �---�� ��... «..I_ J r�� —.,..,._ f ( u o U •i J L MINK III 71: i i _ _ ti ®� 1® open Enes p_,•_ i\ 1 5 Spa at 6'/2-L 5' 1 10PL 5 z x ]' a�' _ 4.-<' Min `*,— Min 8toS End of Abut wing I$.Y AT ABUTMENT BENTS AT SHOP SPLICE AT ENDS OF UNIT AT SLAB CONST JOINT AT SPLICE JOINT aac Edo!of slab or mi gwall ROADWAY ELEVATION OF RAIL CONSTRUCTION NOTES: nJ Panel lengtnt of roiling must be ottan1 O to O hfi. . lA minimum of stew DOS's exceor at aoutman, tirgwolls. 77;; _ 1 face of roil and posts mat be vertiepl troaSveesel <-:S 9 M.- 8- B" 0® unless otherwise to by the E ineer. Posts muss 8; _ - I be per De1401- for to OOiaCa,e roPOway grace. Use epoxy p=� '„ I'/.' 7% I /.' ot• ° ° (DO Tarter twice,Dos,base plates if pops larger 'non% Q PI Oxah - J - + 1 �SIeeve Menperw exist.Ctlrvlo roil. F' r ..-..----�_..,..... ._ Its to the tad iucpwnenlrnet�oiusf tubes rOreessce°/m"Dia Molls 110 to Submit anti arori 1pr ODprovel when rooms are rewire0 shoo g �� •, ^• —.—.� -- '/,'Plate %' Pior! v -- - I . suametfea ro the E darer;tor DDDrovo o<I ga must be •��.` - - �"/ Exposed capes of Dice roil and pipe roil posts must BOTTOM PLATE DETAIL be rounded or cnomrerea to ODOrOximately S's-by priming. vine - I 1'�- at So11CG Jta `{ �/ Do Pin IDf;vin h E'yy,'0ia No I<a rot / Fir) or welded lung MATERIAL NOTES: :81- -D"Min )/1 o. Bolts x 10" I 2 y7. 2 Ot Coo itt Nominal (N•z not 5 washers) . I Pipe for pipe roil.roust Plates to ASTM 053 Cr B. ^ I'�" I'/.' l./� or 0500 Sr 8. Posts end Plates m•Ist be ASTM A36. eem .� 2• race of Rail All steel ccroonents t0 be polvoni Zed lnlesS otnerwi Se �' - 0 2'/s-w2 v,- AT SPLICE OR EXP JTS SECTION A-A snows to olonS.Doits bn. (orna 6rtrr•Oded stodge rn one too,A107 Grace h! Arurpe ltoon) ^h g --. —i—- - 'le- PIPE SPLICE DETAIL w;tn one hex rut ma one nordened steel wsner of each Z'o > I 0 r ).... Colt. Trreodnd rods may be 0.557'minim.aioneter e_€6. © BASE PLATE DETAIL wits rolled ttreads. Nuts moot conform to 0563 rtw:rements. O' ik' GENERAL signed Designed to AASNTO LOPS Sotoi li Ceti OnS. cur post to ROil a horoge details shown on this standard Toy a fit pipe ITyOl - Min of 2 pools rlOUired On wi rGOU ife mOOif ica+;all for Select SiruC'urC t rgwatl toes. See Typ P� o0o!oOriate oetoils elsewhere in pions for those 1{F Post 1 0 Portion of roiling with turn-oowns to o<used �flCOti ohs. a IPA a 5 z 3'-e 1'r'1 Cr OmirteO o5 inO.COftW on Bria9!Layout- This roiling Cannot de uses on bridges with export;on :/ ]� loins providing more then 5- mnveemnt. �-N" Dig ©I0 Min - I'-6"Max if tyfn•OOMS are omitted For all roils, erection OrawirgS Snowing pectic. o Drain Mot! Q one shoo 001 ice Per panel i1 bolt setting IOCat ions, rail Dos,soap for anchor permitted twits m.;nun np must DC submitted to the Engineer 2 y.•hilli RAIL CAP DETAIL 85 Dercenr Denetrotianl. Ina weld coy be souore groove h K single tee groove. winsmall. a e cce weight or roiling ;s 30 pit. I Y_ I Npeincl rose or qa:l Nominal race ()2- Srd Pipe 4.375' 0.0., 0.154- well micwlessl or Roit .•,!° I 1:' ��1:' I S: Z- ©3• Std Pipe (3.500' 0.0., 0.216' wall tnicKness) Texas()gpp(hT90Yr 'Trorsspq'r(�10/1 _ 4 �s 1 yr' Ste Pipe Sleeve 11,900' O.D., O.IaS watt tni<knessl , � O. . "o III! z ° 02 yr' Ste Pipe Sleeve 12.815' O.D.. 0.203- watt micxness)[II PEDESTRIAN RAIL m II '•••• PL'7. 3 a 0.-9'74'74-1* 11111 EOM :maim 3- 7- I'7-Oio N oless ° aM"' 1 TYPE PRI ISM ON ABUT WING OR ON CULVERTS OR rh.ma.ob, ).aw l...TOOT[a' Jtx Ia 1.mt • NUN BASIC CONDITION CIP RETAINING WALL SLABS OVER 8- THICK ...... ,mot loo XaS MOM POST MOUNTING DETAILS .... N,a a�w �.seln xx...ease TABLE OF CONTENTS City of Coppell's Supplementary Conditions SECTION 1: Page # Bidding Documents Notice to Bidders 1 -4 Instructions to Bidders 1 -5 Proposal /Bid Schedule 1 -17 Bid Affidavit 1 -38 Conflict of Interest 1 -40 Prevailing Wage Rates 1 -42 SECTION 2: FULLY - ACTUATED SOLID STATE CONTROLLER UNIT Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. 42006 - 1129), Appendix "C" City of Coppell Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. 494 -643) and applicable TxDOT specifications shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and /or Technical Specifications included herein. SECTION 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions SECTION 4 - Specific Project Requirements 4 -1 SECTION 5 - Description of Pay Items 5 -1 SECTION 6 - Technical Specifications 6 -1 TS 2 CABINET ASSEMBLY FULLY - ACTUATED SOLID STATE CONTROLLER UNIT UPLOAD - DOWNLOAD DEVICE SPECIFICATION FOR MAST ARM POLE ASSEMBLY POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE POWER SERVICE & SERVICE EQUIPMENT GENERAL SYSTEM WIRING PROCEDURES RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS 02231 TREE PROTECTION AND TRIMMING 02402 CARE OF WATER DURING CONSTRUCTION PROJECT SIGN APPENDIX A - Geotechnical Report A 1 -2 SECTION BIDDING DOCUMENTS T H E• C I T Y• 0 F Q OFFELL t x A 4 1-3 NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Deforest Road Reconstruction (Deforest Road from MacArthur Boulevard to Windsor Estates) — Project No. ST 05 -01. The work shall consist of the installation of 11,663 S.Y. of 8 -inch concrete pavement and related drainage and utility improvements, retaining wall construction, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non - refundable cost of $100.00 from the office of Burgess and Niple, Inc., 11117 Shady Trail, Dallas, Texas, 75229; or telephone (972) 620 -1255 for additional information. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Deforest Road Reconstruction - Project No. ST 05 -01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 AM, October 20, 2011 and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. - 1011 -01 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall (255 Parkway Boulevard) at 10:00 AM on October 13, 2011 The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. This project will be awarded on the A + B bidding format with an incentive of up to $90,000.00 for early completion. Bids submitted with more than 400 Calendar Days for the time of completion will be considered non - responsive and will be rejected. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Burgess & Niple, Inc., 11117 Shady Trail, Dallas, TX 75229. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of Deforest Road from MacArthur Boulevard to Windsor Estates (approximately 3,156 feet). This road is currently a 2 -lane asphalt roadway and will be reconstructed as a 2 -lane concrete roadway. Sidewalks will be constructed along both sides of the proposed roadway. The construction also includes a traffic signal at MacArthur Boulevard/Deforest Road and a left turn lane on north bound MacArthur to Deforest Road. Various utility improvements and relocations will be required within the project limits. A general construction phasing plan has been provided with the construction plans to illustrate the extent of road closures and detours that will be allowed. It will also be necessary to maintain access to the adjacent properties at all times. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Deforest Road Reconstruction Project # ST 05 -01. 1 -5 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the office of Burgess & Niple, Inc., 11117 Shady Trail, Dallas, Texas, 75229 telephone (972) 620 -1255 for a non- refundable cost of $100.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $35.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas or Burgess & Niple, Inc., 11117 Shady Trail, Dallas, Texas, 75229. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted within five [5] days if requested). The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. F�l The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be per the construction phasing plan. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the IdI Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and /or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 1 -8 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time for completion in calendar days should be included on the Bid Form in the space provided. All work shall be complete within the calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever comes first. A more detailed explanation of the completion time is given in Item 1.6 of the Specific Project Requirements 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by I69 such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and /or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney -in- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is FRAZ noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 10:00 A.M., October 20, 2011 and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0- 1011 -01. and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of : Deforest Road Reconstruction (Deforest Road from MacArthur Boulevard to Windsor Estates) — Proiect No. ST 05 -01 on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 400 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 1 -11 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) _ (Calendar Days x Daily Value) = The time for completion in calendar days written on the Bid Form in the space provided multiplied by $1,000.00 for each calendar day. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus Total Calendar Days x $1000.00 (B) . Total Bid = Base Bid (A) + Time Bid (B) All payments will be based on actual quantities and bid unit prices. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 1 -12 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Incentive/ Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Total Contract Time: For the purposes of this Contract, the Daily Value is $1,000.00. In the event the Contractor takes less than the total calendar days bid to construct the project, there will be incentives assessed of $1,000 per day to a maximum of $90,000.00. In the event the Contractor takes longer than the total calendar days bid to construct the project, there will be damages assessed of $1,000 per day with no limit on the amount of disincentive. The total incentive payment for Contract Time shall not exceed $90,000.00. Secondary Bonus: There will be a secondary bonus tied to the section of roadway construction between Allen Road (STA 26 +00) & Windsor Estates (STA 31 +65). Due to one lane access for residents to Windsor Estates Addition during construction, the Contractor will receive a bonus of $24,000 when construction is complete and two -way traffic is restored on a new concrete street within 28 calendar days. The 28 days starts on the day this section of roadway is shut down to one lane traffic for construction. Completed construction does not include daily lane closures during the construction of the project. The contractor will be penalized $2,000.00 a day for every day after the 28 days. It would zero out at 40 days but would continue to go negative. There is no limit on the amount of disincentive. The total incentive payment for Secondary Bonus shall not exceed $24,000.00. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 1 -13 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. MYE! 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 30. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items at his own expense. The Contractor is responsible for all overtime costs associated with testing. 31. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. 32. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 33. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item Preparing ROW. No separate pay item. 1 -15 34. Bid Security. Contractor must submit a bid security in the amount of five (5 %) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 35. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. For BID FORM PROJECT IDENTIFICATION: DEFOREST ROAD RECONSTRUCTION (MacArthur Blvd. to Windsor Estates) Project No. ST 05 -01 BID OF DATE (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: - 1011 -01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: Rec'd: (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the F15r contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from 1 -18 bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work will be completed in multiple phases. Phasing will require move -ins by utility and paving contractors. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a consideration in the award of the bid. 6. It is recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER will complete the Work for the following price(s): FAM BID PROPOSAL For DEFOREST ROAD RECONSTRUCTION ITEM ..A' 'APPROX DESCRIPTION OF ITEMS uvlTi BID ` - UNIT PRICE EXTENDED QTY UNIT PRICES W W RITTEN:IN ORDS' ,,, . 4 ' IN.FIGURES AMOUNT MOBILIZATION (MAX. 5% OF CONTRACT) 101 1 LS , - ,u Dollars $,S-0/ C A ��'1 SQL $ 7 ( c- and — 2- e V 0 Cents per LUMP SUM TRAFFIC CONTROL. 102, 1 LS `d i ctiwSQ.hc( Dollars $3) a $ 30 0)6 and let/ o Cents per LUMP SUM ROW PREPARATION. 103, 32.33 STA ,. r , kJ 1 Dollars $ 7 $ Z 1 _ 3 1 U° and '? A/ Q Cents per STATION (O PREPARE AND IMPLEMENT SWPPP. 104, 1 LS 7 ilk -{Iy S Dollars $ � y �, $ q, oo0 and Z�0 Cents per LS PROJECT SIGNS. J _,,1 105. 2 EA 1 J 74744,46,e /J Dollars $5770 U $ and ' ;LeAr Cents per EA UNCLASSIFIED STREET EXCAVATION. 201 5,136 CY /'YC14✓ Dollars $ ii, 77(/ $ '- /72 d' and 4 44 Cents per CY UNCLASSIFIED COMPACTED EARTH FILL. 202 1,144 CY tv(M/ D ollars $ 7 , $ ao f - 863 and iii r i Cents per CY J REMOVE EXISTING ASPHALT PAVEMENT, COMPLETE IN PLACE. 4 203; 7,111 SY� Dollars $ 0 0 $ /9 910' _ 0 ? and ,■(..14-1 Cents per SY 1 -20 Ii—E': :•APPROX DES.CRIPTION OF ITEMS WITH BID ' UNIT PRICE EXTENDED QTY UNIT' PRICES WRITTEN IN WORDS ` IN FIGURES :AMOUNT REMOVE EXISTING CONCRETE PAVEMENT AND FLATWORK, COMPLETE IN PLACE. 204. 2,604 SY �- Dollars $ 47 $ /ar , v nd c/}lWLC� -tom '"' VIK Cents per SY ' REMOVE AND RESET /REPLACE EXISTING MAILBOXES, COMPLETE IN PLACE. JU(Mi 205 8 EA V � Dolla r $ $ /� " / sov and 2CV Cents per EA REMOVE EXISTING CONCRETE PIPE (< =24" DIAMETER), COMPLETE IN PLACE. 206 684 LF NC4A-- Dollars b $/ / ' $ 7 5 e/, (JO and 2�v Cents per LF / REMOVE EXISTING CONCRETE PIPE ( >24" DIAMETER), COMPLETE IN PLACE. 207 26 LF %C-1Ce/fr $SO $ CIV / '/ Dollars // - [� and - v� 4 Cents per LF (O ` CUT & PLUG EXISTING RCP REGARDLESS OF SIZE, COMPLETE IN PLACE. 208 9 EA At 7. ctcL 4 ilAX, Dollars $ CO $ 1W-5. and 2�1/'o Cents per EA b f REMOVE EXISTING STORM SEWER INLET REGARDLESS OF SIZE OR TYPE, COMPLETE IN PLACE. 209 5 EA INU� 1,�/,, „/„ `l 4/ Dollars $ Sr[� t '-- $ �� and 2 U (� Cents per EA ADJUST EXISTING SAN SEWER MANHOLE TO GRADE, COMPLETE IN PLACE. 9ch, 210, 3 EA „ ,, 1h_ ild - ��� Dollars $ 330 $ C- c`1� ,-- and Cents per EA ADJUST SAN. SEWER MAINLINE CLEANOUT TO GRADE, COMPLETE IN PL-A/CE. / ,4 'n, ) ,_,,,, 211 1 EA Vile- Vile- /1 d4iGt� t� _ $ /6� �' $ / /// Dollars �� and 11 Cents per EA _J — —1 1 -21 ITEM APPROX . DESCRIPTION OF ITEMS WITH BID ' UNIT PRICE : EXTENDED r , _ QTY UNIT PRICES WRITTEN` 'IN WORDS IN FIGURES ' , AMOUNT ADJUST SAN. SEWER SERVICE CLEANOUT TO GRADE, COMPLETE 14m-el/ace IIN PLACE. 0 n 212 1 EA Onn -A, -�.,tA Dollars v sir $ ct (1 _ /` X and ,eXU Cents per EA � ADJUST WATER VALVE TO GRADE, COMPLETE IN PLACE. 213 7 EA $ 0113 $ 0 Dollars cc ES ) and - 2- WO Cents per EA J ADJUST WATER METER TO GRADE, COMPLETE IN PLACE. 00 ' 214, 7 EA - 51,2, .� Dollars $ $ 7 - / D 010 and — 7, 9N0 Cents per EA RELOCATE AND ADJUST WATER METERS TO GRADE, COMPLETE IN PLACE. 215 9 EA /ZOO 74,...dtiod A.L.J - ;( dU { A Dollars $ 7)s- $ E - 7c - K / 0(' ` and ���0 Cents per EA vv�- REMOVE AND SALVAGE FIRE HYDRANTS, COMPLETE IN PLACE. (fl2 GO 216, 4 EA 7g,)0 / d -f - GGG�// Xlc--- ;wi Dollars $ $ / /oo. i and 7. 9v Cents per EA ADJUST OR RELOCATE FIRE HYDRANTS TO GRADE, COMPLETE IN PLACE 217 4 EA � ��"]7�� F p 7. _�� AJ Dollars $ i$ �V V 61) and 2 3" - Cents per EA 8" LIME STABILIZATION SUBGRADE, COMPLETE IN PLACE. 9_c_-- $ D5 218. 12,499 SY �/ , , $ Q 3 7 3, {�l/� -s--�� Dollars / / and / , /�'L.{/h.���.� --� I�}-t/lJl.� Cents per SY LIME (HYDRATED) (TYPICALLY 42 LBS /SY), COMPLETE IN PLACE. / / 219. 262.5 TON , , % (�1 -�.2 ,/-,�T'L� Dollars $ /610 $ l� 11t 2i and 2 O✓O Cents per TON 1 -22 S h'Y ITEM APPROX }� T EEMS WJTH BID -UNIT PRICE- ' , E XT E ND E D QTY UNIT t PRICES WRITTEN:` IN WORDS IN FIGURES ;` ' A 8" THICK CONTINUOUS REINFORCED CONCRETE PAVEMENT — ROADWAY WITH 6" INTEGRAL CURB, COMPLETE IN PLACE. 220. 11,629 SY l _ , • I, $ r70 $ aV (� 30 J7T .� �- Dollars 3� �� / • and -AVVCr 1, Cents per SY 8" THICK CONTINUOUS REINFORCED STAMPED CONCRETE PAVEMENT - ROADWAY, COMPLETE IN PLACE. 221, 34 SY $ - $ g� L� ✓)��G�XJ'T"L� Dollars 9(/. S/060- and `ZRN' 0 ` Cents per SY 6" THICK CONTINUOUS REINFORCED STAMPED CONCRETE PAVEMENT— MEDIAN, COMPLETE IN PLACE. 222. 67 SY Dollars $ $ � c .� g - -- s and - ZeN O Cents per LF 6" THICK CONTINUOUS REINFORCED CONCRETE PAVEMENT — DRIVEWAYS AND ALLEYS, COMPLETE IN PLACE. $ (f 223 721 SY `'( 1 � `� � $ �) • J `1 i ^ Xi Dollars / . % , and Z e O Cents per SY CONCRETE CONSTRUCTION JOINT — DRILL AND EPDXY GROUT 18" #4 BARS ON 12" CENTERS , COMPLETE IN PLACE. L,7 (J'C 224, 725 LF $ �l/VL Dollars $ 3 I sT and 70Y0 Cents per LF 4" THICK REINF. CONCRETE SIDEWALKS ADJACENT TO CONCRETE CURB, COMPLETE IN PLACE. ^^�� 225, 2,333 SY {,��1� CJV ??0 -- ° �+ \ Dollars $ $ 67 - and 7 en/ 0 Cents per SY � I 5' WIDE REINFORCED CONCRETE SIDEWALKS INTEGRAL WITH RETAINING WALL. (RETAINING WALL � ) n � PAID FOR SEPARATELY) COMPLETE IN PLACE. 226 907 SY * `+'I I Dollars $ 30 $ V 1 and '2_6v D Cents per SY �� 1 -23 ITEM APPROX, DESCRIPTION OF ITEMS WITH BID ' UNIT PRICE EXTENDED:- QTY .UNIT PRICES WRITTEN IN WORDS 1 " ;;iN FIGURES AMOUNT` REINF. CONCRETE RETAINING WALL INTEGRAL WITH CONCRETE SIDEWALKS, (SIDEWALK PAID FOR SEPARATELY) COMPLETE IN PLACE. 227 3,416 SF �( b.,1/4.4... $ .� $ C/U Jwty (� Dollars 0 2s - B5711(7° and 2 P- '-) Cents per SF FORMLINER FOR REINF. CONCRETE RETAINING WALL INTEGRAL WITH CONCRETE SIDEWALKS, (RETAINING WALL PAID FOR SEPARATELY) COMPLETE IN PLACE. 228. 3,416 SF 4-urv. Dollars $ 7 5 — $ // /, '� t/'d r 40:4 S J 9 b . and ,�.tA)�c Cents per SF INTEGRAL COLOR FOR REINF. CONCRETE RETAINING WALL INTEGRAL WITH CONCRETE SIDEWALKS, (RETAINING WALL PAID FOR SEPARATELY) COMPLETE 229 3,416 SF IN PLACE. $ 7 - 5 - - $ q j Dollars . 3Ti 1 and tJ (A_A- t 4741--' Cents per SF TXDOT SPREAD FOOTING RETAINING WALL "RW 1 (H) C (MOD) ", COMPLETE IN PLACE. n ' 230 5,768 SF d� p � ( � $09,f $ /i7% .� �.i Dollars and Cents per SF FORMLINER FOR TXDOT SPREAD FOOTING RETAINING WALL "RW 1 (H) C (MOD) ", (RETAINING WALL PAID FOR SEPARATELY) COMPLETE IN PLACE. 7S r?7 $ 231. 5,768 SF $ 7�O ' / / -- 44,4.4...} 'thC Dollars J and AiA)c4__J - 4 " Cents per SF INTEGRAL COLOR FOR TXDOT SPREAD FOOTING RETAINING WALL "RW 1 (H) C (MOD) ", (RETAINING WALL PAID FOR SEPARATELY COMPLETE IN PLACE. ., 232. 5,768 SF $ 1crg6a c�Q Dollars � . and )ei ---- -f Cents per SF TEMPORARY ASPHALT PAVEMENT (2" HMAC), COMPLETE IN PLACE. ,, n�� ^nnl 233 1,846 SY - 1 - 1A. cam Dollars $ �� C P) $ 4 9/8. c ,4 and O Cents per SY / -2d T,EM APPROX'- D ESCRIPTION OF ITEMS WI ''''0 NIT PR ICE TENDE : QTY UNI ; . 4A4210ES WRITTEN 1N WOS • iN FIGURES, ' EX AMOUNT TEMPORARY ASPHALT PAVEMENT (2" HMAC WITH 4" AGGREGATE BASE), CO PLETE IN PLACE. 234. 159 SY 1 — Dollars $ $ 8 74 and — 2t2g0 Cents per SY RAISED PAVEMENT MARKERS, CLASS C, TYPE W, COMPLETE IN PLACE. �,y,�� 235, 28 EA %Wr / Dollars $ // / $ SO 8 W and 1 2VO Cents per EA RAISED PAVEMENT MARKERS, CLASS C, TYPE I -0, COMPLETE IN PLACE. 236 6 EA $ S U 9° Dollars $ ..Alti'd and ___ Cents per EA RAISED PAVEMENT MARKERS, CLASS C, TYPE I -R, COMPL TE IN PLACE. 237 8 EA And 4 "'' v Dollars $ 5-- // $ / ?� , and ' Cents per EA ( D RAISED PAVEMENT MARKERS, CLASS C, TYPE II A -A, COMPLETE IN PLACE. C 238 948 EA Dollars $ 6 D ' / $ / 2 pU and Cents per EA 18" WHITE, SOLID TYPE I PAVEMENT MARKINGS, COMPLETE IN PLACE. 239 572 LF jL� I 4-wv — Dollars $� /� �� $ J 3 (�I� yU nd (l Cents per LF `� / o J� r PAVEMENT MARKING SYMBOLS, OMPLETE IN PLACE. t, 240. 4 EA 1//�G 7/T.A ►GGtf el Dollars $ UV $ (�v Q and 'LWc7 Cents per EA / TREE REMOVAL AND / DISPOSAL, COMPLETE IN PLACE. Z�►L 241, 77 EA Awl? FAil�l�l, .4 ' i9�j Dollars $ / $ and IWO Cents per EA 1 -25 17EM APPRO ;` DESCRIPTI6 O I "r' E MS WI TH BI !r UNIT.PRJCE EXTENDED , '.; • . QTY- UNJT , PRICES WRITTFN;IN WORDS "IN FIGURES AMOUNT TREE INSTALLATION, COMPLETE IN PLACE. 242. 6 EA d'Aktu 7/,y_0'd AAA4. Dollars $ - W $ / W and . 7 fv(7 Cents per EA L��D � ( - TURF ESTABLISHMENT, COMPLETE IN PLACE 243 5,092 SY IA/0 -(J Dollars $ $ (0 and / ' , — ;, Cents per SY -� ' �� 733, / REMOVE AND REPLACE METAL BEAM GUARD FENCE, COMPLETE IN PLACE. ,,, 244 332 LF C Q � , Y � l ��"'� -mot Dollars $ �" rJ J $ ' � n ���/ 0 and U Cents per LF C Y 1 G(/ INSTALL xDOT PR -1 RAILING, COMPLETE IN PLACE. 245 672 LF e/)"/ .— jAIAAL Dollars $,... (JU $ and ,7,-evo Cents per LF I REMOVE AND REPLACE 4 -FOOT WIRE MESH FENCE WITH WOOD POSTS TO MATCH EXISTING, COMPLETE IN PLACE. 246 140 LF $ (t-� $ � � /v Dollars / , _ J I/D /(�- and - 2 �D Cents per LF R IRRIGATION SYSTEM REPAIR /ADJUSTMENT, COMPLETE IN PLACE. 247 1 LS jk y � �1, ,,,,,�1 rr�� t/ L' -, .� T L�µ`Dt�l $ ' 13 c2OO l.� acv. and 1.G/° Cents per LUMP SUM REMOVE AND RESET TRAFFIC SIGNS, COMPLETE IN PLAC 248 6 EA <� /�Y��i G� 00 Dol lars $ ��v i $ 02/46, and 20V0 Cents per EA FURNISH AND INSTALL NEW TRAFFIC SIGNS, COMPLETE IN PLACE. °�./ 249 6 EA i / h , ,,�, vi �� V �/ (.30 $ (P ✓tivu^'� / - Dollars 8� 7 / 2 and 99VD Cents per EA I 1 -26 ITEM. APPROX DESCRIPTION OF ITEMS WITH BID ! ,UNIT PRICE EXT QTY ' L) NI T' t ; PRICES WRITTEN:IN WORDS_ ' 74M,C SIN FIGURES? UNf CONSTRUCT BARRIER FREE RAMP AT INTERSECTION, COMPLETE IN PLACE. 250, 19 EA 7L .1 Dollars $ V� /d) $ / /� and `Z.eA O Cents per EA CONSTRUCT BARRIER FREE RAMP AT ALLEY, COMPLETE IN PLACE. 251 2 EA E $ 0 (/l7 74 � _ Dollars C.' $ / 6 / SZ2, and ?t Cents per EA 4 -INCH THICK REINFORCED CONCRETE MOW STRIP AT SPREAD FOOTING RETAINING WALLS, COMPLETE IN PLACE. ,rn 252 255 SY .44 $ 6 vV $ �a �� -o. �`' Dollars and 2 WO Cents per SY TXDOT MODIFIED C411 CONCRETE RAIL ON SPREAD FOOTING RETAINING WALL, COMPLETE IN PLACE. 253, 550 LF V A & 7% 4,04/L1011 --,. Dollars 773 Cg2 $ ?c(5-0 a) and 290 Cents per LF , METAL BEAM GUARD RAIL TRANSITION, COMPLETE IN PLACE. 254 1 EA O � l -zais ce t U� 4 at I aN Dollars $ 4. $ / . and - 2-P.f f o Cents per EA / GROUT ABANDONED STORM SEWERS WITH FLOWABLE FILL, COMPLETE IN PLACE. ., 1 255. 280 CY I✓1 t, �/�, / Dollars $ Ti $ )7,7020. and 2 ?,r(� Cents per CY ` ' FURNISH /INSTALL12" RCP (CL III), COMPLETE IN PLACE. 301, 16 LF f —4(4)-0 Dollars $ Li C $ 7 and -2 e(/'0 Cents per LF p FURNISH /INSTALL 18" RCP (CL III), COMPLETE IN PLACE. 302, 537 LF 4 - 44 Dollars $ 1 7 l. $ s „ and w i C* 9 Cents per LF J. L 1 -27 ITEM APPRO ' EEESC W I T H BID , ` ` , : UNIT PRICE EXTENDED QTY UNIT i, PRICES WRITfEN-IN WORDS ' ' tN,FJGURES' " A FURNISH/INSTALL 21" RCP (CL III), COMPLETE IN PLACE. '7 303 251 LF -0hQ _Dollars $ ?� $ . (J s/ l� C 7 and () ffff Cents per LF FURNISH/INSTALL 24" RCP (CL III), COMPLETE IN PLACE. 304 401 LF '14;47 Dollars $ W 2 $ 734/8, U and P�v.. �A 02 �- f Cents per LF , FURNISH /INSTALL 30" RCP (CL III), COMPLETE IN PLACE. t 305, 191 LF 6,f -Z D ollars $ ff 1Q'" $ ic 6 and Cents p er LF FURNISH /INSTALL 36" RCP (CL III), COMPLETE IN PLACE. 306, 574 LF a e 7 , y { i - `64_ Dollars $ //9 D 4 / j �� $ 7 and '2 e'V d Cents per LF / f{J TRENCH SAFETY SYSTEM FOR STORM DRAINAGE CONSTRUCTION, COMPLETE IN PLACE. 307 1,970 LF $ / V // C/l1 Dollars / $ )) , 7 //"� >! and /.6V Cents per LF STORM /D`R-AIIN MANHOLE STRUCTURE, COMPLETE IN 'n-� , � _- ,44144Zi y {� ollars uv 308 1 EA $� �� � $ � 3c0.— / / and �.1Co Cents per EA TYPE 1 INLET, COMPLETE IN PLACE. 309 13 EA di W -11444-Cb i 4 Dollars $ ? V ?" $ W and 204' Cents per EA i 6,6, INLET EXTENSIONS FOR TYPE I INLET, COMPLETE IN PLACE. 310 21 EA a6 • ZL,ayt� ����� Dollars $ //0 `` �/ r 1 ` J $ y -- and aevo Cents per EA 1 -28 APPROX` :, ' DESCRIPTION OF ITEMS WITH g ld - UNIT PRICE EXTENDED IT QTY--;':::-.' , UNIT PRLCES WRITTEN IN WORDS; }z IN FIGURES � AMOUN.T I FURNISH AND INSTALL 2'X2' DROP INLET WITH CONCRETE CURB, COMPLETE IN P CE. 311, 1 EA ca �� ,1,.. - t�,, -ce uI -r kts $) 3 /b, $ ,2 3�a , and '2_,e Cents per EA FURNISH AND INSTALL 2'X2' DROP INLET, COMPLETE IN PLACE. OV 312. 1 EA �7�� C /, ��kla �.0(e „(, OhC d W4Dollars s c,) o — $ j � /Cvt and - 70/17 Cents per EA FURNISH AND INSTALL CONNECTION TO EXISTING STORM DRAIN MANHOLE, f3 OLLE, COMPLETE IN PLACE. 313, 1 EA �(.C. Dollars $40 4 $ 6(6 and '24 * Cents per EA FURNISH AND INSTALL 10” (SCHEDULE 40) PVC PIPE AND CONNECT TO EX. STORM PIPING, COMPLETE IN PLACE. J v d ) 314. 14 L F ,�{' • jJ� . / Dollars $ 2� $ — ��JJ� u (..�' JU .S-39\. and l �j . Cents per LF FURNISH AND INSTALL 14 -INCH GRATE INLET, COMPLETE IN PLACE. D `� /� R 1 315 1 EA Dib� i' 1 q ' ... (c�GLC@�ollars $ f 50 $ / 57� V im " and Z O'Yt0 l � Cents per EA 8" PVC WASTEWATER PIPE (SDR -35), COMPLETE IN PLACE. 401, 148 LF Dollars ? $ ^"'", �l � $ (0 ,a) 3 by and ,/•Hive, Cents per LF 1 — WASTEWATER MAINLINE CLEANOUT, COMPLETE IN ' PLACE. 402 1 EA J Dollars $ CI $ CrO and `7 CNO Cents per EA 1 -29 ' ' 1 A - P - PROX. DESCRIPTION OF ITEMS W1TH'13ID l UNIT PRICE: EXTENDED tTJ_M r , QTY E .UNIT 1 . PRIC WRITTEN:IN WORDS i'+ r � ,.: _ _.,- 1N:FIGURE .;: ‘ AMOUNT -:. .' CONNECT ION IN TO EXISTING P WASTEWATER MANHOLE, COMPLET 403, 1 EA )G -6 pi , Dollars $ 53 G- $ 3373 CIO and 2UT'O Cents per EA J (J SANITARY SEWER SERVICE, COMPLETE IN PLACE. 404, 1 EA Eryti 74,,. pQ '4.4 CID GAP Dollars $ � $ and '2- Cents per EA �)-C-- TRENCH SAFETY & SUPPORT - SAN. SEWER, COMPLETE IN PLACE. /-� 405, 148 LF /) $ J /, O /'_.;2 r v Dolars / $ b and VeA Cents per LF 8" PVC WATER PIPE, COMPLETE IN PLACE. 501, 70 LF G -� Dollars $ $ , / / V 7 �J G / c0 o and —20/0 Cents per LF 6" PVC WATER PIPE, COMPLETE IN PLACE. �`� 502, 75 LF _ ,� A/ D ollars $ _ 66.______ $ (1 Vv l� 7 �/1 and -2.e)( Cents per LF (� 12" GATE VALVE, COMPLETE IN PLACE. f 503 1 EA L& D i .0,,SQ.h d $ $ �.(�l�- Dollars � 4,00 r � and - 2-C/WO Cents per EA 8" GATE VALVE, COMPLETE IN PLACE.. , � �� n� CO 504, 1 EA a �- I S 0 4 jG!✓ .,.,, 14 1 Dollars $ CC $ and 28e0 Cents per EA 6" GATE VALVE, COMPLETE IN PLACE. 505 3 EA '-/ .i1L<,w. CiA2-( -7-4.4 Jd D o l lars $ ( 73S I $ (�s 1 i and -- 2 eV' 0 Cents per EA 1 -30 ITEM APPROX a DESCRIPTION OF ITEMS WIXTN BID,rr ` ' -UNIT PRICE EXTENDED Q Y , uNly, PRICES INKITTEN` N WORDS ° r "`: ' , IN FIGURES AMOUNT k '. CUT & PLUG EX. WATERLINE, REGARDLESS OF SIZE, COMPLETE IN PLACE CD Cu 506, 1 EA $ Z 7 / _ /� L 1�,�l� .e / �Cf Dollars 3(�S and '--2e-1/0 -� / Cents per EA CONNECT TO EX. 12" WATERLINE, COMPLETE IN PLACE. 507 2 EA 7[. )O l sa�.c1 7�y✓O __ tvolAi / Dollars $ j ! d $ q C/ o!1 and - 2.1.4 1- 0 Cents per EA of I CO NNECT TO EX. 8 �c WATERLINE, COMPL TE IN P ;CE. 508. 1 EA Ott /. �� 111Lt�Gl.f.C, j/lx. A . rs $ i V $ / OD and T7 Lip' v Cents per EA INSTALL FIRE HYDRANT AND VALVE ASSEMBLY, COMPLETE IN PLACE. 509, 3 EA –7-4/11.e--. ' ��� , / -- C//�� Dollars $ . - - 6 u o $/7C� and Cents per EA J (J (J(/ TRENCH SAFETY & SUPPORT – WATERLINE, COMPLETE IN PLACE. 510 229 LF O $ / /5 $ ,25—/.. J�O / �2 e , Dollars and 71.E Cents per LF 10" WATER MAIN LOWERING AT PAVING STA 25 +75, COMPLETE IN PLACE. 511 1 LS � I / � ��j _ / $ $ /. / f)?L Q , et4tJ= - Dollars and -2 e{/D Cents per LUMP SUM FURNISH AND INSTALL NEW 1" WATER SERVICE, COMPLETE IN PLACE. m / ��� .1, a� Dollars I s 4 c ---: 512. 2 EA $ �j� IC /(JU and "ievo Cents per EA / TRAFFIC SIGNAL INSTALLATION AT MACARTHUR BLVD. AND DEFOREST ROAD, COMPL TE IN P, ACE. 601, 1 EA / / � �// // u /� .,l 1,6i. i Ir: i d. 01...414 - *ollars $ c��C/V - '3,, 5 v . and 2 Cents per EA 1 -31 Apf ROX DESCRI O ITEM W }TI-I BID' g 1. 4 , ° UNIT. PRICE . EXTEND F Q fY } ; UNIT PRIC WRITTN`IN WORDS ` 04.Y.. 4: 1 ; �i FIG . " A tvI d UNT. " .. TRAFFIC COM SIGNAL IN P POLE E WITH 28 -FOOT MAST ARM, 602 1 EA J! ,aP ��`C „ sQ I t KJ�I Dollars $ 6 ,,,b1 — $ " �C7 and � Cents per EA I(/ (/j/ / TRAFFIC SIGNAL POLE WITH 32 -FOOT MAST ARM, CO P PLACE. LET IN 603, 1 EA � f,,. „Q _ $6 (f) $ / �j .Lt'lS�. Dollars ' � /fi („ � OD, and 2kXQ Cents per EA �1/ v/ TRAFFIC SIGNAL POLE WITH 36 -FOOT MAST ARM, COMPLETE IN PLACE. �I,.-� , r ( J� 1'7 604, 1 EA n d - 4 -Lat,Z J tdAdDollars $ 6 U goo, $ 6 9t , and 'LCel, Cents per EA TRAFFIC SIGNAL POLE WITH 44 -FOOT MAST ARM, COMPLETE IN PLACE. � 605 1 EA , YY,.,, O / / $7 $ 7 10-61* 0 / D ollars '" � '7vCJ 7 and �.€/r4-) Cents per EA PEDESTRIAN SIGNAL POLE, COMPLETE IN PLACE. 606. 2 EA .41L1 • I • �„�,i L Dollars $ l/ n UV ���� �D $ / ((7 t J • and __ Cents per EA TRAFFIC SIGNAL POLE FOUNDATION TYPE 24 -A, COMPLETE IN PLACE. 607 12 LF 7)110 14 ./ 0ii 444, -, Dollars $/ ?, $) 5�v and c?a Cents per LF TRAFFIC SIGNAL POLE FOUNDATION COMPLETE 608. 24 LF i ` $ 00 - AID Dollars 1 $ � and -zerD Cents per LF 1 TRAFFIC SIGNAL POLE FOUND ON TYPE 36 -A, COMPLETE IN PLACE. e 609, 28 LF ` y b t/� �� a.) 046 /T��'"` -""'�� Dollars $ $ 3-9,60, and 2eVO Cents per LF 1 -32 : r `.! * a r <. vi , ,I APPROX DESCRIPTION OF I,T fH BID UNIT PRICE E)TEND QTY UNIT PRICES WRITTEN N WORD 1N F IGURE S .AIV O JNT ' - I TRAFFIC SIGNAL CONTROLLER FOUNDATION, COMPLETE IN PLACE. C (01E i�Z�i itce( 'tl� '1ka h1 1 J 0. $ CV 610. 1 LS Dollars $/ J / 3 �0 , and Cents per LUMP SUM 3- SECTION SIGNAL HEAD WITH BACKPLATE, COMPLETE IN PLACE. 611, 8 EA (( � �a Lt) $ ego, $ 7 , and +-� 2-0 Cents per EA 5- SECTION SIGNAL HEAD WITH BACKPLATE, COMPLETE IN PLACE. 612 4 EA ^^ {/�,,,, !J� (�1G Dollars $/ /60 $ 69 - and - ZD Cents per EA PEDESTRIAN SIGNAL SECTIONS, COMPLETE IN PLACE. 613 8 EA 4,€A) -( ,,- .- $ W $ ii 3 < and ��C'X• Cents per EA PEDESTRIAN PUSH BUTTON AND SIGN ASSEMBLIES, COMPLETE IN PLACE. 614 8 EA 7 / L G „� . I � /J �{ C W CI and '?Z Cents per EA ►'vt�[ Dollars $ )60 , $ / OK ) � UNI- DIRECTIONAL OPTICOM DETECTOR, COMPLETE IN PLACE. �) ,,/ G , /� ,/ 615 1 LS yYU'X . h .�/1GGtwl�it(,d _ !77 Dollars Si 10 $ 6 o wv • C and 7 e Cents per LUMP SUM VIDEO IMAGING VEHICLE DETECTION SYSTEM, COMPLETE IN PLACE. � 616 1 LS - 14 ALL , - $ w- '�'WX.� , Dollars , 3 l � — � � � . and . 1-01 4 e 0 Cents per LUMP SUM 12 STRAND CORNING ANYLAN PRE - TERMINATED FIBER CABLE, COMPLETE IN PLACE. 617 1,067 LF °!