Loading...
DR1201-CN130528 èHôriiiI.. f ... T n�s� "! � 9 A s 1 a CONSTRUCTION SPECIFICATIONS And CONTRACT DOCUMENTS For Creekview Drive Retaining Wall and Roadway Improvements Project No. DR 12-01 Bid No. 0-0413-02 zr FOR r. tr t_ 1f. THE CITY OF COPPELL y s AI APRIL 2013 PREPARED BY WALTER P MOORE Walter P. Moore and Associates, Inc. 1845 Woodall Rodgers Freeway, suite 1650 Dallas, TX 75201 TBPE Firm Reg. No.: 1856 ADDENDUM#1 CITY OF COPPELL CREEKVIEW RETAINING WALL AND ROADWAY IMPROVEMENTS PROJECT NO.DR 12-01 BID NO. Q-0413-02 APRIL 17, 2013 To: All Plan Holders of Record This addendum forms a part of the Contract Documents and modifies the Contract Documents and Specifications as noted below. Acknowledge receipt of the Addendum in the space provided on the Bid Form and on the outer envelope of the Bid Proposal. Failure to acknowledge receipt of this Addendum may subject the Bidder to disqualification. This addendum consists of 1 page and 11 attachments. Bidders are directed to revise and/or incorporate into the bid the following items: The following items have been addressed: 1. Item 212's quantity has been corrected. 2. A manhole has been added on the existing 60" line. 3. Bid time of 150 days has been corrected. 4. 10"rock anchor diameter has been clarified. 5. Pedestrian railing coating has been specified. 6. Additional pavement replacement area has been documented. Addendum documents are as follows: 1. Replace page 1-21 through 1-26 with the attached pages. 2. Replace with Section 5 of the Bid Documents with the attached. 3. Update Sheet 2, General Notes, with: a. Sketch 2-01, Updated General note, attached b. Sketch 2-02, Updated Concrete and Grout and Rock Anchors notes, attached. 4. Update Sheet 4, Creekview Drive Plan&Profile with Sketch 4-01, attached. 5. Update Sheet 5, Creekview Drive Plan&Profile with Sketch 5-01, attached. 6. Update Sheet 15, Typical Details as follows: a. Replace Detail 1 with Sketch 15-01, attached, b. Replace Detail 2 with Sketch 15-02, attached, and c. Add Detail 8 per Sketch 15-03, attached. 7. Sheet 16,Erosion and Sedimentation Control notes and details, is provided, attached. End of Addendum No. 1 Creekview Retaining Wall and Roadway Improvements Addendum No.1 Page 1 of 1 ITEM APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT HYDRATED LIME, COMPLETE IN PLACE. 210. 86 TON DAL- i'ti' ' �0.-Ce 1 Dollars $ _ $ (5'q f 0 and ,o Cents per TON 8"LIME STABILIZATION SUBGRADE, COMPLETE IN PLACE. r 211. 2,000 SY 1 Dollars $ 9-a $ J 000 c...›.--,aZ, and • Cents per SY 8"THICK CONTINUOUS REINFORCED CONCRETE PAVEMENT—ROADWAY WITH 6"INTEGRAL CURB, COMPLETE IN PLACE. • 212. 4,100 SY $ CI $ 76/ 300 ' ��-(,' Dollars I t and 14(3 Cents per SY CONCRETE CONSTRUCTION JOINT—DRILL AND EPDXY GROUT 18"#4 BARS ON 12"CENTERS, COMPLETE IN PLACE. 