/ _ , $ ! / �5 $ I D 71 Dollars I t 6 i and -- Mini ail- Cents per LF / 1 -33 I TEM A'PROX IOESCRIPTIOt4 OF MS 1TE WITH BID NIT RIC `U PE EX`fENDEgf QTY U NIT' PR ICES WRITT�N W 6Rt"3 _'. FIGUR ; 'AMOUNTt -) CONSTRUCT 2 -INCH PVC, SCHEDULE 40, CONDUIT, COMPLETE IN PLACE 0 $ �- r •� 618. 890 LF $ "�C Dollars 4 g 7q , and 7111 Cents per LF CONSTRUCT 4 -INCH PVC, SCHEDULE 40, CONDUIT, COMPLETE IN PLACE. 619. 85 LF Y/U�� $ '70 $ / �Q Dollars r , and ,.4.P/Ue# Cents per LF CONSTRUCT 4 -INCH PVC, SCHEDULE 40, CONDUIT BY OTHER THAN OPEN CUT (BORE), COMPLETE IN PLACE. F 620 360 LF Dollars $/1119 O U $ / 7 / pP/2) f Q and Cents per LF f Q�a GROUND BOX TYPE C, COMPLET= IN PLACE. 621 8 EA i a A. e / - 1` _ . Dollars $3-- (2f7 $ pC3 and `2eYD Cents per EA 3 CONDUCTOR (NO. 6) GAUGE WIRE, COMPLETE IN PLACE. 622, 210 LF .11410 $ ;12 $ (� Dollars 1 r and �J Cents per LF 1 CONDUCTOR (NO. 6) GAUGE BARE WIRE, COMPLETE IN PLACE. 623, 1,331 LF Dollars $ 7 7 $ / , O.� and ,aQpJ / - . Avai,.. Cents per LF 1 CONDUCTOR (NO. 8) GAUGE WIRE, COMPLETE IN PLACE. 624 975 LF 26'0 $ $ 7U) Dollars �� , Oa and ��)0.7 4100 Cents per LF 1 CONDUCTOR (NO. 12) GAUGE WIRE, COMPLETE IN PLACE. 625 3,880 LF —2e,e0 $ $ 470 7 �= Dollars 1/4 , and i j s — _� Cents per LF C 1 ' 1 -3-1 ITEM APPROX DESCRI 1W'J OF ITEMS WITH BID `UNIT PRICE �` EXPENDED QTY UNIT PRINCES WRITT�N:IN WORDS IN FIGURES �' AMOUNT OPTICOM CABLE, COMPLETE IN PLACE. 626 725 LF �j)e, Dollars $ /0 $ 5 and !NV Cents per LF VIDEO CABLE, COMPLETE IN PLACE. 627, 616 LF �/7Pj Dollars $ l 60 $ and tLtx/ Cents per LF POWER SERVICE AND PEDESTAL EQUIPMENT, COMPLETE IN PLACE. 628 1 EA d _ lJ , , +khctfd Dollars g 50-6 � $ J/ 2�t�f� and Cents s per EA /vV `T JVC/ FURNISH AND INSTALL MISCELLANEOUS SIGN ASSOCIATED WITH TRAFFIC SIGNAL MAST ARMS, COMPLETE IN PLACE. 629 1 LS 2 /f� / r Q ' Dollars $ /�� $ / '30 � and 2�a �1� . �LG Cents per LUMP SUM 5 CONDUCTOR (NO. 14) GAUGE WIRE, COMPLETE IN PLACE. 630 358 LF - y� Dollars $j /' $ /1 L and Cents per LF 7 CONDUCTOR (NO. 14) GAUGE WIRE, COMPLETE IN PLACE. (� 631 205 LF Dollars $/ ! �— $ ,2gy and Cents per LF 10 CONDUCTOR (NO. 12) GAUGE WIRE, COMPLETE IN PLACE. 632 160 LF Dollars $3 d3 $ %ay 82 and Cents per LF 20 CONDUCTOR (NO. 12) GAUGE WIRE PER TxDOT, COMPLETE IN PLACE. 633. 482 LF lour Dollars $ $ �/ )/'VV 1, and • Cents per LF QQ(( 1 -35 A ar C r t a _ ITEM APPROX a D ITEMS-WITH.. BID x' UNIT PRICE 1= XTEIVDED :, QTY UNlT „PRICES W JTTEN` WORDS' ° IN tAMOUNT FURNISH AND INSTALL UPS SYSTEM, COMPLETE IN PLACE 634, 1 EA � .� Q / $ 4/4-a.. .�t � l(h �tG({� $ C.> Dollars 7 / ( and Ck L7 Cents per EA FURNISH AND INSTALL ILLUMINATED STREET NAME SIGN ON TRAFFIC SIGNAL MAST ARM, COMPLETE IN PI4CE . � �,� 635 4 EA ` ,, ,,/ '� 4e / $ (J� $ � (N � I�W� -� ,G(U Dollars 0 2 1 2 /Z � 46 — y� / and ,-v` " Cents per EA TRAFFIC SIGNAL CONFIRMATION RED LIGHT WITH ENFORCEMENT PANEL IN CABINET, COMPLETE IN PLACE /� ',//. // 636, 4 EA t26 7ICKOt.t.cd - /LST $ �Q� D o ll ars /" U and 2 tom" O / Cents per EA CABINET MOUNTED COMMUNICATION EQUIPMENT, COMPLETE IN PLACE. C � 637, 1 LS ,t,OSa ia 77N01Gi Dollars $ 0)/j�� $ �0D, and 2P�t� Cents per LUMP SUM "v � / j TOTAL BASE BID PRICE (A) (Total of Items 101 thru 637): $ o� i O � KJ, 1 /6 3, TOTAL TANGIBLE PERSONAL PROPERTY: $ BID SUMMARY (A) TOTAL BASE BID, ITEMS 4101 THRU #637: $ � � D i 3 7 TOTAL CALENDAR DAYS: 300 (B) TOTAL CALENDAR DAYS X $1000.00 $ 300 000 , 0 0 BASIS FOR COMPARISON OF BIDS = A + B: $ c 1 1 � �o 7 3 1 -36 The bid with the lowest amount for A + B will be considered the low bid. The award of the contract amount will be on the basis of the base bid (A) only. NOTE: A TIME BID OF MORE THAN 400 CALENDAR DAYS SHALL BE CONSIDERED NON- RESPONSIVE AND WILL BE REJECTED 8. BIDDER agrees that all Work awarded will be completed within Calendar Days. Contract time will commence to run as provided in the Contract Documents. 9. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page 10. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 11. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON QC� ' 1E) Signature: PC9CCA-\U Z ` 7StQ E,S ■ DE N:7 1 -37 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF �TXItS COUNTY OF b S BEFORE ME, the undersigned authority, a Notary Public in and for the State of 'SEX AS' , on this day personally appeared AR - . `I; SE,Q who after being by me Name duly sworn, did depose and say: T 9E U am a duly authorized office /agent for "--�-~ ame 115CIC:) VAN 1 t•.16, and have been duly authorized to execute the Name of Firm _ foregoing on behalf of the said ] TAN 1 N ,� Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: — ITS EC Pt\ I 1 tJ Ca, Cx • 1 ct _ .1► I.5 Telephone: ari ' Bq "CM by: A--\� l \S , CM Title: / r K�9J ��i4 ' Signature: " -� SUBSCRIBED AND SWORN to before me the above named P - kUQ�S on this the a d ay of .. 20 \ ��.... " " ""'tt• Notary Public in and for the *tate of `� ( ,`' ME ,,,,,, R ' ° e • 001 A R al, OA 0 0 k S - t 0G F TEXP40 *.• • " *� . 0 •' 2 0 14 S ` ,. 1 -38 If BIDDER IS: An Individual By (Seal) (Individual's Name) doing business as Business address Phone No. A Partnership By (Seal) (Firth Name) (General Partner) Business address Phone No. A Corporation - By 11 c 1'AJ ■ C. Cc • N11 (Corporation Name) (State of Incorporation) BY ----- (Nam of person aut rtzed to sign) 010 (Corporate Sear Attest (Seerctart') Business address qIQ .g,' \! . 1/�.c5 rC" � tt Phone No • � • - A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1 -39 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. \I 1k\ • 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. iA‘c n 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1 -90 FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A,B,orCisYES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government office named in this section receiving or likely to receive taxable income from the filer of the questionnaire? 0 Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the loc.l•government officer named in this section AND the taxable income is not from the local governmental entity? 0 Yes �Q No C. Is the filer of this questionnaire affiliated with a corporation or other business entityJ.3tat the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes l No D. Describe each affiliation or business relationship. 6 ��--, 1 0 ) 7_G ! 1 Signature of person doing business with the govew en tal nti Date l 1 -41 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Tiseo Paving Company (Here insert full name and address or legal tide of Contractor) P. O. Box 270040, Dallas, Texas 75227 -0040 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company (Here insert lull name and address or legal title of Surety) One Hartford Plaza, T -4, Hartford, Connecticut 06155 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Coppell, Texas (Here insert full name and address or legal title of Ownerl as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5 %) of Amount of Bid Dollars (' 5 % ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHER EAS. the Princioal has submitted a bid for Deforest Road Reconstruction Project No. ST 05 -01 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 20th day of October, 2011 . Tiseo Paving Company (Principal) (Seal) (Witness Arthur Tiseo (ride) President Hartford Fire Insurance Company ( ,, l � , 5 �iES�I� %�.. • _. L (Sea!) tar (Witness) Kath een M. Irelan (Title) Attorney -In -Fact AIA DOCUMENT A310 • BID BOND • AIA ®• FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1 C I Printed on Recycled Papa. 9/93 Direct Inquiries /Claims to: THE HARTFORD PO WFR OP ATTORNEY P.O. BOX 210 OASYLUMAVENUE HARTFORD, CONNECTICUT 06115 call: 888 -266 -3488 or fax: 860- 757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35- 351225 X I Hartford Flre Insurance Company, a corporation duly organized under the laws of the State of Conytecticut X I Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X I Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut I Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana I Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois I Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana I Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ') do hereby make, constitute and appoint. up to the amount of unlimited: Robert Trobec, Kathleen M. Irelan, Ian J. Donald, Jeffrey A. Chandler, Alan P. Chandler & Chad Teague of Troy, MI their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surely(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � laav� �eW° �"L a III� a �ly„ 1:11117: /''v,v. c �. r �• : ,4 rr.... ,. 041 7' ' ,40 ../A a! SI la B'J w r• �$ Crj 3 �� � t�'�141s 'l , :„ ° , . auw i F t t �LD 7 2 I Y i • ♦n.J•J:,t�i . �r�'�� • r '�wo.t �'�.. . `t. a 11 <;i M. Ross Fisher, Assistant Vice President Scott Sadowsky, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ,oft E 44° _ •�.. • Scott E. Pasekn Notary Public CERTIFICATE My Commission Expires October 11, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Oc tober 2 0 , 2 01 1 . Signed and sealed at the City of Hartford. . Ity, . `Q .lU { N 1 .Y„ . : . m .,.. 9 1' , G. �' i r . r • C Y i 0 �°°" 0 , Jor p.,..,,4 � r �' : 1 ' #.0"" tiL1 I I ' - y� 71 �'•N,!�' P`h:v:ra. nit f• V s r0 i t.t i G 7 0'` I 79 9 N I \ r ad Are. , . . Vii` �+ ;;- f � r.' ''y, 9 . • $ 6 41.,. _.. �t i ; .. i f ..r l . �4uw• ♦-- \-. - Gary W. Stumper, Assistant Vice President PREVAILING WAGE RATES GENERAL DECISION: TX20100043 03/12/2010 TX43 Date: March 12, 2010 General Decision Number: TX20100043 03/12/2010 Superseded General Decision Number: TX20080043 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number Publication Date 0 03/12/2010 SUTX2004 -004 11/09/2004 Rates Fringes Air Tool Operator ..............$ 10.06 0.00 Asphalt Distributor Operator ... $ 13.99 0.00 Asphalt paving machine operator$ 12.78 0.00 Asphalt Raker ..................$ 11.01 0.00 Asphalt Shoveler ...............$ 8.80 0.00 Batching Plant Weigher ......... $ 14.15 0.00 Broom or Sweeper Operator ...... $ 9.88 0.00 Bulldozer operator ...........$ 13.22 0.00 Carpenter ......................$ 12.80 0.00 Concrete Finisher, Paving ...... $ 12.85 0.00 Concrete Finisher, Structures..$ 13.27 0.00 Concrete Paving Curbing Machine Operator ...............$ 12.00 0.00 Concrete Paving Finishing Maching Operator ...............$ 13.63 0.00 Concrete Paving Joint Sealer Operator .......................$ 12.50 0.00 Concrete Paving Saw Operator ... $ 13.56 0.00 Concrete Paving Spreader Operator .......................$ 14.50 0.00 Concrete Rubber ................$ 10.61 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 14.12 0.00 Electrician ....................$ 18.12 0.00 1 -42 Flagger ........................$ 8.43 0.00 Form Builder /Setter, Structures$ 11.63 0.00 Form Setter, Paving & Curb ..... $ 11.83 0.00 Foundation Drill Operator, Crawler Mounted ................$ 13.67 0.00 Foundation Drill Operator, Truck Mounted ..................$ 16.30 0.00 Front End Loader Operator ...... $ 12.62 0.00 Laborer, common ................$ 9.18 0.00 Laborer, Utility ...............$ 10.65 0.00 Mechanic .......................$ 16.97 0.00 Milling Machine Operator, Fine Grade .....................$ 11.83 0.00 Mixer operator .................$ 11.58 0.00 Motor Grader Operator, Fine Grade ..........................$ 15.20 0.00 Motor Grader Operator, Rough ... $ 14.50 0.00 Oiler ..........................$ 14.98 0.00 Painter, Structures ............ $ 13.17 0.00 Pavement Marking Machine Operator .......................$ 10.04 0.00 Pipelayer ......................$ 11.04 0.00 Reinforcing Steel Setter, Paving .........................$ 14.86 0.00 Reinforcing Steel Setter, Structure ......................$ 16.29 0.00 Roller Operator, Pneumatic, Self - Propelled .................$ 11.07 0.00 Roller Operator, Steel Wheel, Flat Wheel /Tamping .............$ 10.92 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 11.28 0.00 Scraper Operator ...............$ 11.42 0.00 Servicer .......................$ 12.32 0.00 Slip Form Machine Operator ..... $ 12.33 0.00 Spreader Box operator .......... $ 10.92 0.00 Tractor operator, Crawler Type.$ 12.60 0.00 Tractor operator, Pneumatic .... $ 12.91 0.00 Traveling Mixer Operator ....... $ 12.03 0.00 Truck driver, lowboy-Float ..... $ 14.93 0.00 Truck driver, Single Axle, Heavy ..........................$ 11.47 0.00 Truck driver, Single Axle, Light ..........................$ 10.91 0.00 Truck Driver, Tandem Axle, Semi - Trailer ...................$ 11.75 0.00 Truck Driver, Transit-Mix ...... $ 12.08 0.00 Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 14.00 0.00 Welder .........................$ 13.57 0.00 Work Zone Barricade Servicer ... $ 10.09 0.00 Unlisted classifications needed for work not included within 1 -43 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the IAFP! interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 -45 SECTION 2 CONTRACT DOCUMENTS T H E - C I T Y - O F N , u x s A 8 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of ____a1t,�2[h� in the year 2011 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and Oa (hereinafter called) CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the reconstruction of Deforest Road, extending from MacArthur Boulevard to Windsor Estates. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation and /or adjustment of water/ wastewater utilities, traffic signal work. the installation and /or adjustment related drainage, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 05 -01. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the DEFOREST ROAD RECONSTRUCTION PROJECT NO. ST 05 -01 Bid No. Q- 1011 -01 Article 2. ENGINEER. The Project has been designed by Burgess & Niple. Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2 -2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 300 Calendar Days from the date when the Contract time commences to run as provided in Item 103.2 of the General Provisions, and completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. For the purposes of this project, an incentive /disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive /disincentive as set forth in Item 1.6 of the Specific Project Requirements. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $ c2, 09(0 6,3.73. The total tangible personal property cost included in the contract sum is $ . Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on . the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. 2 -3 Contract Documents Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC- 105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities arc or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price. within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests. reports. and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 2 -4 Contract Documents Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions (pages 3 -2 thru 3 -10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Deforest Road Reconstruction - Project No. ST 05 -01 for the City of Coppell ". 8.8. Drawings (Construction Plans) entitled: "Deforest Road Reconstruction - Project No. ST 05 -01 for the City of Coppell ". 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Doc uments pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. 2 -5 Contract Documents Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on �C�.- 2011. OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard Coppell, TX 75019 BY: I�(� BY: - - TITLE: ►�� 1 r 10.A0.y_r TITLE: ArthurTiseo• President ATTEST: � ,1 _ _ 11.E .. AT TEST: 1, _ A , 1 + � 1 _ l .: • Address for giving notices: Address for giving notices: P.O. Box 9478 Texas 75019 Attn: Ken Griffin, P.E. .\ G Dir. of Engineering /Public Works (If OWNER is a public body. attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2 -7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance, which will be executed and bound here with final documents. See the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. • Contractors Insurance • Workers Compensation — As set forth in the Workers Compensation Act • Commercial General Liability - $1,000,000 Accident/Occurrence • Automobiles - $500,000 Combined single limit per occurrence • Owners Protective Liability - $600,000 /occurrence; $1,000,000 aggregate • "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage • Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate • Additional Insured — The owner shall be named as an additional insured on the Commercial General Liability (Public), Owners Protective Liability, and Excess/Umbrella Liability Policies furnished by the Contractor. See the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2 -8 Contract Documents DATE(MM /DD/YYYY) AC: ORI CERTIFICATE OF LIABILITY INSURANCE 11/29/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1- 248 - 828 -3377 CONTACT Jackie Wilson NAME: Valenti Trobec Chandler Inc. PHONE FAX (A/C. No. Extl: 248- 828 -3377 WO, No): 248 - 828 -3741 1175 West Long Lake Road ADDRESS: jwilson @vtcins.com Suite 200 PRODUCER Troy, MI 48098 CUSTOMER ID #: Jackie Wilson INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURERA: AMERISURE INS CO 19488 Tiseo Paving Company, Inc. INSURERB: AMERICAN GUAR Sr LIAB INS 26247 P.O. Box 270040 INSURERC: ZURICH AMER INS CO 16535 Dallas, TX 75227 INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 24215771 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVD (MM /DD/YYYY) (MM /DD/YYYY) A GENERAL LIABILITY CPP2079633 11 /01 /11 11/01/121 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL _ LIABILITY 'i PREMISES (Ea occurrence) 1 $ 300,000 _- CLAIMS -MADE !X OCCUR MED EXP (Any one person) ' $ 5,000 i X Blanket Add'1 Insureds PERSONAL &ADV INJURY I$ 1,000,000 X Waiver of Subrogation g � GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 2,000,000 X PRO- POLICY JFCT LOC A AUTOMOBILE LIABILITY CA2079632 11 /01 /11 11/01/12 COMBINED SINGLE LIMI $ 1,000,000 -- (Ea accident) X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ © HIRED AUTOS (Per accident) _ X NON -OWNED AUTOS $ X 'Blanket AI End't $ B X UMBRELLA LIAB X OCCUR AUC926299703 11 /01 /1], 11/01/12 EACH OCCURRENCE $ 10, 000, 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DEDUCTIBLE — $ X RETENTION $ 0 $ A WORKERS COMPENSATION WC2079634 11 /01 /11 11/01/12 X ORY LIMITS R AND EMPLOYERS' LIABILITY -- — Y / N ANY PROPRIETOR /PARTNER /EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER /MEMBER EXCLUDED? N N / A (Mandatory in NH) ! E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below C Leased /Rented Equipment MCP655579900 11 /01 /1i 11/01/12 Leased /Rented 250,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: #ST 05 -01, Deforest Road Reconstruction Certificate Holder, Its Agents and Employees are Named Additionally Insured as Required by Written Contract. Waiver of Subrogation Applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Coppell THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Dir of Engineering /Public Works ACCORDANCE WITH THE POLICY PROVISIONS. Attn: George S. Marchall, P.E. P.O. Box 9478 AUTHORIZED REPRESENTATIVE /� Coppell, TX 75019 / A// n � USA �yli ( �G�/dw,x�Gt—^ mtaylor © 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD 24215771 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limitations of the coverage form apply except as specifically stated below. Policy Number Agency Number Policy Effective Date CPP2079633 0125253 11/01/2011 Policy Expiration /Cancellation Date Date Account Number 11/01/2012 11/01/2011 Named Insured Agency Issuing Company TISEO PAVING COMPANY VALENTI TROBEC CHANDLER AMERISURE 1. SECTION 11 - WHO IS AN INSURED is amended to add as an insured any person or organization: a. Whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business; or b. Who is named as an additional insured under this policy on a certificate of insurance. However, the written contract, written agreement or certificate of insurance must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury ", "property damage ", or "personal and advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds, we will provide additional insured status as specified in this endorsement. 2. SECTION II - WHO IS AN INSURED is amended to add the following: If the additional insured is: a. An individual, their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. e. A trust, trustees are also insureds, but only with respect to their duties as trustees. 3. The insurance provided to the additional insured under this endorsement is limited as follows: a. That person or organization is only an additional insured with respect to liability arising out of: (1) Premises you own, rent, lease, or occupy; or (2) Your ongoing operations, unless the written contract, written agreement or certificate of insurance also requires completed operations coverage (or wording to the same effect), in which case the coverage provided shall extend to your completed operations for that additional insured. Includes copyrighted material of Insurance Services Office, Inc. CG 70 48 11 09 Page 1 of 3 Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or written agreement. Ongoing operations, as respects this provision, does not apply to "bodily injury" or "property damage" occurring after: (a) All work including materials, parts or equipment furnished in connection with such work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. The limits of insurance applicable to the additional insured are the least of those specified in the: (1) Written contract or written agreement; (2) Certificate of insurance; or (3) Declarations of this policy. The limits of insurance applicable to the additional insured are inclusive of and not in addition to the limits of insurance shown in the Declarations. c. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of this policy. d. If a written contract, written agreement or certificate of insurance as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional insured, to the extent that such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract, Agreement, or Certificate of Insurance that the terms of CG 20 10 11 85 apply (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 e. The insurance provided to the additional insured does not apply to "bodily injury ", "property damage ", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specifications; and (2) Supervisory, inspection, or engineering services. Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 48 11 09 f. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract, written agreement, or certificate of insurance requires that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc. CG 70 48 11 09 Page 3 of 3 Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents • PERFORMANCE BOND Bond No. 35BCSGB4254 STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company whose address is P.O.Box 270040, Dallas, TX 75227 hereinafter called Principal, and Hartford Fire Insurance Company , a corporation organized and existing under the laws of the State of Connecticut , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary ", in the penal sum of Two Million Ninety Six Thousand Four Hundred Sixty Three and 73 /100THS _ DOLLARS ($ 2,096,463.73 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D. 2011, which is made a part hereof by reference. for the construction of certain public improvements that are generally described as follows: Construction of the: Deforest Road Reconstruction Project No. ST 05-01 Bid No. Q- 0101 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and /or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency. then this obligation shall be void; otherwise, it shall remain in full force and effect. 10 Contract Documents PROVIDED FURTHER, that if any legal action be tiled on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 copies, each one of which shall be deemed an original, this the 21st day of November , 201 I . PRINCIPAL SURETY Tiseo Paving Company _ I.pftfo d Fire Insurance Company _ 1 ) t'��tf zyc Title: Arthur Tiseo, President Title: Kathleen M. Irelan, Attorney -In -Fact • ATTES . ATTEST: Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of noti and service of the process: NAME: William D. Birdsong 10000 N. Central Expressway, Ste. 1100, Dallas, TX 75231 ADDRESS: _ NOTE Late of Performarnce Bond nnrst he date of Contract. if Resident .=l gent is not corporation. give person's naive. 2-11 Contract Documents PAYMENT BOND Bond No. 35BCSGB4254 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY TI-IESE PRESENTS: That Tiseo Paving Company whose address is P.O.Box 270040, Dallas, TX 75227 hereinafter called Principal, and Hartford Fire Insurance Company , a corporation organized and existing under the laws of the State of Connecticut , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary ", in the penal sum of Two Million Ninety Six Thousand Four Hundred Sixty Three and 73 /100THS DOLLARS ($ 2,096,463.73 _ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned 'as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the _ of , A.D. 2011, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Deforest Road Reconstruction Project No. ST 05 -01 Bid No. Q- 1011 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and /or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any 2 -12 Contract Documents such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the "texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 copies, each one of which shall be deemed an original, this the 21st day of November , 2011. PRINCIPAL SURETY Tiseo Paving Company artfprd Fire Insurance Company /� �� B �� zCLjc_ .. _ 1. By: y: Arthur Tiseo, • rest • en Title: Title: Kathleen M. Irelan, Attorney -In -Fact ATTES , 1 ATTEST: C.L ✓�� J or Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: William D. Birdsong 10000 N. Central Expressway, Ste. 1100, Dallas, TX 75231 ADDRESS: _ NODE- Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name 2 -1 Contract Documents MAINTENANCE BOND Bond No. 35BCSGB4254 STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo Paving Company P.O.Box 270040, Dallas, TX 75227 as Principal, and Hartford Fire Insurance Company , a corporation organized under the laws of Connecticut , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell , a Municipal Corporation, Texas, the sum of Two Million Ninety Six Thousand Four Hundred Sixty Three Dollars and 73 /100THS Cents (S 2,096,463.73 ), for the payment of which sum will and truly be made unto said Tiseo Paving Company , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said Tiseo Paving Company has this day entered into a written contract with the said City of Coppell to build and construct Deforest Road Reconstruction, Project - No. ST 05 -01, Bid No. Q- 1011 -01, which contract and the plans and specifications therein mentioned, adopted by the _ City of Coppell are hereby expressly made a part thereof as through the same were written and embodied herein. WIIEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and /or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. Et being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Coppell shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any mariner affected from any cause during said time. 2 -14 Contract Documents IN WITNESS WHEREOF, the said Tiseo Paving Company has caused these presents to be executed by and the said Hartford Fire Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Kathleen M. Irelan has hereunto set his hand, the 21st day of November , 20 11 . PRINCIPAL SURETY Tiseo Paving Company HartfotLFire Insurance Company By: — B ) . Title: Arthur Tiseo, President Title: Kathleen M. Irelan, Attorney -In -Fact WITNESS: ATTEST: I mil. � • // NOTE: Dale of Maintenance Bond must not be prior to date of Contract 2 -15 Contract Documents Direct Inquiries /Claims to: P OWER OF ATTORNF THE HARTFORD BOND, T -4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD. CONNECTICUT 06115 call: 888 - 266 -3488 or fax: 860 - 757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35- 351225 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut y 1 X I Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ") do hereby make, constitute and appoint, up to the amount of unlimited: Robert Trobec, Kathleen M. trelan, Ian J. Donald, Jeffrey A. Chandler, Alan P. Chandler & Chad Teague of Troy, MI their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perforrnance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further. pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ) y Tr u �j +-Ni 5 Y. 0 i T T >. i. � _711 • - II ; 'N " •.' a o'_ k * W°°" '4. r \ fir. r • . W 4 + ...... - • :' ,/ ��. y 979 c ir • , h, Y: /' a'b'.!,>, , • -4 '.+ x • . '� • 4" ` � ° ,rs- �' YS • M. Ross Fisher, Assistant Vice President Scott Sadowsky, Assistant Secretary STATE OF CONNECTICUT Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like E. Paseka authority. / E.p ' !7 4 j �f� � 91 alaurq , ,i_ u `il ._: - • tie tt a ad Sco f Notary Public CDOlt-ICAI0 My Commission Expires October 31. 201 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 21 2011 Signed and sealed at the City of Hartford. w 71'r �b11b1} a lt I 'i 0----i W ,; / z,>a j. ♦o• ! .'S f%1 . i 9 """'" l e s i r $ � f 0.: • - , r p ' i .'" .:%%/ � ^ a /9/9 d ` ..i i - ., y ' , R ... x +`t 1 q •.a5 '�.,. . f/ % ( _, a , Lt.' t - { _ y Gary W. Sturnper, Assistant Vice President IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja. You may contact your agent. Puede comunicarse con su agente. You may call Hartford Insurance Group at the to free telephone number for information or to Usted puede Ilamar al numero de telefono make a complaint at:, gratis de The Hartford Insurance Group para indormacion o para someter una queja al 1- 800 - 392 -7805 1- 800 - 392 -7805 You may also write to The Hartford: Usted tambien puede escribir a The Hartford. The Hartford The Hartford Hartford Financial Products 2 Park Avenue, 5 Floor Hartford Financial Products New York, New York 10016 2 Park Avenue, 5 Floor 1 -212- 277 -0400 New York, New York 10016 1- 212- 277 -0400 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas coverages, rights or complaints at: g para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1- 800 -252 -3439 1- 800 - 252 -3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714 -9104 Austin, TX 78714 -9104 Fax Number (512) 475 -1771 Fax Number (512) 475 -1771 Web: http: / /www_tdi.state.tx.us Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 RECLAMOS: you have a dispute concerning your Si tiene una disputa concerniente a su premium or about a claim you should prima o a un reclamo, debe comunicarse contact the agent first. If the dispute is not con su agente primero. Si no se resuelve la resolved, you may contact the Texas disputa, puede entonces comunicarse con Department of Insurance. el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso This notice is for your information only and es solo para proposito de informacion y no does not become a part or condition of the se convierte en parte o condicion del attached document. documento adjunto. F- 4275 -1, ./TX4275 -1 HR 42 H006 00 0807 SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E - G[ T Y - O F u" COPPELL CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 Engineer The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer Wherever the word 'Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Burgess & Niple, Inc., 11117 Shady Trail, Dallas, TX 75229. Calendar Day Add the following sentence to the end of the working days definitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54 /hr. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3 -2 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC- 103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC- 103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC- 103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC- 103.4.7a Add the following new item: 103.4.7a Burgess & Niple, Inc. shall be included as an "Additional Insured" on all project liability insurance." 3 -3 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC- 104.2.1 104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 105.1— CONTRACT DOCUMENTS SC- 105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC- 105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies ". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: Geotechnical Engineering Study by Alpha Testing, Inc, May 2009 (see Appendix "A "). The Contractor may take borings at the site to satisfy himself as to subsurface conditions. 3 -4 Standard Specifications Supplementary Conditions ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC- 105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years ". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC- 107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." 3 -5 Standard Specifications Supplementary Conditions ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC- 107.14 Delete Item 107.14 and substitute the following in lieu thereof: 107.14 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to 3 -6 Standard Specifications Supplementary Conditions the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC- 107.23.2a Add the following new Item 107.23.2a immediately after Item 107.23.2: 107.23.2a Existing Utilities and Sewer Lines The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1— PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor ". 3 -7 Standard Specifications Supplementary Conditions ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the proj ect." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 — . SITE PREPARATION 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 203.7 - EMBANKMENT 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." 3 -8 Standard Specifications Supplementary Conditions DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. ITEM 303.5 - CONSTRUCTION METHODS 303.5.4 Joints 303.5.4.2 Expansion Joints: Replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. 303.5.4.2.3 Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer ". 303.5.4.3 Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." 303.5.6 Finishing. 303.5.6.1 Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." 303.5.6.2 Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." 3 -9 Standard Specifications Supplementary Conditions DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL 504.2.3.3.3 Additional Requirements (2) Additional Requirements for Type "B" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting maybe used only with specific written permission of the Engineer." ITEM 504.5 - EMBEDMENT 504.5.3.2 Compaction. 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 — . SLOPE AND CHANNEL PROTECTION 803.3.3 Riprap Construction Methods 803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387 -83." 3 -10 Standard Specifications Supplementary Conditions SECTION SPECIFIC PROJECT REQUIREMENTS T H E• C I T Y- 0 F C , A I SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4 -2 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.2a CONSULTING ENGINEER: Wherever the word 'Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Burgess & Niple, Inc., 11117 Shady Trail, Dallas, TX 75229. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work shall consist of the reconstruction of DeForest Road extending from MacArthur Boulevard to Windsor Estates. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, traffic signals at MacArthur Blvd. and DeForest road, left turn bay within MacArthur Blvd., the installation of related drainage, water and sanitary sewer improvements and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 05 -01. 1.6 EXPLANATION OF CONTRACT TIME: In the event the Contractor completes the contract prior to the expiration of the Original Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value amount specified in Item 19 of the Instructions to Bidders in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and subject to the conditions set forth below. The term "Original Contract Time" as used herein will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to 4 -3 Specific Project Requirements the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time so that such extended Original Contract Time, will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time, the Owner shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time. 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, 4 -4 Specific Project Requirements causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all - inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non - election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and 4 -5 Specific Project Requirements protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL INVESTIGATION: A geotechnical investigation report has been prepared and is included within the Appendix of this document. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items. 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch payable to the 4 -6 Specific Project Requirements Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. 4 -7 Specific Project Requirements In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item I -48 — Traffic Control. 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 CLEANUP: During Construction The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the 4 -8 Specific Project Requirements job site when it becomes objectionable or interferes with the progress of the project, and /or when requested to do so by the Owner. Final Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and /or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor at no additional cost to the City. 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and /or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4 -10 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re- submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a \coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4 -11 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -12 Specific Project Requirements SECTION S DESCRIPTION OF PA Y ITEMS T H E - C[ T Y- O F C OFFELL A S SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal of spoils, (b) water for construction, (c) surveying to establish grade, (d) sprinkling for dust control, (e) project trailer if needed, (f) any other incidentals necessary to complete the work. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, unless modified by these Special Provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006 - 1129), Appendix "C" of City of Coppell Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) and any applicable TxDOT specifications together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Items #101 Mobilization: This pay item shall consist of actual cost: a. Bonds and insurance b. Pre - Construction Video and Pictures c. Transportation and setup for equipment d. Transportation and /or erection of all field offices, sheds and storage facilities e. Salaries for preparation of submittals required before the first payment request f Salaries for field personnel assigned to the project related to the mobilization of the project. g. Mobilization may not exceed 5 percent of the total contract amount h. Cost for mobilization may be submitted only for work completed. Note: The total amount bid for Mobilization shall not exceed five percent (5 %) of the Base Bid amount, exclusive of this pay item. Measurement and Payment shall be as follows: Ten percent (10 %) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. No extra pay Section 5 page 2 Description of 'Pay Items is allowed for remobilization or mobilization of subcontractors. Payment is for one time move in for the project. Pay Item #102 Traffic Control: This pay item shall consist of the design and placement of the required traffic control devices in accordance with the approved traffic control plan and TMUTCD latest edition. The Contractor shall submit a traffic control plan prepared by a licensed professional engineer in the state of Texas for City approval that meets the requirements described in the construction phasing plans for the project as a whole and for the various phases. Two -way traffic shall be maintained on the roadway at all times except where specified on Traffic Control Plans. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the plan has been approved. The Contractor will be allowed to close one lane or a portion thereof of Deforest Rd. between MacArthur Blvd. and Allen Road. The direction of traffic shall be east bound exiting Allen Road. Sufficient notification shall be made to the Coppell Fire & Police Departments as well as garbage collection and mail service. The Contractor shall maintain two -way traffic between Allen Road and Windsor Estates through means allowed in the Texas MUTCD (ie. Temporary traffic signal or temporary asphalt). Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for preparing traffic control plan, placing barricades and signs and for furnishing all other materials, tools, street markings, temporary traffic signals, changeable message boards, flagmen, equipment, labor, and any other incidentals necessary to implement the traffic control plan and maintain two -way traffic during construction of the project. Payment for this item shall begin on the first payable monthly construction estimate after barricades, signs and traffic handling devices have been installed in accordance with the traffic control plan. Monthly payment based on the calendar days bid shall be made each succeeding month for this item provided the barricades, signs and traffic handling devices have been installed and maintained in accordance with the traffic control plan until the contract amount has been paid. Failure to complete the scheduled work in the bid time will not increase this pay item. Pay Item #103 ROW Preparation: This pay item shall consist of the preparation of the existing right -of -way for construction as required by the plans and specifications. It will include the area between the right -of -way limits, additional areas beyond the right -of -way such as temporary construction, slope, and drainage easements, and any other easements shown on the plans. Work shall be in accordance with NCTCOG Item 203 and shall include, but not be limited to: all obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation, logs, trash concrete, asphalt, fences, structures, signs, foundations, lumber, scrap metal, abandoned appliances, abandoned utility pipes or conduits and any other items not included as pay items elsewhere in the contract documents, or identified in NCTCOG Section 203.3, but necessary for the preparation of the rights -of -way and /or permanent or temporary easements for construction. Mailboxes other than brick or stone mailboxes shall be relocated or replaced by the Contractor and shall be considered subsidiary to construction of the project. This item shall also include the protection of any trees, shrubs, fences, structures, mailboxes, signs or other items that are to be preserved and /or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. All material and debris removed as described above shall become the property of the Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the Engineer Section 5 page 3 Description of 'Pay Items and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and /or photograph the existing right -of -way prior to construction. Payment shall be made on the basis of the price bid per station (STA). This item shall be measured along the centerline by the '100' foot station basis regardless of the width of the right -of -way or easement. Payment shall not exceed 10% of total amount requested. Payment shall be total compensation for providing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. If this pay item exceeds 10% of the total project cost, exclusive of this pay item, then any amount over the 10% will not be paid until the final payment. Pay Item #104 Prepare and Implement SWPPP: This pay item is subject to the Texas Commission on Environmental Quality (TCEQ) requirements for construction projects. Under the Texas Pollution Discharge Elimination System general construction permit (TXR 150000) an operator of a construction site that will disturb one (1) or more acres is required to obtain a permit for the discharge of storm water runoff. The contractor shall be required to develop and implement a site specific Storm Water Pollution Prevention Plan (SWPPP) and submit a Notice of Intent to the TCEQ as part of the permit. Any rock filter dams, silt fencing, inlet protection, or other type of erosion control are subsidiary to pay item #104. The SWPPP must describe and ensure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and ensure compliance with the terms and conditions of the permit. A Texas Registered Professional Engineer must sign and seal the erosion control plan submitted as part of the SWPPP. The erosion control plan in the plans set should not be considered as a final SWPPP. If used by the contractor, then it also must be signed and sealed by a Texas Registered Profession Engineer representing the contractor. The SWPPP shall be subject to approval by the Owner and must be retained on site during the term of the construction. The Contractor shall submit a Notice of Termination upon completion of the project. Contractor shall submit plan on behalf of contractor and owner as joint operators on task. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWPPP. This includes any necessary revisions to the erosion control plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction and removal of erosion control measure when the project is complete. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. Pay Item #105 Project Signs: This pay item shall consist of the installation of a project sign on each end of the project. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work and maintaining sign throughout project. Pay Item #201 Unclassified Excavation (Roadway): This pay item shall consist of the roadway excavation of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Excavation shall include all materials encountered regardless of their nature or of the manner in which they are removed. Work shall be in accordance with NCTCOG Items 203.4. Section 5 page 4 Description of 'Pay Items This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.4, and shall be total compensation for furnishing and /or operating all labor, hauling, disposal, materials, tools, equipment and other incidentals necessary to complete the work. Any damage to existing improvements and /or property, including manholes, underground utilities, utility service lines, valves, valve boxes, etc. as a result of the CONTRACTOR's performance of this work shall be repaired in a timely manner by the CONTRACTOR, at his sole expense. Pay Item #202 Unclassified Compacted Earth Fill: This pay item shall consist of the furnishing, placement, and compaction of all suitable fill material to the established grade and to the shape of the cross - section as shown in the plans. Fill material shall be Owner approved borrow and site - excavated material (not all site excavated material may be suitable for embankment). Work shall be in accordance with NCTCOG Items 203.6. This is a " plans quantity measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.6, and shall be total compensation for furnishing and /or operating all labor, hauling, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item #203 Remove and Dispose of Asphalt Pavement: This pay item shall consist of the saw cut, removal, and disposal of the existing asphalt pavement to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The roadway improvements shall be constructed in phases and the removal of the asphalt pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the asphalt is to be removed, the asphalt shall be saw cut full depth to avoid damage to that portion of the asphalt to remain in place. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. The Contractor and the Owner's representative shall measure the asphalt pavement prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. This item does not include the removal of any asphalt constructed for detours, construction phasing, temporary asphalt placed by the Contractor during construction or traffic control. It only includes removal of existing asphalt prior to construction beginning. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #204 Concrete Removal: This pay item shall consist of the saw cut, removal, and disposal of concrete sidewalks, driveways, pavement, curbs and riprap as designated and to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 203. Where only a portion of the existing concrete is to be removed, the concrete shall be sawcut full depth and removed to the saw lines as shown in the plans. Removal of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The limit of pay shall only be to the original saw line. The Contractor and the Owner's representative shall measure the concrete items prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the owner, and is responsible for locating a suitable disposal site. Section 5 page 5 Description of 'Pay Items Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #205 Removal, Resetting or Replacement Existing Brick or Stone Mailboxes: This pay item shall consist of the removing, resetting and or replacement of existing brick or stone mailboxes in the project area. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #206 Remove Existing Concrete Pipe (Pipe < =24 "): This pay item shall consist of the removal and disposal of existing storm drain pipe, regardless of material type, in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the existing storm drain pipe prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per linear foot (U) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #207 Remove Existing Concrete Pipe (Pipe >24 "): This pay item shall consist of the removal and disposal of existing storm drain pipe, regardless of material type, in the locations as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor and the Owner's representative shall measure the existing storm drain pipe prior to removal. The Contractor shall not stockpile removed material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Measurement and Payment shall be made on the basis of price bid per linear foot (U) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #208 Cut and Plug Existing Storm Sewer Line: This pay item shall consist of cutting and plugging existing storm drain pipe at the locations delineated in the plans regardless of pipe size or material type. Measurement and Payment shall be made on the basis of each (EA) cut and plug completed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #209 Remove Existing Drainage Inlet: This pay item shall consist of the removal and disposal of the existing inlets, regardless of size and type, as shown in the plans. Work shall be in accordance with NCTCOG Item 203. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. Section 5 page 6 Description of 'Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) inlet removed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #210 & 211 Adjust Existing Sanitary Sewer Manhole or Cleanouts to Grade: This pay item shall consist of adjusting existing sanitary sewer manholes and mainline cleanouts which are to remain in service, to grade. This item shall be full compensation for adjustment regardless of type of manholes or cleanouts, actual limit of adjustment, or method used to make adjustment. Measurement and Payment shall be made on the basis of price bid per each (EA) manhole rim or cleanout rim adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #212 Adjust Existing Sanitary Sewer Service Cleanout to Grade: This pay item shall consist of adjusting existing sanitary sewer service cleanouts, which are to remain in service, to grade. Any adjustment shall be per City of Coppell Standard Construction Details and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) sanitary sewer service cleanout adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work Pay Item #213 Adjust Existing Water Valves to Grade: This pay item shall consist of adjusting existing water valves, which are to remain in service, to grade. Work shall be in compliance with the City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) water valve adjusted to grade and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #214 Adjust Existing Water Meter to Grade: This pay item shall consist of adjusting existing water meters to grade and replacing the existing meter box with new box and new setter. Grade adjustments to residential or commercial water meter boxes shall include adjusting the correct size meter to within 8" of the top with new setter and new meter box per City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per each (EA) water meter adjusted to grade and shall be total compensation for furnishing all materials, new setter and new meter box, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #215 Relocate and Adjust Existing Water Meter to Grade: This pay item shall consist of relocating and adjusting existing water meters to grade. Relocation and adjustments to residential or commercial water meter boxes shall also include adjusting the correct size meter to within 8" of the top with new setter and new meter box per City of Coppell Standard Construction Details (4050) and all applicable NCTCOG Specifications. Section 5 page 7 Description of 'Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) water meter relocated and adjusted to grade and shall be total compensation for furnishing all materials, new setter and new meter box, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #216 Remove and Salvage Fire Hydrant: This pay item shall consist of carefully removing, cleaning and delivering the existing fire hydrants to a location designated by the City of Coppell. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant removed and salvaged and shall be total compensation for furnishing all materials, tools, equipment, labor, hauling and any other incidentals necessary to complete the work. Pay Item #217 Adjust or Relocate Fire Hydrant to Grade: This pay item shall consist of adjusting or relocating existing fire hydrants to grade. Any relocation of fire hydrants shall be made per City of Coppell Standard Construction Details (4120). This item shall include all necessary pipe, fittings, blocking, and other appurtenances necessary to adjust or relocate the fire hydrants. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant relocated and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #218 8 -Inch Lime Stabilization Subgrade Treatment: This pay item shall consist of treating the top 8 inches and the full width of subgrade by pulverization, addition of 7% hydrated lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Full width shall be that distance from l' behind the back of curb on each side of roadway to F behind the median where medians are proposed. Subgrade shall be constructed to the lines and grades as required by the plans and specifications. Work shall be in compliance with NCTCOG Item 301.2. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #219 Hydrated Lime: This pay item shall consist of the hydrated lime required for the lime treatment of the top 8 inches and the full width of subgrade. Full width shall be that distance from 1' behind the back of curb on each side of roadway to F behind the median where medians are proposed. The lime shall be placed in a slurry form at the minimum rate of 7% hydrated lime (by dry soil weight). Work shall be in compliance with NCTCOG Items 301.2. Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #220 8 -Inch Thick Reinforced Concrete Pavement with 6 -Inch Integral Curb: This work includes the construction of 8" thick reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive Section 5 page 8 Description of 'Pay Items strength of 3,600 psi at 28 days. NO FLY ASH will be permitted. All concrete, except for City approved "leave outs ", shall be placed with a self - propelled paving machine. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be spaced a maximum of 15 -18 feet apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and Payment for work performed and materials furnished related to the construction of 8" thick reinforced concrete pavement shall be made on the basis of the price bid per square yard (SY), in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item #221 8 -Inch Thick Reinforced Stamped Concrete Pavement - Roadway: This pay item shall consist of the furnishing and placing of stamped reinforced concrete pavement to the specified depth at the crosswalks shown on the plans. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG Item 303 and with the City of Coppell Standard Construction Details (2185 -1) Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #222 6 -Inch Thick Reinforced Stamped Concrete Pavement - Median: This pay item shall consist of the furnishing and placing of stamped reinforced concrete within the median. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG Item 303 and with the City of Coppell Standard Construction Details (2185 -1) Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray - Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Measurement and Payment shall be made on the basis of price bid per square yard (SY) for the specified depth and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Section 5 page 9 Description of 'Pay Items Pay Item #223 6 -Inch Reinforced Concrete Driveways and Alleys: This pay item shall consist of the construction of concrete driveways as shown on the plans. All concrete for construction shall be Class "C " concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG Item 303. Those drives called out for in the plans for removal, salvage and storing of brick paver driveway shall be paid for under this pay item. Contractor to construct concrete drive and reinstall brick pavers. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #224 Reinforced Concrete Pavement Street Headers: This pay item shall consist of the installation of concrete street headers at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2070) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #225 4 -inch Thick Reinforced Concrete Sidewalk Adjacent To Curbs: This pay item shall consist of the construction of a 4 -inch thick concrete sidewalk built adjacent to curbs in the locations as shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. NO FLY ASH shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All sidewalks next the roadway curbs or inlets shall be connected with sidewalk lug per City of Coppell standard details. Sidewalks adjacent to spread footing retaining wall shall be connected with sidewalk lug per City of Coppell standard detail. The cost for sidewalk lug construction shall be subsidiary to the price bid, no separate payment allowed for sidewalk lugs. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details (2170) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Integral curbs shall be paid for separately under appropriate pay item. Pay Item #226 Reinforced Concrete Sidewalk Adjacent To Retaining Wall (Retaining Wall Paid For Separately): This pay item shall consist of the construction of a 5 -foot wide concrete sidewalk built adjacent to retaining walls (non- spread footing type) in the locations as shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. NO FLY ASH will be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All sidewalks next the roadway curb shall be connected with sidewalk lug per City of Coppell standard details. All sidewalk construction shall be in Section 5 page 10 Description of 'Pay Items compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in non - compliance shall be removed and brought to compliance at the Contractor's expense. Work shall be in compliance with the City of Coppell Standard Construction Details (2170 & 2180) and all applicable NCTCOG Specifications. All sidewalks adjacent to curbs and inlets shall be installed with j oint lug to curb or inlet. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Retaining walls shall be paid for separately under appropriate pay item. Pay Item #227 Reinforced Concrete Retaining Wall Integral with Sidewalks (Sidewalk Paid For Separately): These items shall consist of the complete in place construction of Retaining Walls Integral with Sidewalk per City of Coppell Design Standards, and shall be constructed as shown on the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. NO FLY ASH will be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Work shall be in compliance with the City of Coppell Standard Construction Details (2180) and all applicable NCTCOG Specifications. Measurement and Payment shall be made on the basis of price bid per square foot (SF) of exposed vertical wall face toward the sidewalk side and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, forms and backfill. Sidewalks adjacent to the retaining wall shall be paid for separately under appropriate pay item. Pay Item #228 Addition of Form Liner to Pay Item #227 - Reinforced Concrete Retaining Wall Integral with Sidewalks. (Retaining wall paid for separately): This item shall consist of the addition of a form liner as specified below to the form of the retaining wall. Form liner shall be placed on all exposed vertical faces. Top of form shall have an ordinary surface finish. Vertical face finish shall be per TxDOT Specification Item 427.4d "Form Liner Finish ". Form liner shall be installed per manufacturer recommendations, including proper release agent, aggregate size and any necessary admixtures. Contractor shall pour concrete in 18" lifts & vibrate concrete in each lift. Contractor shall supply a sample mock -up prior to installation. Contractor shall take all necessary precautions to avoid air bubbles on the final finish. The City reserves the right to modify the finish of the form liner prior to installation. For bidding purposes the form liner shall be Greenstreak Sierra Dry Stack No. 439 or approved equal. Top row of "stacked stone" shall be of the larger height variety as best as possible. There shall be No visible joint lines except for vertical expansion joints. Greenstreak's "Suggested Proprietary Master Specification Architectural Concrete Form Liner" shall be made a part of this specification, or approved equal. Measurement and Payment shall be made on the basis of price bid per square foot of exposed vertical face and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, forms and backfill. The retaining wall shall be paid for separately under appropriate item. Pay Item #229 Addition of Integral Color to Pay Item #227 - Reinforced Concrete Retaining Wall Integral with Sidewalks. (Retaining wall paid for separately): This item shall consist of the addition of integral color to the concrete. Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal), sealed with a penetrating sealer. Section 5 page 11 Description of 'Pay Items Joint Sealant shall match the color used in the colored pavement. The City reserves the right to modify the color used prior to placement of concrete. Measurement and payment shall be made on the basis of price bid per square foot and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The retaining wall shall be paid for separately under appropriate item. Pay Item #230 TXDOT Spread Footing Retaining Wall "RW 1 (H) C (MOD)" This item shall consist of the complete in place construction of a spread footing retaining walls per standard detail "RW I (H) C (MOD)" provided in the plans set. Item 228A is a bid alternate to install the wall with a formliner pattern, pattern to be chosen by the City of Coppell prior to construction. All concrete for construction shall be Class "C" having a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH will be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All fence removal, repair, temporary fencing, reinstallation of existing fencing or replacement of fencing shall be considered subsidiary to construction and no separate pay item is provided. Measurement and Payment shall be made on the basis of unit price bid per square foot (SF) of vertical wall face above the footing to top of wall. Payment shall be total compensation for furnishing all materials, tools, forms, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item #231 Addition of Form Liner to Pay Item #230 - TXDOT Spread Footing Retaining Wall "RW 1 (H) C (MOD) ". (Retaining wall paid for separately): This item shall consist of the addition of a form liner as specified below to the form of the retaining wall. Form liner shall be placed on all exposed vertical faces. Top of form shall have an ordinary surface finish. Vertical face finish shall be per TxDOT Specification Item 427.4d "Form Liner Finish ". Form liner shall be installed per manufacturer recommendations, including proper release agent, aggregate size and any necessary admixtures. Contractor shall pour concrete in 18" lifts & vibrate concrete in each lift. Contractor shall supply a sample mock -up prior to installation. Contractor shall take all necessary precautions to avoid air bubbles on the final finish. The City reserves the right to modify the finish of the form liner prior to installation. For bidding purposes the form liner shall be Greenstreak Sierra Dry Stack No. 439 or approved equal. Top row of "stacked stone" shall be of the larger height variety as best as possible. There shall be No visible joint lines except for vertical expansion joints. Greenstreak's "Suggested Proprietary Master Specification Architectural Concrete Form Liner" shall be made a part of this specification, or approved equal. Measurement and Payment shall be made on the basis of price bid per square foot of exposed vertical face and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment, forms and backfill. The retaining wall shall be paid for separately under appropriate item. Pay Item #232 Addition of Integral Color to Pay Item #230 - TXDOT Spread Footing Retaining Wall "RW 1 (H) C (MOD) ". (Retaining wall paid for separately): This item shall consist of the addition of integral color to the concrete. Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal), sealed with a penetrating sealer. Joint Sealant shall match the color used in the colored pavement. The City reserves the right to modify the color used prior to placement of concrete. Section 5 page 12 Description of 'Pay Items Measurement and payment shall be made on the basis of price bid per square foot and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The retaining wall shall be paid for separately under appropriate item. Pay Item #233 Temporary Asphalt Paving (2" HMAC): This item shall be used for utility trenches in street pavement only, the Contractor shall provide a pavement repair immediately after utility trench backfill and compaction using a minimum of two (2) inches of Hot -Mix Asphaltic Concrete (Type "B ") over a properly compacted trench. This repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid per square yard shall cover all costs for providing pavement repair for all street cuts prior to street reconstruction and shall include all equipment, labor and materials to complete the work. Contractor is to provide at all times a smooth and maintained driving surface. Any additional repairs needed to repair or maintain previously placed asphalt by the Contractor shall be considered subsidiary and no extra pay allowed. No temporary asphalt shall be utilized for the construction of the water services. Pay Item #234 Temporary Asphalt Paving (2" HMAC with 4" Aggregate Base): This pay item shall consist of the construction of temporary asphalt driving lane for construction of the project. The temporary paving shall be 2" thick HMAC surface course, Type "D ", on a 4" thick flexible base. The flexible base shall be Type "A ", Grade 2 in accordance with TxDOT Specifications Item 247. This item includes compaction of the subgrade. Work shall be in compliance with the NCTCOG Items 301.1 and 302.9. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work and removal after no longer required. Pay Items #235 -238 Traffic Buttons: This work includes the placement and installation of all traffic buttons (raised pavement markers) for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy and /or bituminous adhesive shall be carefully followed. Traffic buttons shall be 3M Series 290 or approved equal. Measurement and Payment for traffic button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) for the various types and sizes and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #239 & 240 Pavement Markings: See Technical Specification "Retroreflective Prefabricated Pavement Markings" This pay item shall consist of the surface preparation, placement and installation of various words, symbols or shapes, stop bars, lane striping or any other unit in the color, width and thickness as shown on the plans per City of Coppell standard details. Section 5 page 13 Description of 'Pay Items Measurement and payment for striping shall be made on the basis of price bid per linear foot (LF) and for symbols shall be per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #241 Tree Removal and Disposal: This pay item shall consist of the removal of trees as required to complete the Project. The Contractor shall remove trees only at the direction of the City after consultation with the owner of the property on which tree to be removed is located. Removal includes removing the subsurface root system. The resulting excavated hole shall be backfilled with a suitable material and compacted. The contractor should confirm removal of all trees with the City. Trees should be removed in a manner that will not damage surrounding trees, buildings, utilities, fences, pools, pool equipment, and other facilities. Measurement and payment of this bid item will be per each (EA) tree removed that is 6 inches or greater in diameter. Only trees that are 6 inches in diameter or greater when measured 3 feet above the natural ground will be paid for under this bid item. There shall be no separate pay for all other tree removal, including bushes, hedgerows, or tree stumps. Payment will be full compensation for all labor, materials, equipment, haul & disposal, and incidentals required to remove the trees. The payment per tree removed shall include all repair costs and yard restoration incurred by the Contractor due to damage caused by the removal process. Payment for turf establishment shall be paid for separately if required. Pay Item #242 Tree Installation: These items cover the installation of trees as required to complete the project. Replacement trees shall be 3 inches caliper of trunk measured 3 feet above grade level. The type of tree shall be the same type of tree (assume Live Oak or similar) as the removed tree unless the owner of the property on which the tree is to be planted requests a different type of tree and the request is approved by the City's Project Representative. The location for the tree shall be agreed to by the property owner and the City's Project Representative. Replacement trees shall be nursery grown, well formed, balled and burlapped trees with natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the tree. Planting shall be in accordance with the COCGDS and accepted landscaping practices. The Contractor shall maintain the replacement tree for a three (3) month establishment period following planting. Trees which do not, in the judgment of the City's Project Representative, become established during the establishment period shall be replaced at the Contractor's cost. Measurement and payment shall be by each (EA) tree planted complete in place and accepted. Payment for turf establishment shall be paid for separately if required. Pay Item #243 Turf Establishment: This pay item shall consist of the furnishing and planting grass sod on all disturbed areas to match existing grass within the project limits, not covered by pavement. 2" of top soil shall be placed prior to planting sod. All work shall be in compliance with NCTCOG Item 202.5. This is a " plans quantity measurement item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and /or operating all labor, materials, top soil, tools, equipment and other incidentals necessary to complete the work. Section S page 14 Description of 'Pay Items Pay Item #244 Remove and Replace Existing Metal Beam Fence: This pay item shall consist of the removal and replacement of existing metal beam fence within the project area. Metal beam guard fence to be installed with terminal connectors each end at alleys. Terminal anchor section to be installed in conjunction with transition section at spread footing retaining wall. Measurement and payment for work performed and materials furnished related to the removal and replacement of existing metal beam fence or installation of new fence shall be made on the basis of the price bid per linear foot (U), and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item #245 Install TxDOT PR -1 Railing: This pay item shall consist of the installation of a TxDOT PR -1 railing on top of spread footing retaining walls at the locations in the plans set. All railings and posts shall be powder coated with a color approved by the City. Color selection for railings and posts shall be made by the City using color samples submitted by the Contractor. Measurement and payment for work performed and materials furnished related to the installation of a TxDOT PR -1 railing shall be made on the basis of the price bid per linear foot (U), and shall be total compensation for furnishing and /or operating all labor, materials, tools, powder coatings, equipment and other incidentals necessary to complete the work. Pay Item #246 Remove and Replace 4' Wire Mesh Fence with Wood Posts: This pay item shall consist of the installation of a 4' wire mesh fence with wood posts to match existing at the location shown in the plans set. Measurement and payment for work performed and materials furnished related to the installation of wire fence shall be made on the basis of the price bid per linear foot (U), and shall be total compensation for furnishing and /or operating all labor, materials, tools, powder coatings, equipment and other incidentals necessary to complete the work. Pay Item #247 Repair, Replace and /or Modify Existing Irrigation Systems: This work includes repairing, replacing and /or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. It would, therefore, be advisable for the CONTRATOR to contact adjacent property owners and /or system owners /operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on Section S page 15 Description of 'Pay Items this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for himself and make his own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and Payment for work performed and materials furnished related to the repair, replacement and /or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and /or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. Pay Item #248 Remove and Reset Traffic Signs (Relocation): This pay item shall consist of removing existing signs and relocating the sign to a new support and foundation. The location of the new sign post shall be approved by the City of Coppell. All signs shall be mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #249 Furnish and Install Traffic Signs (New Installation): This pay item shall consist of the furnishing and installation of standard street signs at the locations specified by the Owner. All signs shall be manufactured and mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #250 -251 Construct Barrier Free Ramps: These pay items shall consist of the complete in place construction of Barrier Free Ramps with brick pavers as per the City of Coppell General Design Standards 2185 -1 through 2185 -6 and the details provided in the plans. The concrete shall be a 5 sack mix and shall test at a minimum of 3000 psi at 28 days per ASTM standard testing procedures. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #252 2 -Inch Concrete Mow Strip: This item shall consist of the complete in place construction of a concrete mow strip in the space between the face of spread footing retaining walls and wood fence. All concrete for construction shall be Class "C" having a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH will be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All fence removal, repair, temporary fencing, reinstallation of existing fencing or replacement of fencing shall be considered subsidiary to construction and no separate pay item is provided. Measurement and Payment shall be made on the basis of unit price bid per square yard (SY) of concrete mow strip placed. Payment shall be total compensation for furnishing all materials, tools, forms, equipment, labor, and any other incidentals necessary to complete the work. Section S page 16 Description of 'Pay Items Pay Item #253 TXDOT 42 -Inch Type C411 (MOD) Concrete Rail: This item shall consist of the complete in place construction of a concrete rail per standard detail "C411 (MOD)" provided in the plans set. All concrete for construction shall be Class "C" having a minimum compressive strength of 3,600 psi at 28 days. NO FLY ASH will be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid. All fence removal, repair, temporary fencing, reinstallation of existing fencing or replacement of fencing shall be considered subsidiary to construction and no separate pay item is provided. Measurement and Payment shall be made on the basis of unit price bid per linear foot (LF) of concrete rail installed. Payment shall be total compensation for furnishing all materials, tools, forms, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #254 Metal Beam Guard Rail Transistion: This pay item shall consist of the installation of a metal beam guard rail transition at spread footing retaining wall per detail provided in the plans set. Measurement and payment for work performed and materials furnished shall be made on the basis of the price bid per each (EA) transition installed and shall be total compensation for furnishing all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items #301 -306 Storm Drainage Pipe: This pay item shall consist of the installation of ASTM C -76 Class III precast reinforced concrete pipe storm drain pipe at the locations and to the grades shown on the plans (sizes 12 ", 18 ", 21 ", 24 ", 30 , and 36 "). All storm drain pipe installed for this project shall be rubber gasketed meeting ASTM C -443 Standard Specification. All fittings and bends shall be prefabricated and payment to be included in the price of pipe installation. Work shall be constructed in accordance with the City of Coppell Standard Construct Details (6090). Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item #307 Trench Safety Protection for Storm Drain Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Section 5 page 17 Description of 'Pay Items Pay Item #308 Precast Storm Drain Manhole Structure: This pay item shall consist providing and installing a precast storm sewer manhole at the location shown in the plans set and to the grades shown in the plans. The cost for furnishing and placing reinforcement is subsidiary to the price bid per each. All connections to Precast Storm Drain Manhole shall be subsidiary to this pay item and no separate payment allowed Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #309 -310 Inlets: This pay item shall consist of the construction of Type 1 curb inlets per detail provided in the plans at the locations and grades shown in the plans. All concrete for construction shall be Class "A" having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing reinforcement is subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, inlet extensions, grates, labor, and any other incidentals necessary to complete the work. Pay Item #311 2x2 Drop Inlet with Curb: This pay item shall consist of the construction of a 2' x 2' drop inlet per City of Coppell standard details and associated concrete apron and curb near paving station 30 +62 in the south right -of -way. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work to include concrete curb and any concrete flatwork. Pay Item #312 2x2 Drop Inlet: This pay item shall consist of the construction of a 2' x 2' drop inlet per City of Coppell standard details and associated concrete apron near paving station 22 +24 in the north right -of -way. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work to include any concrete flatwork. Pay Item #313 Connection to Existing Storm Drain Manhole: This pay item shall consist of the connection of the proposed storm RCP to an existing storm drain manhole. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #314 10" Sch. 40 PVC: This pay item shall consist of the installation of 10" Schedule 40 PVC pipe, to include all fittings and connections to existing or proposed piping. Section 5 page 18 Description of 'Pay Items Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item #315 14 -Inch Grate Inlet: This pay item shall consist of the construction of a 14" grate inlet per detail provided in the plans set. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #401 8" PVC Wastewater Pipe (SDR -35): This pay item shall consist of the installation of ASTM D3034 SDR -35 PVC wastewater pipe at the locations and to the grades shown on the plans (8 "). Work shall be in accordance with NCTCOG Items 501, 504, 505, 507 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, mandrel pulling, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipelines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Removal and disposal of existing pipe and manholes in same trench shall be incidental to pipeline installation. Testing in accordance with specifications is considered subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) measured horizontally from center of manhole to center of manhole or cleanout without any deduction for the length of pipe through manholes and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item #402 Wastewater Mainline Cleanout: This pay item shall consist of the construction of wastewater mainline cleanouts at the locations and to the grades shown in the plans. Work shall be in compliance with the City of Coppell Standard Construction Details (5110). Testing and Television Inspections are considered subsidiary to installation. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #403 Connection to Existing Wastewater Manhole: This pay item shall consist of the connection of wastewater pipes to existing wastewater manholes at the locations and to the grades shown in the plans. Entry points into existing manholes shall be accomplished by coring. Entry points into manhole shall be properly sealed to prevent infiltration. Work shall be in compliance with the City of Coppell Standard Construction Details (5020). Testing of manhole shall be considered subsidiary to construction. Section S page 19 Description of 'Pay Items Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #404 Sanitary Sewer Service: This pay item shall consist of the construction of Sanitary Sewer services. Work shall be in compliance with the City of Coppell Standard Construction Details (5120). Testing and Television Inspections are considered subsidiary to installation. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #405 Trench Safety Protection for Sanitary Sewer Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (U) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #501 & 502 PVC Waterline: This pay item shall consist of the installation of AWWA C900 (DR14) PVC water pipe at the locations and to the grades shown on the plans. Work shall be in accordance with NCTCOG Items 501, 504, 505, 506 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, ductile iron fittings, thrust blocking, concrete anchors, flowable fill, concrete backfill, and pumping where necessary; trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, disinfection, pipeline signs, testing, disposal of surplus materials, cleaning up and maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment for the pipelines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Cutting and plugging of existing pipe lines shall be performed as noted on plans and incidental to pipe line installation. Testing and disinfection in accordance with specifications is considered subsidiary to the price bid. Measurement and Payment shall be made on the basis of price bid per linear foot (U) measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Section 5 page 20 Description of 'Pay Items Pay Items #503 & 505 Gate Valves: This pay item shall consist of the installation of 6 -inch, 8 -inch and 12 -inch gate valves at the locations as shown in the plans. Work shall be in accordance with NCTCOG Items 502 and City of Coppell Standard Construction Details (4050). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #506 Cut & Plug Ex. Waterline, Regardless Of Size: This pay item shall consist of cutting and plugging of existing waterlines regardless of size, for the purpose of abandoning the existing pipe, in the locations shown on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items #507 & 508 Connect to Existing Waterline: This pay item shall consist of furnishing and installing a connection of the new PVC water pipe to the existing water pipe at the location indicated on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #509 Install Fire Hydrant and Valve Assembly: This pay item shall consist of the furnishing and installing of Fire Hydrants as per the City of Coppell Standard Construction Details (4120) at the locations shown on the plans. Measurement and Payment shall be made on the basis of price bid per each (EA) and shall include all labor, equipment and materials necessary to complete the work including excavation, embedment, thrust restraints, blocking, fittings, painting, reflectors and backfill. 6 -inch gate valves, if required shall be paid for separately under the appropriate pay item. 6 -inch lead in pipe shall be accounted for separately and paid for under the appropriate pay item. Pay Item #510 Trench Safety Protection for Water Lines: This pay item shall consist of the trench safety system required for construction activities. The Contractor shall furnish a site - specific trench safety plan prior to construction. The system shall meet the requirements of the Occupational Safety and Health Administration (OSHA). The Contractor is directed to become knowledgeable with the standards as set forth by OSHA and to provide a viable trench safety system at all times during construction activities, and the Contractor is responsible for conforming to such regulations as prescribed by OSHA standards. This pay item includes all additional excavation, backfill, pavement reconstruction and repair made necessary by the protection system. No separate payment shall be made for excavation protection made necessary due to the selection of an optional design or sequence of work that creates the need for the protection system. The trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Section 5 page 21 Description of 'Pay Items Pay Item #511 10 -Inch Water Main Lowering at STA 25 +75: This pay item shall consist of furnishing and installing a 10" water main lowering at station 25 +75, as per the City of Coppell Standard Construction Details (4200) at the location shown on the plans. Measurement and Payment shall be made on the basis of price bid per lump sum and shall be total compensation for furnishing all materials, ductile iron fittings, blocking, thrust harness, polyethylene wrap, piping, excavation, connection to existing main, embedment and backfill tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item #512 1" Water Service: This pay item shall consist of furnishing and installing 1 -inch Type "K" copper water service at the locations shown in the plans. All water services for this project shall be installed with 2" Schedule 40 PVC sleeve under proposed paving and sidewalks. PVC sleeves shall be included in the price for water service and no separate pay is allowed. Work shall be in accordance with City of Coppell Standard Construction Details (4130). Measurement and Payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, fittings, meter box (if required), temporary asphalt paving surface, equipment, labor, and any other incidentals necessary to complete the work. TRAFFIC SIGNAL ITEMS The Standard Specifications for Construction of Highways, Streets, and Bridges as adopted by the Texas Department of Transportation, June 1, 2004 (Maroon Book), shall govern the construction of traffic signal pay items, unless otherwise noted in the general notes, these specifications, or on the construction plans. All construction shall be subject to the inspection and approval of the City of Coppell. In the event of a conflict of the specifications, the City shall determine which specification shall govern for a particular circumstance. The specification items listed below along are those under which payment is to be made. These specifications, together with the referenced items, the "Maroon Book ", and the details shown on the construction plans, constitute the complete specifications for construction of the traffic signal. Pay Item #601 Traffic Signal Installation at MacArthur and Deforest Rd: Applicable TxDOT reference items: (680). This work includes the furnishing and installation of new highway traffic signals including traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS -2 Type 2 Cabinet Specifications" and "Specification for Fully- Actuated Solid State Controller unit (TS -2) with Time -Based Coordination, Preemption, and Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. This item will also include supplying an upload - download device for each signal installation. Measurement and Payment for installation of highway traffic signals work performed and materials furnished, completed and in place as provided herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Section 5 page 22 Description of 'Pay Items Pay Items #602 -605 Traffic Signal Pole with 24, 28, 36, and 44 Foot Mast Arm: Applicable TxDOT reference items: (416)(686). This work shall include the furnishing and installation of traffic signal poles with various length mast arms as indicated on the plans. Said traffic signal poles shall be installed in accordance with City of Coppell standards and the technical specifications section "Specification for Mast Arm Pole Assembly ", and NCTCOG standards latest edition. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #606 Pedestrian Signal Pole: Applicable TxDOT reference items: (687). This work shall include the furnishing and installation of pedestrian signal poles as indicated on the plans. Said pedestrian signal poles shall be coated and installed in accordance with City of Coppell standards and technical specifications section "Specification for Mast Arm Pole Assembly ", and TxDOT Item 687. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Items #607 -609 Traffic Signal Pole Foundations & Pedestrian Pole Foundations Applicable TxDOT reference items: (656). This work shall include the furnishing and installation of traffic signal foundations type 36 -A and 30 -A as indicated in the plans. This item will also cover the installation of pedestrian signal pole foundation type 24 -A as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 656 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement for Drilled Shaft Foundations will be measured by the foot to the bottom of the shaft for the various diameters shown in the plans. The unit prices bid for the various classifications of drilled shafts and bell footings will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; pumping; furnishing, and placing reinforcing steel; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per linear foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. Pay Item #610 Traffic Signal Controller Foundation: Applicable TxDOT reference items: (656)(680). This work shall include the furnishing and installation of the traffic signal controller foundation in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures ", and NCTCOG standards. Section 5 page 23 Description of 'Pay Items Measurement and Payment shall be made on the basis of the bid price per lump sum (LS) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Items #611 -612 3- Section & 5- Section Signal Head w/ Backplate Applicable TxDOT reference items: (682). This work shall include the furnishing and installation of 3- section and 5- section signal heads with backplates. Said signal heads shall be installed in accordance with City of Coppell standards and specification " Polycarbonate Resin Traffic Signal Heads - 12 Inch, Expandable, Adjustable Type ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #613 Pedestrian Signal Sections Applicable TxDOT reference items: (682). This work shall include the furnishing and installation of polycarbonate, symbolic pedestrian signal sections in accordance with the appropriate details and specifications, including Item 682 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Pedestrian signal head shall be of the "count down" variety. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item # 614 Pedestrian Push Button and Sign Assemblies: Applicable TxDOT reference items: (688). This work shall include the furnishing and installation of pedestrian push button and sign assemblies in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons; Installation Procedures ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #615 Uni- Directional Opticom Detector This work shall include the furnishing and installation of uni- directional opticom detectors in accordance with the appropriate details and specifications, including the Emergency Management Response System special specification. Measurement and Payment shall be made on the basis of the bid price per lump sum (LS) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #616 Video Imaging Vehicle Detection System: Applicable TxDOT reference items: (6266). This work shall include the furnishing and installation of video imaging vehicle detection systems in accordance with the appropriate details and specifications. System provided shall be AutoScope Encore, or approved equal. Section 5 page 24 Description of 'Pay Items Measurement and Payment shall be made on the basis of the bid price per lump sum (LS) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #617 12 Strand Corning AnyLan Pre - terminated Fiber This work shall include the furnishing and installation of fiber optic cable in the locations as shown on the plans. The cable shall be Corning AnyLan pre - terminated 12 fiber singlemode trunk with opti -tip connectors. The lengths as shown in the plans are approximate, and are based on the best information available to us at this time. Upon completion of the conduit installation, it shall be the contractor's responsibility to verify the actual length necessary to make the connections indicated in the plans. As this type of cable is pre - terminated with "plug & play" ends at the factory it is imperative that the correct length be ordered. Any shortage will be the sole responsibility of the contractor. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Payment will be made on the basis of the actual length of cable provided and installed. Pay Items #618 -620 PVC Conduit & RMC Conduit: Applicable TxDOT reference items: (618). This work shall include the furnishing and installation of 2" and 4" PVC conduit in accordance with technical specifications section "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures ", and NCTCOG standards latest edition. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #621 Furnish and Install Type "C" Groundbox Applicable TxDOT reference items: (624). This work shall include the furnishing and installation of ground boxes in accordance with the technical specifications section "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures ", and the appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #622 3 Conductor #6 Gauge Wire: Applicable TxDOT reference items: (620). This work shall include the furnishing and installation of the various gauges of wire in the locations shown in accordance with technical specifications section "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards latest edition. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Section 5 page 25 Description of'Pay Items Pay Item #623 1 Conductor #6 Gauge Bare Wire Applicable TxDOT reference items: (620). This work shall include the furnishing and installation of 1C #6 gauge bare wire in the locations shown in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #624 1 Conductor #8 Gauge Bare Wire Applicable TxDOT reference items: (620). This work shall include the furnishing and installation of 1C #8 gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #625 1 Conductor #12 Gauge Wire: Applicable TxDOT reference items: (620). This work shall include the furnishing and installation of 1C #12 gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #626 Opticom Cable This work shall include the furnishing and installation of opticom cable as recommended by the manufacturer in multiple locations of the project in accordance with City of Coppell standards and specifications. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #627 Video Cable Applicable TxDOT reference items: (6266). This work shall include the furnishing and installation of VIVDS Video cable in multiple locations of the project in accordance with the recommendation of the manufacturer. Cable furnished shall be of the type recommended for use with the AutoScope Encore video system. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #628 Power Service and Pedestal Equipment: Applicable TxDOT reference items: (628). This work shall include the furnishing and installation of ground boxes in accordance with the technical specifications section 'Power Service and Service Equipment and General System Wiring Procedures ", and NCTCOG standards latest edition. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #629 Furnish and Install Miscellaneous Signs Applicable TxDOT reference items: (644). This pay item shall consist of the furnishing and installation of standard street signs associated with the traffic signal mast arms. All other signs not associated with the traffic signal mast arms shall be paid for under pay items 248 and 249. All signs shall be manufactured and mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. Measurement and Payment shall be made on the basis of the bid price per Lump Sum (LS) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #630 5 Conductor #14 Gauge Wire Applicable TxDOT reference items: (684). This work shall include the furnishing and installation of 5C #14 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Items #631 7 Conductor #14 Gauge Wire Applicable TxDOT reference items: (684). This work shall include the furnishing and installation of 7C #14 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #632 10 Conductor #12 Gauge Wire Applicable TxDOT reference items: (684). This work shall include the furnishing and installation of IOC #12 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #633 20 Conductor #12 Gauge Wire Applicable TxDOT reference items: (684). This work shall include the furnishing and installation of 20C #12 Gauge wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire ", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #634 Furnish & Install UPS System This work shall include the furnishing and installation of an uninterrupted power supply system, Clary Corporation, Model SP -1000, or equal with a six battery cabinet in accordance with the appropriate details and specifications, including TxDOT Specification. This item shall include the installation of the externally mounted cabinet to house the system. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #635 Furnish and Install Illuminated Street Name Signs: This work shall include the furnishing and installation of illuminated street name signs in accordance with this specification, and as indicated in the drawing. Signs shall be edge lit LED illuminated with an 18" tall viewing area. Signs shall be "Classic Thinline" model from Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using an Astro -Brac® SP0140 or approved equal. A photocell shall be provided to control when the sign is illuminated. The photocell shall be set up such that all lights are on or off at the same time. Lights shall not come on or turn off at different times. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Pay Item #636 Red Light Confirmation Lights: This work shall include the furnishing and installation of traffic signal confirmation light assemblies with clear globe on the mast arms and in the locations as designated by the Owner. Contractor shall furnish and install Pelco Part Number SM -0286 traffic signal confirmation lights, or equal. Confirmation light shall be mounted high enough to be visible above the street name sign with extensions if necessary. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Any necessary extensions shall be considered subsidiary to this pay item. Pay Item #637 Cabinet Mounted Communication Equipment: This work shall include the furnishing and installation of all necessary cabinet mounted equipment for communication between the traffic signal controller and remote city locations via the 12 strand fiber provided under item Pay Item #617. This pay item shall cover the installation of necessary equipment in the new cabinet being installed at Macarthur and Deforest and the existing cabinet at Macarthur and Samuel. This equipment will include a Corning AnyLAN integrated single -panel housing, 24 -fiber LC Duplex with Corning fiber jumpers. Jumpers shall be 2 -F singlemode LC -LC duplex. The equipment will also include an Ethernet switch. The switch shall be EtherWan, model EX72089 -OVB hardened managed Section 5 page 2 Description of 'Pay Items switch with 8 ports, or approved equal. Switch shall be equipped with an EtherWan 41- 136046 power supply and EtherWan fiber modules. Measurement and Payment shall be made on the basis of the bid price per lump sum (LS) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Completion of the work shall include those items listed herein as well as any additional items required to interface between the fiber and the traffic signal controller and the video detection system. Section 5 page 3 Description of 'Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E • C r T Y . o F COPPELL u 6 -1 'Technical Specifications SECTION 6 CONTENTS: IS 2 CABINET ASSEMBLY Page 6 -3 FULLY - ACTUATED SOLID STATE CONTROLLER UNIT Page 6 -11 UPLOAD - DOWNLOAD DEVICE Page 6 -12 SPECIFICATION FOR MAST ARM POLE ASSEMBLY Page 6 -13 POL YCARBONA TE RESIN TRAFFIC SIGNAL HEADS Page 6 -17 UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS Page 6 -22 MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR Page 6 -27 TRAFFIC SIGNAL CABLE AND WIRE POWER SERVICE & SERVICE EQUIPMENT/ Page 6 -40 GENERL SYSTEM WIRING PROCEDURES RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS Page 6 -43 02231 TREE PROTECTION AND TRIMMING Page 6 -45 02402 CARE OF WATER DURING CONSTRUCTION Page 6 -50 A UTOSCOPE ENCORE VIDEO DETECTION SYSTEM Page 52 INTERNALL Y ILL UMINA TED STREET SIGNS Page 58 PROJECT SIGN Page 6 -2 'Technical Specifications TS2 -TYPE 2 CABINET SPECIFICATIONS 1.0 TS 2 CABINET ASSEMBLY 1.1 This specification describes the minimum acceptable requirements for a TS 2 cabinet assembly to house a NEMA TS 1 Type 2 solid state full- actuated controller unit. The cabinet assembly shall be configured by NAZTEC to City of Coppell specification, or approved equal. 1.2 Cabinet Design Requirements 1.2.1 Vertical shelf support channels shall be provided to permit adjustment of shelf location in the field. The channels shall have a single continuous slot to allow shelves to be placed at any height within the cabinet. Channels with fixed notches or holes are not acceptable. 1.2.2 Each cabinet shall be equipped with an extra set of unistrut channels or a keyhole panel on either side of the front section of the cabinet to permit the purchaser to mount additional equipment as necessary. 1.2.3 Shelves shall be at least 330 mm deep and be located in the cabinet to provide a 12.5 mm clearance between the back of the shelf and the back of the cabinet. A 38 -mm drawer shall be provided in the cabinet, mounted directly beneath the controller support shelf. The drawer shall have a hinged top cover and shall be capable of storing documents and miscellaneous equipment. This drawer shall support to 22.5 kg in weight when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make maximum use of available depth offered by the controller shelf and be a minimum of 600 mm. 1.2.4 Two shelves shall be provided in the cabinet and shall be at minimum 305 mm apart in height. There shall be sufficient shelf space to accommodate a controller unit 330 -mm high, an MMU, one 8 position card rack and external power supply. An additional space at least 305 -mm high, 325 mm wide, and 305 mm deep shall be provided. The controller unit, MMU, card racks, and power supply shall be placed on the shelves in such a manner that sufficient ventilation is provided to all components. Labels showing the proper placement of each component shall be provided along the shelves to ensure proper placement. 1.2.5 The cabinet shall be vented and cooled by 2 thermostatically controlled fans. The fans shall be a commercially available model with a capacity of at least 2.7 m /min. The thermostats shall be adjustable range of 20 °C to 43 °C. A press -to -test switch shall be provided to test the operation of the fans. 1.2.6 The cabinet shall be provided with a unique five digit serial number which shall be stamped directly on the cabinet or engraved on a metal or metalized mylar plate, epoxied 6 -3 'Technical Specifications or riveted with aluminum rivets to the cabinet. The digits shall be at least 5 mm in height and located on the upper right sidewall of the cabinet near the front. 1.3 Cabinet Door 1.3.1 The cabinet shall be provided with one door in front that will provide access to the cabinet. The door shall be provided with three hinges with non - removable stainless steel pins, or a full - length piano hinge with stainless steel pins spot welded at the top of the hinge. The hinges shall be mounted so that it is not possible to remove them from the door or cabinet without first opening the door. The bottom of the door opening shall extend at least to the bottom level of the back panel. The door and hinges shall be braced to withstand a 74 -kg per vertical meter of door height load applied to the outer edge of the door standing open. There shall be no permanent deformation or impairment of any of the door or the cabinet body when the load is removed. 1.3.2 The cabinet door shall be fitted with a Number 2 Corbin lock and a stainless steel handle with a 16 mm (minimum) diameter shaft (or equivalent cross - sectional area for a square shaft) and a three point latch. The lock and latch design shall be such that the handle cannot be released until the lock is released. One key shall be provided for each cabinet. A gasket shall be provided to act as a permanent dust and weather resistant seal at the controller cabinet door facing. The gasket material shall be of a nonabsorbent material and shall maintain its resiliency after long term exposure to the outdoor environment. The gasket shall have a minimum thickness of 6.25 mm. The gasket shall be located in a channel provided on the cabinet or on the door(s). An "L" bracket is acceptable in lieu of this channel if the gasket is fitted snugly against the bracket to insure a uniform dust and weather resistant seal around the entire door facing. Any other method is subject to purchaser approval during inspection of an order. 1.3.3 A locking auxiliary police door shall be provided in the door of the cabinet to provide access to a panel that shall contain a signal shutdown switch, a signal flash switch, a manual- automatic switch, and a manual advance push- button switch on a six foot retractable cord. Manual control of the controller unit from the police door shall override any external control (external logic, etc.) in effect when the Manual- Automatic switch is in the manual position. Each actuation of the manual advance push- button switch shall advance the controller to the next interval. Manual control shall not override any calls for preemption. The police door shall be gasketed to prevent entry of moisture or dust and the lock shall be provided with one brass key. 1.3.4 The intake for the vent system shall be filtered with a permanent air filter. The minimum filter dimensions shall be 406.4 mm wide by 304.8 mm high by 25 mm thick. The filter shall be securely mounted so that any air entering the cabinet must pass through the filter. The cabinet opening for intake of air shall be large enough to use the entire filter. The air intake and exhaust vent shall be screened to prevent entry of insects. The screen shall have opening no larger than 8.1 mm The total free air opening of the exhaust vent shall be large enough to prevent excessive back - pressure on the fan. 1.4 Wiring 6 -4 'Technical Specifications 1.4.1 All wiring within the cabinet shall be neat and routed such that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be sheathed in nylon mesh sleeving or be PVC jacketed cable only. 1.4.2 Size A. All conductors between the main power circuit breakers and the signal power bus shall be a minimum size 10 AWG stranded copper. All conductors carrying individual signal lamp current shall be a minimum size 14 AWG stranded copper. All AC service lines shall be of sufficient size to carry the maximum current of the circuit or circuits they are provided for. Minimum cabinet conductor wire size shall be 22 AWG stranded copper. All wiring and insulation shall be rated for 600 V or greater. B. Conductors for AC common shall be white. Conductors for equipment grounding shall be green. All other conductors shall be a color different than the foregoing. C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must be done from the ABC Harnesses to the Back Panel using standard 19 -gauge wiring. 1.4.3 A barrier terminal block with a minimum of three compression fitting terminals designed to accept up to a #4 AWG stranded wire shall be provided for connection of the AC power lines. The block shall be rated at 50 Amperes. 1.4.4 All terminals shall be permanently identified in accordance with the cabinet wiring diagram using an anodized silk screening process on the aluminum panel. Where through -panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be placed as close to the terminal strip as possible. A. Each controller input and output function shall be distinctly identified with no obstructions, at each terminal point in the cabinet, with both a number and the function designation. The same identification must be used consistently on the cabinet wiring diagrams. The back panel shall be wired and labeled according to the TS2 -1992 specification MODE 6 — User defined FO which converts existing unused TS inputs to extra vehicle detectors and preempts. B. Each load switch socket shall be identified by phase number, overlap number, and pedestrian phase number as applicable. No cabinet equipment, including the load switches themselves, may obstruct these identifications. C. Each flash transfer base and power relay base shall be properly identified with no possible obstructions. D. Each harness within the cabinet shall be distinctly identified by function on the connector end. E. The flasher socket shall be distinctly identified with no possible obstruction. F. All other sockets needed within the cabinet to fulfill the minimum requirements of the Invitation to Bid, or attachments thereof, shall be distinctly identified. 6 -5 'Technical Specifications 1.4.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400 mm above the timer shelf. The conflict monitor harness and any required auxiliary harness shall reach 600 mm from the conflict monitor shelf. 1.4.6 An unused, spare terminal block providing ten terminals shall be provided. This block shall be double 8 -32 X 5/16" binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. 1.4.7 Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum of ten unused terminals with 8 -32 X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jumpered together with a minimum #10 AWG wire. 1.4.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be allowed. 1.4.9 The circuit breakers shall be equipped with solderless connectors and installed on the right side wall (facing the cabinet) or lower right hand side of the back panel inside the cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that the rating markings are visible. 1.4.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and wired in the lower right side wall of the cabinet. An additional duplex receptacle (for use with communications modems) shall be mounted and wired in the upper left side of the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on the load side of the 20 Amp circuit breaker. 1.4.11 The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. 1.4.12 The load side of the main circuit breaker shall be protected by a two stage lightning surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a set dry contacts for alarm capabilities to indicate proper operation). 1.4.13 The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bonded to the cabinet. 1.4.14 The suppresser shall be connected to the line filter as recommended by the manufacturer. Number 10 AWG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. 1.4.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turn off when the 6 -6 'Technical Specifications cabinet door is closed. An MOV or other such transient suppression device shall be placed across the AC power input to the light. 1.4.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. 1.4.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC relays shall have MOV's or equivalent suppression across their coils. RC networks are acceptable. One suppression device shall be supplied for each relay. 1.4.18 Except where soldered, all wires shall be provided with lugs or other approved terminal fittings for attachment to binding posts. Insulation parts and wire insulation shall be insulated for a minimum of 600 volts. 1.4.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side of the power source. 1.4.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled Test - Normal. When the switch is in the Normal position, call for flashing operation shall remove the power from the controller unit. When the switch is in the Test position, the call for flashing operation shall permit the controller unit to continue to run so that its operation can be observed. 1.4.21 A switch shall be provided near the Test - Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING ". 1.4.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. 1.4.23 Conflict and manual flash shall be wired for all red. 1.4.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any main street indications (movements 2, 6, and /or 1, 5) to amber for the conflict and /or manual flash operation on the face of the back panel or a side panel, using only simple tools. 1.4.25 Transfer relays shall be the plug -in type manufactured by Magnecraft or equivalent. The relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. 1.4.26 The red enable and remote reset from the conflict monitor shall be terminated on the face of the back panel. 1.4.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the 6 -7 'Technical Specifications flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 C without damaging the relay. 1.4.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non - conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 1.4.29 An input point shall be provided on the back panel to allow external reset of the Malfunction Monitoring Unit. 1.4.30 The load switch outputs shall be brought out through posted 10 -32 X 5/16" binder head screw terminals. Field wiring for the signal heads shall be connected at this terminal strip. 1.4.31 The cabinet shall be equipped with an auxiliary power connector to plug in a generator for electrical service. The circuit shall be activated by the presence of 120 VAC generator line voltage that will supply a relay to transfer the supply source to generator power. The connector shall be located inside an accessible panel on the rear of the cabinet and shall allow a plug to be present with the access door closed and locked. 2.0 DETECTOR PANEL AND CARD RACK 2.1 The cabinet shall have a 20 loop detector panel mounted on the left side of the cabinet. This panel shall provide for all connections between loops at the street and the detector amplifiers as described in the following sections. 2.2 Detector Card Rack 2.2.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom preemption). The detector card rack shall have a rigid frame and shall be fabricated from aluminum and shall have slots set in a modular fashion such that the PCB edge connectors shall plug into the rear while sliding between top and bottom card guides for each module. Mounting flanges shall be provided and be turned outward for ease of access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to unbolt the rack using simple tools. 2.2.3 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and detector termination panel. 2.2.4 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to right when viewed from the front of the rack. A flange shall be provided on the top and the bottom of the rack to label each individual channel. 2.2.5 The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. 2.2.6 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. 6 -8 'Technical Specifications 2.2.7 The Logic Ground shall be bussed to a common point and wired to the Detector Panel. 2.3 Detector Panel 2.3.1 The Detector Panel shall provide all connections between the detector loops and the detector amplifiers as well as all necessary preemption inputs and hardwire communications terminals. 2.3.2 The panel shall be constructed of 3.2 mm aluminum. 2.3.3 The panel shall contain a 76 mm horizontal slot in each corner to accommodate 6.3 mm mounting bolts. 2.3.4 All inputs from the loops shall be brought through posted 10 -32 X 5/16 inch binder screw terminals or 8 -32 X 5/16 inch binder screw terminals. 2.3.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be mounted behind the panel using feed through screw terminals to attach the suppressers. 2.3.6 Each detector will have a test switch such that when the switch is closed, a call is placed upon that detector input. The test switch will have three positions; no effect, permanently on, and momentarily on. 2.3.8 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap. The strap shall be bonded to the cabinet. 3.0 PREEMPT / COMMUNICATION PANEL 3.1 A preempt / communication panel shall be part of the detector panel and provide all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. 3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall be provided on the preempt panel. These circuits shall be used to isolate the incoming preempt commands from the controller unit logic circuitry. The circuits shall be programmable to operate with either a normally open or normally closed relay contact by jumpers on a terminal strip. A barrier strip protected from accidental contact by service personnel shall be supplied to connect the external input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug -in Potter Brumfield K10P series/Magnecraft W -78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. 3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. 6 -9 'Technical Specifications 3.4 Three momentary test switches, one for each preempt circuit, shall be provided on the preempt panel. The operator shall not be exposed to hazardous voltages during operation of the test switches. 3.5 All necessary interconnection cables and mounting hardware shall be provided. 3.6 There shall be a switch on the preempt/communication panel, which shall release the local controller to operate in an isolated, full- actuated manner, when necessary for maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE ". 3.7 Terminal connections for 3 twisted pair communication lines and one telephone line shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt transorbs, and other devices, which allow protection including primary overvoltage protection, resettable overcurrent protection, secondary clamping voltage protection, and fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no more than 250 volts. The fast transient filtering stage shall provide no less than 40 dB /decade of attenuation to transients above the required pass band. The protection shall be provided in an integrated closure with eight (8) input/output terminations and ground connection. 4.0 POWER SUPPLY 4.1 The power supply shall be a shelf mounted, enclosed, 24 VDC power supply in accordance to Clause 5.3.5 of the NEMA Standards Publication TS 2 -1992. 4.2 One power supply cable per power supply shall be furnished and installed in each cabinet. The wires shall be terminated to bus bars, terminals on the front of the back panel, detector panels, or connector as appropriate. The connections shall be with forked spade lugs or otherwise as needed. Each individual wire shall be cut to the length required to reach the point at which it is to be connected. 4.3 Power supply should be adequate, and compatible with Autoscope Encore video detection system. 6 -10 'Technical Specifications SPECIFICATIONS FOR FULLY - ACTUATED SOLID STATE CONTROLLER UNIT (TS -2) WITH TIME BASED COORDINATION, PREEMPTION, AND CLOSED LOOP OPERATION 1.0 SCOPE 1.1 This specification sets forth the minimum requirements for a shelf - mounted (16) sixteen -phase full- actuated solid state controller unit with internal Time -Based Coordination (TBC), railroad /fire (emergency vehicle) preemption and closed loop secondary operation. 2.0 CONTROLLER UNIT 2.1 The controller shall be a Naztec Model TS -2, Type 2 Secondary with ethernet controller or equal. 6 -11 'Technical Specifications SPECIFICATIONS FOR UPLOAD - DOWNLOAD DEVICE 1.0 SCOPE 1.1 This specification sets forth the minimum requirements for an upload - download device to be supplied with each traffic signal installation. The purpose of this device is to allow programming to take place in a shop environment and the unit can then be transported to the cabinet and upload of the new program can be accomplished quickly with minimal interruption to the operation of the signal. 2.0 UNIT 2.1 The unit shall be a Panasonic Toughbook CF30 Intel Dual Core Processor L7500 (1.60 GHz) 13.3" XGA LCD Touch screen, or approved Equal. 3.0 HARDWARE REQUIREMENTS 3.1 This unit shall be equipped with a minimum of 4.OGB SDRAM (DDR2- 667MHz) 3.2 160GB HDD shock - mounted and quick- release 3.3 The unit should include an A/C adapter, and D/C vehicle adapter. 3.4 A DVD Super Multi Drive 3.5 Intel® Wireless WiFi Link 5100 802.11a /b /g /draft -n 3.6 A 6 cell primary battery. 3.7 Backlit Keyboard 3.8 Bluetooth® v.2.0 + EDR (Class 1) 4.0 SOFTWARE REQUIREMENTS 4.1 Operating system of the unit shall be Windows XP Professional, SP3. 4.2 System shall be pre - loaded with Nastec software. 6 -12 'Technical Specifications SPECIFICATION FOR MAST ARM POLE ASSEMBLY 1.0 GENERAL 1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies, which, shall include transformer base. All mast arm pole assemblies, as supplied and installed, must conform to the detailed drawings and /or to the requirements in the Plans as to height, general design and finish. 1.2 Drilled shaft foundations for each mast arm pole installation shall be considered an integral part of the respective mast arm pole assembly, when loading and wind design factors are applied. 1.3 Each assembly shall be designed to withstand wind and ice loads per respective signal head(s), sign(s) and on all surfaces of the support assembly, in accordance with the American Association of State Highway and Transportation Officials "Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals" and other pertinent specifications of this body. Unless otherwise shown in the Plans, wind speeds used for design shall be based on a 50 -year mean recurrence interval. Wind drag coefficient shall be 1.2. Allowable unit stresses in each component of each assembly shall be as provided in the AASHTO Specifications above mentioned. 1.4 All castings shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blowholes and other defects in any position affecting their strength and value to service intended. Surfaces shall have a workmanlike finish, and no sharp unfilleted angles or corners will be allowed. 1.5 All parts of assemblies of the same manufacturer shall be interchangeable. 1.6 Each pole assembly shall be designed to support respective required dead loads of signal heads, signs and the stresses applied to the exposed areas of all appurtenances based on wind and ice loads per Section 1.3 above. 2.0 POLE SHAFT 2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0. Welded joints in shafts or arms shall develop the full required strength of the welded member. 2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and shall have no more than one (1) longitudinal welded joint and no horizontal welded (transverse) joints. After forming and welding, the tapered shaft may be longitudinally rolled under sufficient pressure to flatten welds and to assure continuous uniform taper (on .10- in/ft. or. 14-in/ft.). All welds shall be smooth so as to attain the external appearance characteristics of the pole itself. 6 -13 'Technical Specifications 2.3 All shafts shall meet strength requirements of Section 1.0, and shall be provided with reinforced handholes if shown on the Plans. 3.0 SHAFT BASE 3.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and shape to receive the shaft and shall be welded to the shaft by continuous welds which develop strength of the base and of the adjacent shaft section. Four mounting holes shall be provided in the shaft base with a bolt circle pattern compatible with transformer base. Transformer base mounting bolts and four nuts shall be provided for securing shaft base to transformer base. Ornamental casting covers are required to cover exposed base mounting bolts. 4.0 TRANSFORMER BASE A transformer base of the size and design shown in the plans shall be provided for each pole assembly. The base shall be of fabricated steel and shall develop the strength of the respective adjacent base and shaft. A handhole with cover of the minimum dimensions shown on the plans shall be provided. The cover shall be securely held in place with a noncorrosive holding device such as one or more galvanized bolts. One or more corrosion resistant steel plates, conforming to ASTM Designation A 123, shall be furnished as necessary where the base is subject to abrasive action due to the rotating capabilities of the assembly. The location is generally considered to be the supporting ring on the bottom of the transformer base. The interior side of the hand hole cover shall have a multi terminal (12 min.) compression CV6 Terminal block mounted to it for all signal conductor connections. This is the only point that the splices are to be made. 5.0 ANCHOR BOLTS AND SHIMS Four steel anchor bolts, and template for proper alignment of bolts in foundation, shall be furnished for each pole assembly. Allowable unit stress for each anchor bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4. Transformer base installations require each anchor bolt to be top threaded and fitted with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished with each transformer base. Shoe base poles require that each anchor bolt be top threaded and provided with two (2) nuts and two (2) flat washers. The embedded end of anchor bolts shall have a 900 bend as shown on the Plans, and have a minimum elongation in 2 inches of 16 percent, or in 8 inches of 14 percent. 6.0 SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings 6 -14 'Technical Specifications to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. 7.0 FINISH Painted Finish - All surfaces at the time of paint application shall be in accordance with the requirements of Brush - Off - Blast - Cleaning as specified in Steel Structures Painting Council Specification SSPC -SP7. When shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering, nonchalking film that is a minimum of two (2) mils thick measured over the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of 20% binder solids and a minimum of 25% pigment capable of chemically inhibiting corrosion. A minimum of 12% of the film shall be a chromate type corrosion inhibiting pigment. The inside of each assembly may either be coated in the same manner as the outside or may coated by an acceptable red lead primer. After erection of the assembly, the shop coat shall be touched up with shop primer. After the touch up coat is thoroughly dry, each pole assembly shall be provided with a one (1) mil (dry) thick film of paint specified and approved by the Engineer: Color Product name and #: Super OGF Black; S -400 Cure: 400E- 10 -12 MIN PMT Control #: S -400 Resin Type: Super polyester resin Gloss Level: 70 -80% "or equivalent ". 8.0 CERTIFICATION REQUIREMENTS The Contractor shall submit for approval by the Engineer, five (5) prints of drawings which show all pertinent information and data required for verifying structural adequacy, and all fabrication and erection details. a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2 inch left margin and other margins of 1/2 inch. b. Each sheet shall have a title in the lower right hand corner which includes the names of the Contractor, Fabricator and sheet numbering. C. All material of each component shall be referenced to ASTM Specifications, or to other specifications provided minimum yield points or yield strength and elongations are shown. d. Drawings for only one assembly need be submitted for two or more which are of identical design and dimensions. e. Approval of the drawings shall not relieve the Contractor of the responsibility for correctness and completeness of the drawings, shop fit 6 -15 'Technical Specifications field connections and proper galvanizing designs when galvanizing is required. f The drawings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. g. The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 6 -16 'Technical Specifications POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS 12 INCH, EXPANDABLE, ADJUSTABLE TYPE 1.0 GENERAL 1.1 The Traffic control signal heads shall be in accordance with TxDOT section 682 Vehicle and Pedestrian Signal Heads. 1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. 1.3 All signal heads shall be of the LED variety. 1.4 All signal head housings and back plates shall be black in color. 2.0 SIGNAL FACES AND SIGNAL HEADS 2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per requirements in these specifications. 2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1 1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating from hubs at the vertical central axis of the head and rigidly attached there to in a manner that will assure permanent alignment of the separate housings. The hub shall be designed to conform to the type of mounting attachment specified and provision shall be made for carrying the leads from each housing enclosed in the supporting arms to a single outlet in the mounting attachments. All units of the assembled head shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continuous exposure to sunlight or corrosive atmospheres. 2.3 All traffic signal heads are to be equipped with rigidly- mounted, standard 5 -inch backplates, of sectioned aluminum or of polycarbonate. Backplates are to be mounted so that signal section door hinging movement is not inhibited, and are to be black in color. Polycarbonate backplates are to have the black color impregnated during the manufacturing process, and painting will not be acceptable. 3.0 HOUSINGS, DOORS, VISORS AND LENSES 3.1 The housing of each section shall be a one piece polycarbonate resin material with sides, top and bottom integrally molded. The housing shall be at least .090" (2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly consistent with light weight. Two or more sets of internal bosses shall be provided in each section for mounting of a terminal block. Terminal blocks shall be securely mounted (see Section 10). 6 -17 'Technical Specifications 3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect alignment of assembled sections. The top and bottom of the housing shall have an opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm) pipe brackets. 3.3 Individual signal sections shall be fastened together either with at least 4 machine screws between each section or by the bolt and washer method. Complete signal faces shall provide positive locked positioning when used with serrated brackets, mast -arm or span -wire fittings. 3.4 Provision shall be made for accommodation of the particular type of mounting specified and attachment of doors, optical units and such other accessories as may be specified for the particular installation. Cases shall be designed for adequate strength. Fittings and accessories shall be of rust resistant materials capable of withstanding constant exposure to sunlight and corrosive atmospheres, including salt air. All traffic signal housing cases when assembled, together with doors, lenses and mounting attachments, shall comprise a dust - and - moistureproof housing for the optical units, and shall be of such construction as to assure permanent alignment of all lenses in the signal faces. Portions of cases providing for attachment to supporting arms shall be molded with large bosses for the supporting arms. Each housing case shall be so attached to its supporting hardware that it will be adjustable by rotation about its horizontal axis, and may be rigidly clamped in position required. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. 3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable type. The assembled housings for each signal face shall consist of three or more individual sections each designed for housing a single complete optical unit, rigidly connected by means of bolts extending through each section or by individual connectors between sections and forming a single "Signal Face ". Both the top and bottom of each section shall be provided with an opening to accommodate 1 1/2" pipe brackets. A locking ring shall be integrally molded around the bottom opening Around the top opening shall be either an integrally molded locking ring or a separate splined locking ring designed to fit into notches. The locking rings shall have a minimum of 46 evenly spaced teeth and shall be so designed that top and bottom rings will mate to provide a perfectly aligned signal head with flush connection between the outer circumference of the sections. Individual units shall be so manufactured that all units are interchangeable. 3.6 "Top" and 'Bottom" as used in this section refer to the head assembly in vertical orientation. All heads are to be mounted horizontally. 4.0 HOUSING DOOR 4.1 The housing door of each signal section shall be a one piece polycarbonate resin material. The door shall be attached to the housing by means of two stainless steel 6 -18 'Technical Specifications hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. 4.2 Two stainless steel wing screws are to be installed on the side of the door to provide for opening and closing the door without the use of any special tools. Wingscrews shall have a flat - bearing surface or stainless steel flat washer to prevent gouging of the housing door by the wingscrews. Wingscrews shall remain captive in the housing door when the door is open. 4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the housing and housing door, is acceptable. 4.4 Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. 5.0 OPTICAL SYSTEM 5.1 Each optical system shall be provided with an optical unit consisting of a reflector assembly with leads to the terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals necessary for mounting the various parts of the optical assembly. 5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens with a nominal size of 8 3/8 " (200 mm) or 12" (300 mm) as specified. All indicators (red, yellow & green, including PED) shall be LED assemblies Lenses shall be glass and shall be permanently marked, in an inconspicuous manner, indicating the top of the lens and the name or trademark of the manufacturer. When installed, each lens shall be properly "top" oriented in the horizontally mounted head. 6.0 REFLECTORS (Not applicable) 7.0 LAMP RECEPTABLE (Not applicable) 8.0 WIRING 8.1 Each LED assembly shall be provided with two flexible insulated color coded leads not smaller than No. 18 American Wire Gauge. These leads are to be securely fastened to the lamp socket and connected to a terminal block in the same section by means of solderless wire connectors or binding screws and spade lugs. Color coding for the identification of the different leads shall be individual so that each lead can be identified separately by coding alone. In general, the coding for the identification of the leads shall be as follows: Lens Hot Wire Neutral Wire Red Red White w/R Tracer Yellow Arrow Red w/Y Tracer White w/R & Y Tracer Yellow Yellow White w/Y Tracer 6 -19 'Technical Specifications Green St. Arrow Lt. Arrow Rt. Arrow 9.0 VISORS Green Blue Blue w/R Tracer Blue w/Y Tracer White w/G Tracer White wB Tracer White wB & R Tracer White wB & Y Tracer 9.1 Each signal door shall be equipped with a detachable standard tunnel (unless otherwise shown in the Plans), polycarbonate resin visor fastened at four or more points to the door. 9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass approximately 300 degrees of the lens. Heads may be shipped with visors detached. If heads are shipped with visors attached, visors shall be easily removed and replaced without damage to visor or signal head. 10.0 TERMINAL BLOCKS 10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block mounted near the bottom inside of the unit. The terminal block shall be securely mounted in an accessible position, be of molded weatherproof construction, and be equipped with identified terminals for signal (interior) and field wires. Binding screws shall be provided for field wires. Solderless connectors or binding screws shall be provided for interior wiring to the optical unit. 10.2 In addition to individual terminal blocks described above, each multiple section signal (head) will be provided with a common terminal block mount in the top section of each signal head. Each assembled signal head shall be wired by the supplier to the common terminal block. 10.3 If specified, an additional terminal block located within a compartment shall be provided for common wiring of multiple signal heads located on a single pole or pedestal. The terminal compartment shall be weatherproof with cover and molded - construction terminal block with separate, identified terminals for signal and field wires. A sufficient number of terminals shall be provided to handle all optical unit wires. A minimum of twelve connector sets shall be provided. Color coding of leads shall be maintained, individually, from each optical unit lampholder to respective terminal in the compartment. Commons from each housing shall be grouped and carried to one terminal in the compartment. 10.4 Use of terminal compartment described in 10.3 does not eliminate the requirements for those specified in 10.1 and 10.2. 11.0 MOUNTING AND ATTACHMENTS 6 -20 'Technical Specifications 11.1 All mounting attachments shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Provisions shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, together with supporting arms and assembled housings, shall comprise a dust -and- moisture -proof enclosure for optical units and lead wiring. Mounting attachments shall be as specified for the particular head on the Plans. 11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so that door hinges are on the bottom edge, and all doors open downward. 12.0 MATERIAL All material used in construction of major signal components shall be of polycarbonate resin. This material shall be such that it will withstand 70 foot - pounds of impact without fracture or permanent deformation. 13.0 COLORS The color of signal heads and hardware shall be black. The underside of visors shall be painted a flat black. Color as specified shall be integrally impregnated in the polycarbonates resin in the molding process. 14.0 MEASUREMENT AND PAYMENT 14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans will be measured per each unit. Materials required and used in installation, such as LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will not be measured directly, but will be considered subsidiary to the Item "Traffic Signal Sections ". 14.2 Payment: Traffic signal head and backplate units, provided, installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for providing and installing heads and backplates, and for furnishing and installing all described attachment hardware, signal lamps, internal wiring, and paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6 -21 'Technical Specifications UNDERGROUND TRAFFIC SIGNAL REQUIREMENTS: CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION PROCEDURES 1.0 CONDUIT 1.1 Description 1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes indicated on the plans, including ground boxes, fittings, expansion joints, attachments and incidentals. 1. 1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. 1. 1.3 The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. 1.2 Materials 1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. 1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. 1.2.3 Rigid metal conduit shall be steel, hot - dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot - dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain - tight. Set screw and pressure cast fittings will not be permitted. 1.2.4 Polyvinyl chloride and high- density polyethylene conduit shall meet the requirements of NEMA Standard TC -2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy -wall (Schedule 40). 1.2.5 Flexible conduit shall be liquid -tight metal meeting requirements of NEC and shall be UL- listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 6 -22 'Technical Specifications 1.3 Construction Methods 1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by the Engineer. Installation of conduit shall be in accordance with the requirements of NEC. Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. 1.3.3 When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the conduit shall be drawn through the conduit to insure that the conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. 1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White -lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent -weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. 1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non -metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the shoulder unless otherwise directed by the Engineer. The jacking or boring method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure, or pavement. Heavy jacks 6 -23 'Technical Specifications are to be used for jacking. Boring is to be done by mechanical means providing a maximum one -inch cover cut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water j etting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. 2.0 GROUND PULL BOX 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12 ". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures ". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement ". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carried out in compliance with the requirements herein stated and in conformity with the details 6 -24 'Technical Specifications shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3.0 CABINET FOUNDATIONS 3.1.1 All concrete materials and their preparations shall be in accordance with the requirements contained in Standard Specifications for Public Works Construction North Central Texas, 'Drilled Shaft Foundation," and the additional requirements herein. 3.1.2 All concrete used in the project shall have the following mix proportions and characteristics: a. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0 b. Maximum Water - Cement Ratio - 6.5 C. Maximum Size of Aggregate - 1 inch d. Minimum Compressive Strength (28 day cure at 70 F.) 3000 psi e. Slump Range in inches - 3 to 5 Use of a cement dispersing agent is permissible, but not required when the temperature of ambient air or of the concrete mix is above 85 F. 3.2 Excavation for all required foundations shall be done in accordance with lines and depth indicated on the Plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by the Engineer. Care shall be used to insure that the top of the finished foundation is exactly level. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety -six (96) hours. 3.2.2 Backfill shall be tamped with mechanical tamps in 6 -inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original construction. 3.2.3 All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. 3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F. (taken in shade away from artificial heat) unless permission to do so is given by the Engineer. 4.0 MEASUREMENT AND PAYMENT 6 -25 'Technical Specifications 4.1 Cabinet Foundation a. Measurement. Foundations will be measured per each unit. Materials required and used in installation, such as reinforcing steel, ground rods and forms will not be measured directly but will be considered subsidiary to the Items 'Drilled Shaft Foundation" and "Cabinet Foundation ". b. Payment. Foundations installed in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all required materials, such as reinforcing steel, concrete, ground rods, anchor bolts, and for all labor, materials, tools, equipment, all backfilling, and incidentals necessary to complete the work. 4.2 Ground Boxes a. Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but will be considered subsidiary to the Item "Ground Boxes ". b. Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 4.3 Conduit a. Measurement. Conduit of the respective sizes and material type specified on the Plans, will be measured per lineal foot. Materials required and used in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit ". b. Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6 -26 'Technical Specifications MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 1.0 GENERAL This specification covers polyvinylchloride compound jacketed polyethylene - insulated multi - conductor cable, and polyvinylchloride compound- insulated single conductor wire, rated 600 volts, for use in signal systems in underground conduit, as aerial cable supported by a messenger or for induction loop detector wire. 2.0 GENERAL CONSTRUCTION Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi- conductor) or with polyvinyl chloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinyl chloride compound. 3.0 CONDUCTORS 3.1 The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B -3, latest revision for soft annealed copper wire, and ASTM B -8 for concentric lay, stranded copper wire. 3.2 The conductors shall be stranded unless otherwise specified in the plans and specifications. 3.3 The number and size of the conductors shall be as specified in the plans and specifications. 4.0 INSULATION 4.1 Multi- Conductor Cable The insulating compound before application to the conductors shall be heat - stabilized polyethylene conforming to the requirements of ASTM Designation Dl 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation D1351, latest revision, and ASTM Designation D470, latest revision. Physical Properties of Polyethylene Insulation 6 -27 'Technical Specifications a. Initial Properties: Tensile strength, lbs. per sq. in., minimum 1400 Elongation at rupture, percent, minimum 350 b. After 48 hours in air oven at 100 °C: Tensile strength, percent of original, minimum 75 Elongation at rupture, percent of original, minimum 75 C. Cold Bend Test, 1 hour at -55 °C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption a. After a twenty -four hour immersion in tap water at 50 °C plus or minus 1 °C, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. b. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S -61 -402, NEMA WC5, latest revision. 4.4 Electrical Properties a. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. b. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the insulation resistance requirements of Table I. C. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. 6 -28 Technical Specifications TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Size Insulation Test Voltage Insulation Resistance AWG Thickness at 60 °F. Megohms - Inches 1000 Feet 20 .025 2500 15,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8 .030 3000 8,300 4.5 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type TRW. 4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with ASTM designation D- 470, latest revision. 6 -29 Technical Specifications TABLE II a. Initial Properties: Tensile strength, lbs. per sq. inch, min. 2300 Elongation, percent, min. 250 b. After 120 hours in Air Oven at 100 °C: Tensile strength, percent of original, min. 85 Elongation at rupture, percent of original, min. 60 C. Cold Bend Test. 1 Hour at -55 °C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self - extinguishing in minutes, max. 1 4.7 Thickness, Diameters and Weights a. The completed conductor shall conform to the requirements of Table III. b. The thickness of the insulation shall be not less than 90% of the nominal value in Table III. C. The minimum spot thickness shall be not less than 70% of the nominal thickness. TABLE III Conductor Nominal Approx. Approx. Size Thickness O.D. Weight AWG of Covering Inches Lbs/M Ft. 4 .045" .300 131 6 .045" .260 85 8 .045" .220 56 10 .030" .174 34 12 .030" .140 23 5.0 CONDUCTOR COLOR CODING 5.1 Multi- Conductor Cable Standard color coding for cables shall be in accordance with Table IV. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be colored stripes or bands which are part of, or firmly adhered to, the surface of the insulation in such a manner as to afford distinctive circuit coding throughout the length of each wire. Tracers may be in continuous or broken lines, such as a series of dots or dashes, and shall be applied longitudinally, angularly, spirally or in other distinctive patterns. 6 -30 Technical Specifications TABLE IV CONDUCTOR COLORS AND SEQUENCE Conductor No. Base Color First Tracer 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 blue Red 20 red Green 21 orange Green 5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable 6 -31 Technical Specifications Black covering shall be used for signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvinyl chloride. 6.0 CONDUCTOR ASSEMBLY (MULTI- CONDUCTOR CABLE) 6.1 Two - Conductor Cable a. Two - conductor cables shall have a maximum length of lay not more than 30 times the installed conductor diameters. b. Two - conductor cables shall be of the round, twisted type. C. Fillers shall be used where necessary to form a two - conductor round twisted cable. 6.2 Multi - Conductor Cables Having More Than Two Conductors a. In multi - conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Maximum Conductors Length of Lay 3 35 times insulated conductor diameter 4 40 times insulated conductor diameter 5 or more 15 times assembled core diameter b. Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay may be used. The outer layer shall be left -hand lay. 6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors of a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture - resistant material which has no injurious effect on adjacent components. 6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture - resistant tape applied so as to lap at least 10 percent of its width. 7.0 JACKET (MULTI- CONDUCTOR CABLE) 6 -32 Technical Specifications 7.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinyl chloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D1047, latest revision. 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. TABLE V Calculated Diameter of Cable Jacket Thickness Under Jacket, Inches 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 2.501 and larger 140 8.0 IDENTIFICATION 6 -33 Technical Specifications PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: 1800 Tensile Strength, lbs., per sq. in., min. Elongation at rupture percent, min. 250 b. After 5 days in air oven at 100 °C: Tensile Strength percent of original, min. 85 Elongation at rupture percent of original, min. 60 C. Head Shock Test, Air Oven, 1 hour at 121 °C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121 °C: Decrease in thickness, percent, max. 50 e. Cold Bend Test, 1 hour at -40 °C: no cracks f Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70 °C: Tensile Strength, percent of original, min. 80 Elongation at rupture, percent of original, min. 60 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. TABLE V Calculated Diameter of Cable Jacket Thickness Under Jacket, Inches 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 2.501 and larger 140 8.0 IDENTIFICATION 6 -33 Technical Specifications 8.1 Each shipping length of multi - conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to the outer surface of the j acket. 8.2 Each shipping length of single conductor shall have indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. 9.0 SAMPLING, INSPECTING AND ACCEPTANCE 9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture. 9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the tests made on the cable to show compliance with this specification. 9.3 Tests on Entire Cable - The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests - One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected from new cable lengths and the lot shall be accepted if retests are both satisfactory. However, in case of any failure on the retest, the lot shall be rejected. 10.0 PACKING AND MARKING FOR SHIPMENT Reels for multi - conductor cable shall be substantially constructed and in good condition. The cables shall be suitably protected. Each end of the cable shall be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number of conductors in the cable and the date of shipment from the factory. 11.0 INSTALLATION OF CABLE 11.1 General 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and 6 -34 Technical Specifications shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 11.1.3 In many instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and /or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. 11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 11.2 Wire and Cable 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 11.3 Controller Cabinet Wiring 6 -35 Technical Specifications 11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires, (5) the ground wires, and (6) the interconnect wires. At the controller all conductors from the field shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to their destination and neatly laced together. Communication and detector lead -in cables shall be clearly identified by use of metal or plastic tags. For example: Eastbound Right Lane. 11.4 Signal Head Wiring 11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face and where applicable, connecting the common terminal block in each signal face to the terminal block in the signal -head terminal compartment. All such connecting wires shall be number twelve (12) American Wire Gauge. All conductors running from any terminal points located in the pole or transformer base to the signal head terminals shall likewise be number twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work. 11.5 Terminals and Splices 11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with soldered terminals that meet the requirements of the National Electrical Code. 11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of signal conductors only in the base of each signal pole at terminal points called for in the plans. If lead -in conductors from detectors to controller are of different type than the detector leads, a water -tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape 6 -36 Technical Specifications requires a pressure and thus must be stretched to 2/3 width when applied. The completed splice shall be covered with a half -lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs shall be made with Scotchlock solderless connectors designed for this specific application. The completed splice shall be insulated with a re- enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. 11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 11.6 Enclosed Wiring 11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. The power entrance to the controller may be made through underground polyvinyl - chloride conduit. 11.7 Identification of Signal Wires 11.7.1 IMSA color coded signal cable shall be used to wire bases, pullboxes and controllers. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted if same colors are spliced. 12.0 GROUNDING AND BONDING 12.1 There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The location of the ground rod shall be such as to minimize the length of the grounding - conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms -to- ground resistance not to exceed 10 ohms when tested by a volt -ohm- meter. 12.2 Signal and Controller 12.2.1 The signal pole housing, controller housing, signal common and service common shall be grounded. All groundings shall be as shown on the plans and /or may be indicated in the manufacturer's specifications and wiring diagrams. All grounding 6 -37 Technical Specifications devices used shall conform to the requirements of the National Electrical Code. The service common at the pole from which the power is taken shall be grounded. 12.3 Conduit and Signal Posts 12.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper- wire or equal. 12.4 Grounding Connectors and Electrodes 12.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper - bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail -safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 13.0 MEASUREMENT AND PAYMENT Single and multi- conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 14.0 GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 6 -38 Technical Specifications POWER SERVICE AND SERVICE EQUIPMENT AND GENERAL SYSTEM WIRING PROCEDURES 1.0 POWER SERVICE AND SERVICE EQUIPMENT 1.1 Power Service Connection 1.1.1 The Contractor shall make all arrangements for connection to the power service, shall obtain meter and meter socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the Power Company. Coordination with the correct service provider and /or TXU for all service related issues will be the requirement of the Contractor. 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115- 125 volt, single- phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white -coded and the power positive shall be black - coded. 1.1.3 The Contractor shall coordinate with the City of Coppell's Building Inspection Department for permitting issues related to electrical connections. A 'No Cost' permit will be required for this service. Please call 972/304 -3500 to make the necessary arrangements. 1.2 Power Service Equipment Requirements Power service equipment shall meet the following requirements: (a) Lightning arrestor will be required. It shall be of the valve type, 0 -650 volt with bracket for cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 volt, 5000 IAS meeting Federal Specification W- C -375A, installed as shown on the appropriate TxDOT detail sheets. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown on the appropriate TxDOT detail sheets. Conductors shall be of the size indicated and be type TRW meeting applicable ASTM specifications. 1.21 Power service shall be provided by underground service with pedestal service type PS, as indicated on TxDOT standard detail ED (8) -03 or approved equal. 2.0 SYSTEM WIRING METHODS 2.1 Controller 6 -39 Technical Specifications Wiring for the controller shall consist of connecting to its terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 2.2 Signal Heads Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the signal head terminal compartment. All such connecting wires shall be of the size and type indicated in the plans, or appropriate details. 2.3 Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be watertight. 2.4 Terminals Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless terminals that meet the requirements of the National Electrical Code. 2.5 Wire and Cable All wire and cable shall conform to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.6 Enclosed Wiring Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty -one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power -tap lines carried down poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyyinylchloride conduit only. 2.7 Identification of Signal Wires Numbered identification tags of metal, plastic or tape shall be placed around each wire adjacent to wire ends in the controller cabinet, signal head and signal- pole -base terminal boxes. 2.8 Signal and Controller 6-40 Technical Specifications The signal poles, controller housing, signal common and service common shall be grounded. All grounding shall be as shown on the Plans and /or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electric Code. The service common at the pole or service pedestal from which the power is taken shall be grounded. 2.9 Conduit and Signal Poles Metal conduit and metal signal poles or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper wire or equal. 2.10 After the signal cable connecting the signal and the controller is in place, the unfilled portion of the conduit openings shall be sealed with a sealing compound in accordance with the National Electrical Code. 2.11 The sealing compound used shall have a melting point of not less than two hundred (200) degrees Fahrenheit, and shall not be adversely affected by the surrounding atmosphere or moisture. 3.0 MEASUREMENT AND PAYMENT 3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. 3.2 Power Service a. Measurement. The power service will be measured per each unit. Materials required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment ". b. Payment. Power service, installed in place, will be paid for at the unit price bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-41 Technical Specifications RETROREFLECTIVE PREFABRICATED PAVEMENT MARKINGS SECTION 1.0 SCOPE OF WORK AND GENERAL CHARACTERISTICS 1.1 This specification shall govern the materials, composition, application, measurement, and payment of pavement markings of the color, length thickness, and width as specified in the Plans and in accordance with the lines and positions shown on the Plans or as established by the Engineer. It is the object of this specification to insure the installation of tightly adherent, defect - free pavement markings of quality, visibility, and durability, to either asphaltic or portland cement road surfaces. Markings to be installed on roadways under traffic operation conditions shall be placed with a minimum of interference to the operation of the facility. 1.2 Pavement marking material shall be 3 -M Stamark High Performance Tape, or approved equal. 2.0 MATERIAL APPLICATION AND EQUIPMENT 2.1 The general application method, material, and equipment used shall conform with the manufacturer's recommendations. All lane and word /symbol marking configurations shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices ", as currently amended. The general application procedure is as follows: 2.1.1 Clean the road surface by high pressure air. Blast cleaning may be required by the Engineer on existing road surfaces. 2.1.2 Pre -mark the road surface with chalk or crayon where the markings are to be applied. 2.1.3 Prime the road surface using recommended primer and applicator, extending beyond outlined area a minimum of V. 2.1.4 Apply marking material in accordance with manufacturers specific recommendations making sure all edges are firmly adhered and no material is overlapping. 2.1.5 Tamp or roll the applied markings with a minimum 200 lb. load. 2.2 It is the intent of the equipment requirements specified above to insure the placement of pavement markings meeting the requirements of this specification. All markings placed that do not meet the requirements of this specification and fail to adhere to the road surface properly shall be completely removed and replaced at the expense of the Contractor. 6-42 Technical Specifications 3.0 CONSTRUCTION METHODS 3.1 a. The Contractor shall use a crew experienced in the work of installing pavement markings and shall supply all the equipment and materials necessary for the placement of the pavement markings. b. The pavement marking material shall be applied within the material temperature limits recommended by the supplier. C. The pavement upon which the pavement markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. d. Cleaning shall be by any effective method approved by the Engineer, that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. When blast cleaning is required by the Plans or by the Engineer, the blast cleaning shall be done in accordance with State of Texas Special Specification Item 'Blast Cleaning." Portland cement concrete surfaces shall not be cleaned by grinding. e. Portland cement concrete surfaces shall be further prepared after cleaning by complete sealing with a methylmethacrylate sealer or primer with an adhesive or adhesion promoter, approved by the Engineer, prior to placement of the markings. Methylmethacrylate sealers, adhesives, or adhesion promoters shall match infrared spectra and /or other data of approved materials of file at the Materials and Tests Laboratory in Austin, Texas. f When deemed necessary by the Engineer, asphaltic surfaces exhibiting polished aggregate shall be primed with a sealer, adhesive, or adhesion promoter meeting the requirements specified for sealers, adhesives, and adhesion promoters to be used on portland cement concrete surfaces. g. All other pavement surfaces may be prepared by any effective method, approved by the Engineer, that will insure complete removal of all materials or conditions deleterious to proper adhesion of the markings to the roadway surface. 4.0 PERFORMANCE Installed pavement markings shall meet all requirements of this specification for a minimum of 30 calendar days after final installation of pavement markings is complete. Pavement markings that fail to meet all requirements of this specification shall be removed and be replaced with pavement markings meeting the requirements of this specification at the expense of the Contractor. The Contractor shall replace all pavement markings failing the requirements of the specification within 30 working days following notification by the Engineer of such failing pavement 6-43 Technical Specifications markings. All pavement markings, including replacement markings, shall meet all requirements of this specification for a minimum of 30 calendar days after final installation of original and necessary replacement pavement markings. 5.0 MEASUREMENT AND PAYMENT Shown on the Plans are the specified colors, widths, and configurations of required markings along with a quantity computation for each type. Quantity estimates are given for Contractor's information only. a. Measurement of applied material will be considered as described in the Proposal and Plans. b. Payment. All lane and word /symbol markings, installed in place, will be paid for at the unit price bid as specified in the bid item list. Said payment shall be full compensation for all cleaning and removal, furnishing and installing all markings and for all labor, equipment, tools, materials, and incidentals necessary to complete the work. 6-44 Technical Specifications 02231 TREE PROTECTION AND TRIMMING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Division 1 Section "Summary" for limits placed on Contractor's use of the site. 2. Division 1 Section "Temporary Facilities and Controls" for temporary tree protection. 3. Division 2 Section "Site Clearing" for removal limits of trees, shrubs, and other plantings affected by new construction. 4. Division 2 Section "Earthwork" for building and utility trench excavation, backfilling, compacting and grading requirements, and soil materials. 5. Division 2 Section "Tree Planting" for tree planting, tree support systems, and soil materials. 1.03 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.04 SUBMITTALS A. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. B. Qualification Data: For tree service firm and arborist. C. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. 1.05 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. 6-45 Technical Specifications B. Arborist Qualifications: An aborist certified by ISA or licensed in the jurisdiction where Project is located. C. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance -- Standard Practices (Pruning)." D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1. Before tree protection and trimming operations begin, meet with representatives of authorities having jurisdiction, Owner, Landscape Architect, consultants, and other concerned entities to review tree protection and trimming procedures and responsibilities. 2.00 PRODUCTS 2.01 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2 -1/2 -inch (63 -mm) sieve and not more than 10 percent passing a 3/4 -inch (19 -mm) sieve. B. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inch in diameter; and 100% free of weeds, roots, and toxic materials. 1. Obtain topsoil only from certified landscape materials providers, An acceptable provider is Silver Creek Materials, Inc. or approved equal - product; Premium Soil Mix. C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. D. Chain -Link Fence: Metallic- coated steel chain -link fence fabric of 0.12 -inch- (3 -mm- ) diameter wire; a minimum of 48 inches (1200 mm) high; with 1.9 -inch- (48 -mm -) diameter line posts; 2 -3/8 -inch- (60 -mm -) diameter terminal and corner posts; 1-5/8 - inch- (41 -mm -) diameter top rail; and 0.177 -inch- (4.5 -mm -) diameter bottom tension wire; with tie wires, hog ring ties, and other accessories for a complete fence system. E. Organic Mulch: Premium native shredded cedar hardwood, free of deleterious materials. 3.00 EXECUTION 3.01 PREPARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Maintain temporary fence and remove when construction is complete. 1. Install chain -link fence according to ASTM F 567 and manufacturer's written instructions. 6-46 Technical Specifications B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Mulch areas inside tree protection zones and within drip line of trees to remain and other areas indicated. 1. Apply 3 -inch average thickness of organic mulch. Do not place mulch within 6 inches of tree trunks. D. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. E. Maintain tree protection zones free of weeds and trash. F. Do not allow fires within tree protection zones. 3.02 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches (75 mm) back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with premium mulch and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 3.03 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist, unless otherwise indicated. 6-47 Technical Specifications Root Pruning: Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. 3.04 B. Minor Fill: Where existing grade is 6 inches (150 mm) or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Moderate Fill: Where existing grade is more than 6 inches (150 mm) but less than 12 inches (300 mm) below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches (50 mm) above elevation of finish grade and extend not less than 18 inches (450 mm) from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches (150 mm) below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches (150 mm) minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. TREE PRUNING A. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arbori st. 1. Pruning Standards: Prune trees according to ANSI A300 (Part 1). B. Cut branches with sharp pruning instruments; do not break or chop. C. Chip removed tree branches and remove from site. . 3.05 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to arborist's written instructions. B. Remove and replace trees indicated to remain that die or are damaged during construction operations that arborist determines are incapable of restoring to normal growth pattern. 1. Provide new trees of same size and species as those being replaced; plant and maintain as specified in Division 2 Section "Exterior Plants." 2. Provide new trees of 6 -inch (150 -mm) caliper size and of a species selected by Landscape Architect when damaged trees more than 6 inches (150 mm) in caliper size, measured 12 inches (300 mm) above grade, are required to be replaced. Plant and maintain new trees as specified in Division 2 Section "Tree Planting." holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augered soil and sand. C. Aerate surface soil, compacted during construction, 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2 -inch- (50 -mm -) diameter 6-48 Technical Specifications 3.06 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Remove excess excavated material and displaced trees from Owner's property. 6-49 Technical Specifications 02402 CARE OF WATER DURING CONSTRUCTION 4.00 GENERAL 4.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water and ground water, and provide protection from flood waters. Build and maintain the necessary temporary impounding works, channels, and diversions. Remove the temporary works, equipment, and materials after completion in strict accordance with this section of the specifications and the applicable drawings. 4.02 QUALITY ASSURANCE 4.03 SUBMITTALS Submittals shall be in accordance with Section 4, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES and shall include: Plans and procedures for handling flood flows and dewatering excavations. A separate plan shall be required for the bridge and the culverts. Modifications to these plans shall be submitted for approval by the Engineer. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction. 4.04 STANDARDS [NOT USED] 4.05 DELIVERY AND STORAGE [NOT USED] 4.06 JOB CONDITIONS [NOT USED] 4.07 OPTIONS [NOT USED] 4.08 GUARANTEES [NOT USED] 5.00 PRODUCTS [NOT USED] 6.00 EXECUTION 6.01 PREPARATION [NOT USED] 6.02 FLOOD FLOWS AND OTHER WATER The Contractor is responsible for handling and diverting any flood flows, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, and other temporary works as needed to pass floodwater or divert stream flow or pass other surface water through or around the 6 -50 Technical Specifications construction site and away from construction work while it is in progress. Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or his representative. 6.03 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS The contractor is responsible for dewatering foundations for all areas during construction of the works of improvement, including areas of required backfills. Lower the water table as needed to keep work areas free of standing water or excessive muddy conditions as needed for proper performance of the construction work. Furnish, prepare, and maintain drains, sumps, casings, well points, and other equipment needed to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas shall not be permitted. Keep available standby equipment to assure the proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to assure continuous operation. 6.04 CLOSURE OF STREAM Leave an opening to pass any such floods as may occur during construction. The bottom elevation of the opening shall be as indicated or that of the natural creek channel. 6.05 FIELD QUALITY CONTROL [NOT USED] 6.06 CLEAN AND ADJUST [NOT USED] 6.07 SCHEDULES [NOT USED] 6 -51 Technical Specifications AUTOSCOPE ENCORE VIDEO DETECTION SYSTEM SPECIFICATIONS 1. VIDEO DETECTION — GENERAL This specification sets forth the minimum requirements for a system that monitors vehicles on a roadway via processing of video images. The detection of vehicles passing through the field -of- view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real -time detector or alarm states (on /off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack or 170 input file rack standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, [modem,] and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall optionally be interconnected over long distances through fiber optic, microwave, or other commonly used digital communications transport configurations. On the software application side of the network, the system shall be integrated through a client - server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processor (MVP) sensors and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP /IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web - browser interface shall allow use of industry standard Internet web browsers to connect to MVP sensors for setup, maintenance, and playing digital streaming video. 1.1 SYSTEM HARDWARE The machine vision system hardware shall consist of three components: 1) a color, 559 step, lOx zoom, MVP sensor 2) a modular cabinet interface unit 3) a communication interface panel. Additionally, an optional personal computer (PC) shall host the server and client applications that are used to program and monitor the system components. The real -time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate the current detection state (on /off). The MVP sensor shall optionally store cumulative traffic statistics internally in non - volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP /IP network protocol. The MVP shall have a built -in, Ethernet - ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard 6 -52 Technical Specifications MPEG -4 streaming digital video. Achievable frame rates shall vary from 5 to 30 frames /sec as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with the form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty -two (32) inputs and sixty -four (64) outputs or a 170 input file rack providing up to sixteen (16) contact closure inputs and twenty -four (24) contact closure outputs to a traffic signal controller. The communication interface panel shall provide four (4) sets of three (3) electrical terminations for three -wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high- energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. 1.2 SYSTEM SOFTWARE The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming, and vehicle detection processing. The detection shall be reliable, consistent, and perform under all weather, lighting, and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance, and video streaming services. There shall be a suite of client applications that reside on the host client / server PC. The applications shall execute under Microsoft Windows XP, Vista or Windows 7. Available client applications shall include: • Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information, and launch applications software to perform operations within that system of sensors. • Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. • Operation log: Retrieve, display, and save field hardware run -time operation logs of special events that have occurred. • Software install: Reconfigure one or more MVP sensors with a newer release of embedded system software. • Streaming video player: Play and record streaming video with flashing detector overlay. • Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. • Communications server: Provide fault - tolerant, real -time TCP /IP communications to / from all devices and client applications with full logging capability for systems integration. The communications server shall operate as a Windows® Service. 6 -53 Technical Specifications 2. FUNCTIONAL CAPABILITIES 2.1 MVP SENSOR The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high- speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled by the dual -core processor, thus providing high- quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG -4 digital streaming video with flashing detector overlay. The MVP shall provide direct real -time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 559 step,10x zoom lens that can be changed using either configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. 2.1.2 Power The MVP sensor shall operate on 110/220 VAC, 50 /60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. 2.1.3 Detection Zone Programming Placement of detection zones shall be by means of a PC with a Windows XP, Vista or Windows 7 operating system, a keyboard, and a mouse. The PC monitor shall be able to show the detection zones superimposed on images of traffic scenes. The detection zones shall be created by using a mouse to draw detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size, and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor, and to back up detector configurations by saving them to the PC fixed disks or other removable storage media. The supervisor computer's mouse and keyboard shall be used to edit previously defined detector configurations to permit adjustment of the detection zone size and placement, to add detectors for additional traffic applications, or to reprogram the MVP sensor for different traffic applications or changes in installation site geometry or traffic rerouting. 2.1.4 Optimal Detection The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted 30 feet (10 m) or higher above the roadway, when the image sensor is adjacent to the desired coverage area, and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the 6 -54 Technical Specifications roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that minimizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road- side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. 2.1.5 Count Detection Performance Using an installed camera that meets the optimal viewing specifications described above for count station traffic applications, the system will be able to accurately count vehicles with at least 98% accuracy under normal operating conditions (day and night), and at least 93% accuracy under artifact conditions. Artifact conditions are combinations of weather and lighting conditions that result from shadows, fog, rain, snow, etc. The volume count will be accumulated for the entire roadway (all traveled lanes), and accumulated over time intervals that contain a minimum of one hundred (100) vehicles to ensure statistical significance. 2.1.6 Demand Presence Detection Performance Using an installed camera that meets the optimal viewing specifications described above for intersection control traffic applications, the system will be able to accurately provide demand presence detection. The demand presence accuracy will be based on the ability to enable a protected turning movement on an intersection stop line, when a demand exists. The probability of not detecting a vehicle for demand presence will be less than 1% error under all operating conditions. In the presence of artifact conditions, the MVP will minimize extraneous (false) protected movement calls to less than 7 %. To ensure statistical significance, the demand presence accuracy and error will be calculated over time intervals that contain a minimum of one hundred, protected turning movements. These performance specifications will be achieved with a minimum of 2 presence detectors coupled with a single detector function (Type -9) to provide adequate road coverage to sample the random arrival pattern of vehicles at the stop line. The calculation of the demand presence error will not include turning movements where vehicles do not pass through the presence detectors, or where they stop short or stop beyond the combined detection zones. 6 -55 Technical Specifications 2.1.7 Speed Detection Performance The MVP will accurately measure average (arithmetic mean) speed of multiple vehicles with more than 97% accuracy under all operating conditions for approaching and receding traffic. The average speed measurement will include a minimum of 100 vehicles in the sample to ensure statistical significance. Optimal speed detection performance requires the camera location to follow the specifications described above for count station traffic applications with the exception that the camera must be higher than 13 in (40) feet. The MVP will accurately measure individual vehicle speeds with more than 94% accuracy under all operating conditions for vehicles approaching the camera (viewing the front end of vehicles), and more than 90% accuracy for vehicles receding from the camera (viewing the rear end of vehicles). These specifications will apply to vehicles that travel through both the count and speed detector pair and will not include partial detection situations created by lane - changing maneuvers. To ensure statistical significance, the average speed accuracy and error will be calculated over time intervals that contain a minimum of one hundred vehicles. Using a MVP sensor installed within the optimal viewing specifications described above or count station traffic applications 2.2 MODULAR CABINET INTERFACE UNIT The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real -time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a 170 input file rack or a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only 2 slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty -four (24) detector outputs. 2.3 Communications Interface Panel The communications interface panel shall support up to six MVPs. The communications interface panel shall accept 110/220 VAC, 50/60 Hz power and provide predefined wire termination blocks for MVP power connections, a Broadband - over - Power -Line (BPL) transceiver to support up to LOMB /s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors, and an interface connector to cable directly to the modular cabinet interface unit. The interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two '/z -amp SLO -BLO fuses shall protect the communications interface panel. 6 -56 Technical Specifications 3. SYSTEM INSTALLATION & TRAINING The supplier of the video detection system may supervise the installation and testing of the video detection system and computer equipment as required by the contracting agency. Training is available to personnel of the contracting agency in the operation, set up, and maintenance of the video detection system. The MVP sensor and its support hardware / software is a sophisticated leading -edge technology system. Proper instruction from certified instructors is recommended to ensure that the end user has complete competency in system operation. The User's Guide is not an adequate substitute for practical classroom training and formal certification by an approved agency. 4. WARRANTY, SERVICE, & SUPPORT For a minimum of three (3) years, the supplier shall warrant the video detection system. An option for additional year(s) warranty for up to 6 years shall be available. Ongoing software support by the supplier shall include software updates of the MVP sensor, modular cabinet interface unit, and supervisor computer applications. These updates shall be provided free of charge during the warranty period. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be available to the contracting agency in the form of a separate agreement for continuing support. 6 -57 Technical Specifications INTERNALLY ILLUMINATED STREET SIGNS SPECIFICATIONS 1.0 GENERAL • It is the intention of this specification to obtain signs very similar in appearance to existing internally illuminated signs. A visual sample of the type of sign desired can be viewed at the intersection of S. Beltline Rd. & Dividend Dr. in Coppell. All signs shall be single faced. There are a total of 72 signs on this bid. Please provide the brand and model of the unit that is proposed on the included form. • The sign shall include solid -state high flux /high output ultra high brightness white LED light engine strips utilizing state -of- the -art high power LED's and high efficient heat dissipating metal carrier body. These strips shall be of length adequate to effectively light the sign face. These strips shall utilize integral internal reflectors that will maximize the light output at the sign face. The light strips shall be mounted directly to the top of the sign body (1 row for single face signs) so as to be thermal ly linked to the sign body for heat dissipation. The LED strips shall incorporate a parabolic reflector that directs the light down to a center reflector with a custom profile that shall provide an even distribution of light from top to bottom of the sign face. • The sign assembly height shall be a minimum of 22" and maximum of 24 ", with standard widths of 48 ", 72" and 96" determined by street name length. • The body shall be aluminum. The maximum allowable weight of the sign shall be 95 lbs. • Sign shall be UL listed and approved 2.0 FIXTURE • The top of the sign shall be a one -piece inverted Tee shaped aluminum extrusion. The inside of the extrusion will incorporate profiles for holding the LED strips in place. The profile shall have a '/2 deep groove for the 1/8" thick Polycarbonate lens to slide horizontally in or out of either end of the sign. This groove shall also accommodate a 1/8" thick x '/2 wide closed cell UL listed foam gasket to the inside and a "D" shaped aluminum profile which when rotated 90 degrees will compress the lens against the gasket creating a water proof seal. The bottom of the sign shall be a one -piece aluminum extrusion identical to the top extrusion without LED mount provision. The bottom profile shall have a '/2 minimum deep groove for the 1/8" thick Polycarbonate lens to slide horizontally in or out of either end of the sign. This groove shall also accommodate a 1/8" thick x '/2 wide closed- cell UL listed foam gasket to the inside and a "D" shaped aluminum profile which when rotated 90 degrees will compress the lens against the gasket creating a water proof seal. The ends of the sign shall be a "c" channel profile that is continuously welded to the top and bottom extrusions. A fabricated aluminum end cap will be provided on each end of the sign. It shall be attached at the bottom 6 -58 Technical Specifications with a stainless steel hinge. When swung into place, the profile of the end cap will capture the ends of the polycarbonate lens and force it against the 1/8" x 1/2" closed cell UL listed foam gasket. This end cap will be held in place by a 1/4 - 20 stainless steel bolt with black nylon wing head. The sign end channel shall have provisions for mounting '/2 pipe thread cord grip or elbow with provision for photocell and cord grip. The power supply for converting the 120VAC to the DC current required by the LED strips shall be mounted on the inside of the end channel. A removable cover will be provided to cover the AC wiring. • The color of the exterior of the sign assembly shall be semi -gloss black. All exterior surfaces of the sign assembly shall have a powder- coated finish. Finish will meet the requirements of ASTM D 3359, ASTM D 3363, and ASTM D 552. • The sign shall have UL approved foam gaskets, to provide a watertight seal between the sign panel and the housing. • The sign assembly including sign panel and mounting assemblies shall be designed, tested and constructed so that no permanent deformation, warping or failure will occur when subjected to 110 mph wind loads. 3.0 LED LIGHT ENGINE The purpose of this specification is to provide the minimum performance requirements for the LED Light Engine for illuminated street signs specification. The LEDs utilized in this product shall be white in color and utilize InGaN or UV thermally efficient technology. • The LED lamp shall be rated for use in the ambient operating temperature range of -40 to +50 °C (40 to +122 °F) and for storage in the ambient temperature range of -40 to +75 °C (40 to +167 °F). • The LED Light Engine shall be a single, self - contained device, for installation in the street sign housing. The power supply shall be designed to fit and mounted on the inside wall at one end of the street sign housing. The LED Light Engine shall be mounted within the inner top portion of the housing, • The assembly and manufacturing processes of the LED Light Engine shall be designed to ensure that all LED and electronic components are adequately supported to withstand mechanical shocks and vibrations in compliance with the specifications of the ANSI, C136.31 -200 1 standards. • The LED Light Engine shall operate from a 60 + 3 cycle AC line power over a voltage range of 80 to 135 Vac rms. • Fluctuations in line voltage over the range of 80 to 135 Vac shall not affect luminous intensity by more than + 10 %. • The LED Light Engine shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage and at a temperature of +25 °C ( +77 °F). • Total harmonic distortion induced into the AC power line by the LED Light Engine operated at a nominal operating voltage, and at a temperature of +25 °C ( +77 °F), shall not exceed 20 %. • The LED Light Engine shall not exceed the maximum power values of 120 watts. • The entire surface of the sign panel shall be evenly illuminated. The average maintained luminous intensity measured across the letters, operating under the 6 -59 Technical Specifications conditions defined in Sections 2.1 and 3.4, shall be of an average of 500 lux + 25% across the sign face. • LED Light Engines shall be replaced or repaired if they fail to function as intended due to workmanship or material defects within the first sixty (60) months from the date of delivery. • LED Light Engines that exhibit luminous intensities less than the minimum value specified within the first thirty -six (36) months from the date of delivery shall be replaced or repaired. • Each LED Light Engine shall be identified by a manufacturer's serial number for warranty purposes. 4.0 SIGN PANEL • The sign face shall be constructed of 1/8" white polycarbonate with interstate blue overlay film (EC) formulated for this purpose. • The light transmission factor of the sign panel will provide a letter to background brightness ratio of 10:1 to 20:1. The luminance of the background shall not vary by more than 40% of the average background brightness reading. The luminance of the letters, arrows or symbols shall not vary by more than 20% from the average brightness reading. • Lettering will be in the ClearviewO font in the sizes specified in the exhibit. The City Logo Legend will also be included as detailed in the exhibit. Spacing and letter sizes must be strictly adhered to. 7.0 MOUNTING ASSEMBLY • The mounting bars shall be fastened to the rear of the cabinet with stainless steel fasteners and all holes will be sealed to prevent water infiltration. • All clamps, brackets, bars, etc. whether made of - heat treated aluminum bar stock, aluminum, stainless steel, or galvanized steel shall be of adequate design and strength for its intended use. • Astro -Brac® SP0140 or approved equal shall be utilized to mount the sign to the mast arm. 8.0 WARRANTY • All LED street name signs shall be warranted for a period of (60) months from date of delivery 9.0 ALTERNATE PRODUCTS 6 -60 Technical Specifications • The models and brand names are descriptive and not restrictive, and are used to indicate type and quality level desired for comparison purposes. Bids on brands of like nature and quality may be considered for the items listed on the Bid Form. Manufacturer name and model number of alternative products should be provided on the Mfg. Name and Model Form. In the event that a bid is being submitted for an alternate product, a sample is required to be provided to Per Birdsall at the address shown below no later than 10 calendar days prior to the bid closing. 816 S. Coppell Rd. Coppell, Texas 75019 10.0 SHOP DRAWINGS • The signs should be in accordance with this specification, the descriptions on the Bid Form and the information in the plans when provided. Bidder should submit a set of plans /drawings of the unit being bid and a drawing showing a scaled layout of a face per the City's specification created by the sign making program to be utilized by the awarded bidder. The previous are to be submitted as attachments. • Upon award the bidder shall submit drawings for each sign face as specified prior to production. This is to try to reduce the possibility of mistakes in the legend such as block numbers. 11.0 INSTALLATION • Installation will proceed in an orderly fashion with an intersection being completed before moving onto the next. • The intended locations of the signs are intended to be nearest the mast. If insufficient spacing exists between the first signal head and the mast the sign may need to lap over the mast. • The intended position of the sign is intended to be approximately even with the center of the signal arm (the sign will be level). All hardware and wiring will be concealed from view as much as practical. • Power will be supplied through a single conductor that will be provided by the City from the base of the mast to the traffic signal cabinet. • Bidder will be required to supply sufficient wire to reach from the base of the mast to the sign. • A single photovoltaic will be utilized to turn the lighting on and off for all of the lighted street name signs at an intersection. The photovoltaic will be located at 6 -61 Technical Specifications the traffic signal cabinet. Bidder will be required to install and connect the photovoltaic at the cabinet. All wiring needs to be neatly laid and secured. • The wiring exiting the illuminated signs will need to have a drip loop. • Access to the interior of the arm & mast shall be through a hole sawn (drilled) on the underside of the arm no larger than 3/4 ". Care must be utilized not to damage existing wiring. • Removal of the existing street name signs will be performed by the City. The contractor will be responsible for contacting the Traffic Control Division to have the signs removed the day of installation. • Should there be a conflict with existing signal controls or indications such as preemption receivers or confirmation lights the City will need to adjust or relocate those devices prior to the installation of the sign. • Work Zone barricading and signs per the TxNMTCD will be required. Working hours are restricted during rush hours. Hours of lane closures are therefore limited to between the hours of 9 a.m. and 3 p.m. Saturday / Sunday work is not permitted. 6 -62 Technical Specifications APPENDIX GEOTECHNICAL REPORT T H E• C I T Y• 0 F CO " FFELL ly, A 8 1 SWELL TEST DATA Boring No. 4, 7 Average Depth, ft 7 7' Dry Unit Weight, pc 108' 89' Liquid Limit 44 89 Plastic Limit 19' 24 Plasticity Index' 28 4 ' Initial Moisture Content, % 16' 28' Final Moisture Content, % 18 31 Percent Free Swell 03 ' 0 mom Geotechnical Exploration DeForest Toad Reconstruction. Station No'. 0 +00 to 35 +55.8 ALPHA T E ' S T 1 0 dwell Pest Data Between MacArthur and St, James Place WHERE IT ALL BEGINS Figure 2 Coppell, Texas Alpha Project No. G071324 May 6, 2009 J IIIIIIIIL AM ALPHA TESTING, INC. 2209 Wisconsin St., Suite 100 RECORD OF Dallas x , Teas (972) 620-8911 75229 SUBSURFACE EXPLORATION Client GSWW Boring No. Architect/Engineer Job No. — Project Name DEFOREST IMPROVEMENT Drawn By Project Location COPPELL, TEXAS Approved E DRILLING AND SAMPLING INFORMATION Date Started 12-27-07 Hammer Wt. lb TEST DATA SS -STANDARD PENETRATION TEST AT COMPLETION DRY FT. HSA - HOLLOW STEM AUGf RS ST - SHELBY TUBE CFA - CONTINUOUS FLIGHT AUGERS CA - CONTINUOUS FLIGHT AUGER AFTER HR& FT. DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS NONE FT, MD -MUD DRILLING Date Completed 12-27-07 Hammer Drop in Drill Foreman EDI Spoon Sample OD in Inspector Rock Core Dia. in Boring Method CFA Shelby Tube OD 3 in U. to C3 CL Ct 0 -= > 0 a 0 q 6 X SOIL CLASSIFICATION Cft C: at F E C4 _J 3 a U _ g :_ . D X T III ,, '< W J FL W _ 3_ W 72 M �0 0 :3 , E cr C tm Q q a- cr 8 M 4 5 C'a "' in 0- D SURFACE ELEVATION tt � W W 0 n < 21:1- < X 1= C 9i - 0 En 0 OW IWZ In I 'L I En M D 12 -2 -, d. a. 3 Asphalt Concrete over 6" 0.8 0 1 ST - Base Material.— — — — - 2 ST 4.5+ - Brown and Tan SANDY CLAY with ___qra 91 and asphalt -FILL. 3t 3 ST 2.5 29 LL=70 Dark Brown CLAY with sand, PL=25 gravel and calcareous nodules. PI=45 5 4 ST 2.3 31 5 ST 2.5 BOTTOM OF TEST BORING AT 7 10 20 25 SAMPLER TYPE GROUNDWATER OBSERVATIONS> BORING METHOD SS -STANDARD PENETRATION TEST AT COMPLETION DRY FT. HSA - HOLLOW STEM AUGf RS ST - SHELBY TUBE CFA - CONTINUOUS FLIGHT AUGERS CA - CONTINUOUS FLIGHT AUGER AFTER HR& FT. DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS NONE FT, MD -MUD DRILLING A J'Ir ALPHA TESTING, INC. 2209 Wisconsin St., Suite 100 Gallas, exas 75229 (972) 620-8911 Client GSWW Arch itect/Eng i neer Project Name DEFOREST IMPR( Project Location COPPELL, I DRILLING AND SAMPLING INK 13-2 ed By DES TEST DATA Date Started 12-27-07 Hammer Wt. ib). Date Completed 12-27-07 Hammer Drop in Drill Foreman EDI Spoon Sample OD in ti Inspector Rock Core Dia. in Z5 Boring Method CFA Shelby Tube OD 3 in 67 CL CJ 0 F- > 0 SOIL CLASSIFICATION CL E E 2 LL W U. '5 T UJ _J < J _J W a- a 8 Cr 0- Cr 'W % Z' Z5 - CU I n u 11 11 SURFACE ELEVATION F- W UJ 0 < d < � 6 P 8 9 �. , I (n 0 0(0 0 z W CL 0. 0 _J a- FL - Concrete. 0.3 0 - Brovm, Tan and Gray SANDY CLAY 1 ST 4.5+ - with gravel -FILL. 2 ST 4.5+ 10 5 ST 4.0 10 3 7 4 ST 3.5 23 Dark Brown CLAY with sand, gravel and calcareous nodules. 5 ST 2.5 17 LL=59 PL 10 PI=37 ST 3.5 6 -tan and gray below 17 7 ST 1.5 1.4 104 21 20 21 Tan and Gray CALCAREOUS CLAY with clay seams. 8 ST 3.5 25 BOTTOM OF TEST 'BORING AT 251. SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING U f-I f'%th METHOD I 0 A A UG E RS SS -STANDARD PENETRAT ]ON TES I AT COMPLETION 2 3 FT, rlQr% - &A- ST - SHELBY TUBE CFA - CONTINUOUS FLIGHT AUGERS CA -CONTINUOUS FLIGHT AUGER AFTER HRS. FT. DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS 23 FT, MD -MUD DRILLING /I ALPHA TESTING, INC. RECORD OF 220 Wisconsin sconsin St., Suite 100 Dattas,Texas 7 5229 A SUBSURFACE EXPLORATION (972) 620-8911 Client GSWW Boring No. B-3 Architect/Engineer Job No. G071324 Project Name DEFOREST IMPROVEMENT Drawn By HC Project Location COPPELL, TEXAS Approved By DES DRILLING AND SAMPLING INFORMATION TEST DATA Date Started 12-27-07 Hammer Wt, lb,. Date Completed 124 -27-07 Hammer Drop in Drill Foreman EDI Spoon Sample OD in U_ Inspector Rack Core Dia. in 0 A Boring Method CFA Shelby Tube OD 3 in -bi � LL > Z x SOIL CLASSIFICATION E Cn 1 15 E 9 J D W LU 0 o s c C 0 2 - Z3 0 :3 M SURFACE ELEVATION t-- -i ! I,- a_ m 8 M C § . 'Z VQ wi � ❑ < W 0 0 U) U O Z ' U a 'f n L) ' ' vi i C a 0 0 :) �_ a_i-- , _J a- 0. 211 Asphalt Concrete over 611 0.7 o -- \13ase Material. _J I ST 4 .5+ Reddish and and Gray SANDY CLAY with gravel and 3 ST 4.5+ 12 LL--36 calcareous nodules, PL=18 PI=18 5 4 ST 4.5+ 13 ST 4.5+ 10 5 ST 4.5+ 12 6 10 7 ST 4.5+ 9 BOTTOM OF TEST BORING AT 12 20 25 SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING METHOD SS -STANDARD PENETRATION TEST AT COMPLETION DRY FT. HSA - HOLLOW STEM AUGERS ST - SHELBY TUBE CFA'- CONTINUOUS FLIGHT AUGERS CA -CONTINUOUS FLIGHT AUGER AFTER HRS. FT_ DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS NONE FT, MD -MUD DRILLING A ALPHA TESTING, INC. 2209 Wisconsin St., Suite 100 RECORD OF (972) sea $911 SUBSURFACE EMCPLORATIO Client G SWW Boring No. S - Architect/Engineer Job No. , G071324 Project Name DEFOREST IMPROVEMEN Drawn By HC Project Location COPPELL, TEXAS Approved By DES DRILLING AND SAMPLING INFORMATION TEST DATA Date Started 12-27-07 Hammer Wt. 140 Ib . Date Completed 12 -27 -87 Hammer Drop 30 in Drill Foreman EDI Spoon Sample OD 2 in Inspector Rock Gore Dia. In a a Baring Method CFA Shelby Tube OD 3 in U f, N 4 @ u a D z ,a G, EL or`m OIL CLASSIFICATION a) W w a, t�� C °�� tJ �rnm SURFACE ELE1/ATI�1N a, < M G ' �y ca D J LG w L) d d d S�- E m y T 5 c a uy o 0 Us rn z cU) I- R 0.- u] 07 U] i_ CL h- CS J EL a1 - -2" Asphalt Concrete over 8 0.8' Base Ma at su 2' — 1 ST 1 0 Tannd.sh' Brawn CLAYEY SAND - I'I' _ 2 5T 2.3 20 Reddish Tan and Gray SANDY CLAY with gravel and calcareous nodules. 5 3 ST 3.5' 19 4 ST 4.5+ 108 16 LL--44 8 PL=19 - Tai CLAYEY SA2�b � FI =2 5 ST 1.5 13 10 — 131 Tan CLAYEY GRAVEL with sand, 6 SS 12 26 8 15 17 Tan and Gray CLAY' w: th gravel and sand.. - 7 ST 20 — 22" - Gray 8 TGP 100 BOTTOM OF TEST BORING AT 251. 25 Ott SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING METHOD SS - STANDARD PENETRATION TEST AT COMPLETION 12 FT. HSA - HOLLOW STEM AUGERS ST - SHELBY TUBE CFA - CONTINUOUS FLIGHT AUGERS CA -CONTINUOUS FLIGHT AUGER AFTER HRS. FT. DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS' 12 FT MD -MUD DRILLING ALPHA TESTING, INC. R ECOR D O 2209 Wisconsin St., Suite 10 620 - A S UBSURFACE EXPLORATION (972) 8911 Client GSwW Baring No. B Architect/Engineer Job No. 0071324 Project Name DEFOREST 'IMPROVEMENT Drawn By HC Project Location COPPELL, TEXAS Approved By DES DRILLING AND SAMPLING INFORMATION TEST DATA Date Started 12-27-07 Hammer Wt. lb . Date Completed 12 -27 -07 Hammer Drop , in Drill Foreman EDI Spoon Sample OD in Inspector Rock Care Dia.: in Baring Method CFA. Shelby Tube OD 3 in � � � LL . SOIL. CLASSIFICATI€ N cn c Q a a E E do J SURFACE ELEVATION W It ° a F- LW 6XJ L`t. WJ U 0 in O S 41 a7 in z U7 F° d I- W C1 (0 C C7 D q a' u q J J —, '.. Z3 in F^�^' a. F' Cl � � J CL LL.. 211 Asphalt Concrete over S" 0 . 8 ' Hake Ma 1 ST 0.5 Brown and Tan. CLAYEY SAND- FILL, 2 ST 1.8 10 _ 4 Tan SANDY CLAY with gravel and � — calcareous nodules. 5 3 ST 1.8 19 ST 2.3` 112 16 4 BOTTOM OF TEST BORING AT 7 10 15 20 25 SAMPLER T YPE GROUNDWATER OBSERVATIONS BORING METHOD SS - STANDARD PENETRATION TEST AT COMPLETION DRY FT. NSA - HOLLOW STEM AUGERS ST - SHELLY TUBE CFA'.. - CONTINUOUS FLIGHT AUGERS CA = CONTINUOUS FLIGHT AUGER AFTER' HRS, FT. DC - DRIVEN CASINGS TCP' -TEXAS GONE PENETRATION' TEST WATER ON RODS NONE FT. MD; -MUD DRILLING V4!!3 1rdi Client GSWW Baring No. 13-6 Architect/Engineer Job No. G071324 Project Name DEFOREST IMPROVEMENT Drawn By HC Project Location COPPELL, TEXAS Approved By DES DRILLING AND SAMPLING INFORMATION TEST DATA Date Started 12-27-07 Hammer Wt. Date Completed 12-27-07 Hammer Drop in Drill Foreman EDI Spoon Sample OD in Inspector Rock Core Dia. in 3 8 Boring Method CFA Shelby Tube OD 3 in Fn U) LL N i CD r CL _-z a) > O � I c 0 L1 0 x Z C E E SOIL CLASSIFICATION W 0- d) 91 4Y 0 U_ C W LL J N I.- SURFACE E LEVATIO C W _J 0. W a. U j a. 0 u E -= Cr 0. Cr 'DI =) J Cr n a. W < 2 W U <d 2 a. M 0) _U 82 C 9 coo o U) W z 1 U il Cn En 1 .0 Cn 'L 1 o- _J n- FL -8 Asphalt over 2 Base 018 0 1 CA - - \Material at surface ST 3.0 2 Brown and Tan CLAY with grave and sand - FILL, BOTTOM OF TEST BORING AT 2 5 10 15 20 25 SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING METHOD SS STANDARD PENETRATION TEST HSA - HOLLOW STEM AUGERS ST - SHELBY TUBE AT COMPLETION DRY FT. CFA - CONTINUOUS FLIGHT AUGERS CA -CONTINUOUS FLIGHT AUGER AFTER HRS. FT. DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS NONE FT, MD -MUD DRILLING ALPHA TESTING, INC. 2209 Wisconsin St., Suite 100 RECORD OF Dalfasjexas (972)620-8911 75229 SUBSURFACE EXPLORATION Client GSWW ArchitecttEngineer Project Name DEFOREST IMPROVEMENT Project Location COPPELL, TEXAS DRILLING AND SAMPLING INFORMATION TEST DATA Date Started 12-27-07 Hammer Wt. I i. Date Completed 12-27-07 Hammer Drop in Drill Foreman EDI Spoon Sample OD in Inspector Rock Core Die. in 6 Boring Method CPA Shelby Tube OD 3 in -T En 4 U_ En C3 r CL > 01-- En Cn E 02 :tf SOIL CLASSIFICATION X r 0 CM (D co d) C:: I C 0 �0 -i (D LL C 0 LL 0 a: IL LU Ul UJ C 0 0- Co t C: E _ Cr IL Cr a L) .2 C - , 1D CL 6: SURFACE ELEVATION W 0 b 0 X a) a C 0 a en 0 CS W ow I WZ1 --,3 Concrete. 0.51 0 Tan and Brown�SANDY CLAY with 1 ST 1.8 limestone - FILL. 2 ST 3.5 17 -clay with asphalt below 4 5 3 ST 2.8! 33 4 ST 3.5 89 28 LL=69 PL- PI=45 5 ST 3.3 10 12 Dark Brown CLAY worth sand, gravel and calcareous nodules. ST 3.3 23 15 Tan and Gray CALCAREOUS CLAY 17 with sand. 7 ST 2.8 17 20 - clay seams below 23'. 8 ST 1.5 25 BOTTOM OF TEST BORING AT 251. SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING METHOD SS -STANDARD PENETRATION TEST AT COMPLETION 17 FT, tier - HULLUVV b I tM AUUtKZ:) ST - SHELBY TUBE CFA - CONTINUOUS FLIGHT AUGERS CA -CONTINUOUS FLIGHT AUGER AFTER HRS, FT, DC - DRIVEN CASINGS TCP- TEXAS CONE PENETRATION TEST WATER ON RODS 17 FT. MD -MUD DRILLING KEY TO SOIL SYMBOLS AND CLASSIFICATIONS THE ABBREVIATIONS COMMONLY EMPLOYED ON EACH "RECORD OF SUBSURFACE EXPLORATION", ON THE FIGURES AND IN THE TEXT OF THE REPORT, ARE AS FOLLOW& L SOIL DESCRIPTION V. PARTICLE SIZE IDENTIFICATION CONSISTENCY Qu, TSF BOULDERS IV, RELATIVE PROPORTIONS COBBLES 3 TO 8 INCH DIAMETER VERY SOFT LESS THAN 0.25 DESCRIPTIVE TERM PERCENT GRAVEL (A) COHESIONLESS SOILS FIRM 0.50 TO 1,00 FINE: 5.0 MM TO 314 INCH STIFF 1.00 TO 2.00 SAND COARSE: 2.0 MM TO 5.0 MM VERY STIFF 2.00 TO 4.00 MEDIUM: 0.4 MM TO 2.0 MM TRACE 1 TO 10 RELATIVE DENSITY N, BLOWS/FT LITTLE 11 To 20 VERY LOOSE 0 TO 4 SOME 21 TO 35 LOOSE 5 TO 10 AND 36 TO 50 MEDIUM 11 TO 30 HIGH TO VERY HIGH OVER 30 RD' ROCK CORE DENSE 31 TO 50 ss STANDARD PENETRATION TEST, VERY DENSE SPLIT - ;SPOON: 2" O.D. EXCEPT OVER 50 WHERE NOTED USCS SYMBOL DESCRIPTION ST (B) COHESIVE SOILS V. PARTICLE SIZE IDENTIFICATION CONSISTENCY Qu, TSF BOULDERS 8 INCH DIAMETER OR MORE COBBLES 3 TO 8 INCH DIAMETER VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 GRAVEL COARSE: 3/4 TO 3 INCH FIRM 0.50 TO 1,00 FINE: 5.0 MM TO 314 INCH STIFF 1.00 TO 2.00 SAND COARSE: 2.0 MM TO 5.0 MM VERY STIFF 2.00 TO 4.00 MEDIUM: 0.4 MM TO 2.0 MM HARD OVER 4.00 FINE: 0,07 MM TO 0.4 MM SILT 0,002 MM TO 0.07 MM I. PLASTICITY CLAY 0.002 MM, OR LESS DEGREE OF PLASTICITY PLASTICITY INDEX VI. DRILLING AND SAMPLING SYMBOLS NONE TO LOW 0 TO 4 LOW 5 TO 15 CA CONTINUOUS AUGER SAMPLE MEDIUM 16 TO 30 HIGH TO VERY HIGH OVER 30 RD' ROCK CORE TCP TEXAS CONE PENETRATION TEST I. TYPICAL SOIL CLASSIFICATIONS ss STANDARD PENETRATION TEST, SPLIT - ;SPOON: 2" O.D. EXCEPT WHERE NOTED USCS SYMBOL DESCRIPTION ST SHELBY TUBE: 3" 0,D. EXCEPT WHERE NOTED CH HIGH PLASTICITY CLAY ws WASHED SAMPLE CL MEDIUM TO LOW PLASTICITY CLAY HSA HOLLOW STEM AUGERS SP POORLY GRADED SAND CFA CONTINUOUS FLIGHT AUGERS sw WELL GRADED SAND,' sm SILTY SAND MD MUD DRILLING sc CLAYEY SAND NOTE: ALL SOILS CLASSIFIED ACCORDING TO THE UNIFIED SOIL CLASSIFICATION SYSTEM (USCS) (ASTM D-2487) G"twllAkvl mater;ols Tasohgoromulting pia. KEY TO SOIL SYMBOLS AND CLASSIFICATIONS