213. 130 LF $ S:4 $ 05 r--- Dollars 5�. and ft.irtf Cents per LF 4"THICK REINF. CONCRETE SIDEWALKS, COMPLETE IN PLACE. �1 214. 300 SY � �i Dollars $ 32 , $ 606 ' cJ / and N 0 Cents per SY I REMOVE, SALVAGE AND RE-CONSTRUCT EXISTING MODULAR BLOCK RETAINING WALL, COMPLETE IN PLACE. 215. 1,650 SF $ ��� Dollars ,25- - $/t t 25� ' and No Cents per SF RAISED PAVEMENT MARKERS,TYPE II-A-A, COMPLETE IN PLACE. ���Q, / . 216. 180 EA —( '_"_ Dollars $ 2 (9q $ / bL.�--2- 0 and AQ,,t` / Cents EACH J r� • • 1-21 ITEM APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT TREE REMOVAL AND DISPOSAL, COMPLETE. 217. 21 EA h— kliAk.dita . Dollars $ and NO Cents.EACH kn O $ �� O� TREE INSTALLATION, COMPLETE IN PLACE. 218. 3 EA S t0-1.-tj o Dollars $ , $ f q 3g -- and N o Cents EACH l TURF ESTABLISHMENT, COMPLETE IN PLACE 219. 590 SY 7-0ti411- Dollars $ 4,r-- $ a — and /�)O Cents per SY of REMOVE AND REPLACE PEDESTRIAN RAIL, COMPLETE IN PLACE. 220. 230 LF an k- I. . 4�'i l e YLwrk- Dollars $ 105 -- $2Lt 6°- 7 Cents per LF and NO t IRRIGATION SYSTEM REPAIR/ADJUSTMENT, COMPLETE IN PLACE. 221. 1 LS L,e � Dollars $6f 000 $ 6 t(boo and /�'� No Cents, LUMP SUM REMOVE AND RESET TRAFFIC SIGNS, COMPLETE IN PLACE. ��'. -- AA 222 2 EA 01A-12, G - d- ,tom Dollars $ $ and N d Cents EACH �� CONSTRUCT BARRIER FREE RAMP AT INTERSECTION, COMPLETE IN PLACE. 223. 2 EA `%�1� c�i hevit t,C ��6 (/ Dollars $S4 In �J and /U D Cents EACH FURNISH/INSTALL 18" RCP (CL III), COMPLETE IN PLACE. 301. 40 LF Dollars $ r44)o $ 2/ oao 1-66"and A/a Cents per LF J 1-22 i ITEM APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT FURNISH/INSTALL 21"RCP (CL III), COMPLETE IN PLACE. - • 302. 20 LF _1"(, tom �Q_- Qom- Dollars $ gl $ ' 1 '4o- (�J _ J and No Cents per LF FURNISH/INSTALL 24" RCP(CL III), COMPLETE IN PLACE. 303. 115 LF /� �� J2�( Dollars $ 68 Q ® $ 7, 82o and Alb, Cents per LF TRENCH SAFETY SYSTEM FOR STORM DRAINAGE CONSTRUCTION, COMPLETE IN PLACE. 304. 150 LF ,L Dollars $ 6 - $ ?CO - and N Cents per LF INSTALL RECESSED CURB INLET, COMPLETE IN PLACE. 305. 2 EA h'- Dollars $ /3r /? An- $ 4-co and g 0 Cents EACH INSTALL NON-RECESSED CURB INLET, COMPLETE IN PLACE. 306 2 EA Dollars $31Zoo— $ 6�14 06 and N 0 Cents EACH INSTALL 6'SQUARE MANHOLE, COMPLETE IN PLACE. 307 1 EA ^1.o Dollars $ e $ //I and -), Cents EACH 12"PVC WATER PIPE, COMPLETE IN PLACE. 401 465 LF W& /J'" - . Dollars $ 267 $ 12 09 o P T . and v No Cents per LF • 12"GATE VALVE, COMPLETE IN PLACE. 402 2 EA 111)1.9—e_tititt.a.rLat Dollars $31000' $ 6,080 -- and NO Cents EACH • 1-23 ITEM APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT • INSTALL NEW FIRE HYDRANT ASSEMBLY, VALVES,AND CONCRETE PLATROEM, COMPLETE IN PLACE. 403. 1 EA 'f Dollars 5(000_-- 5,00o — and gel Cents EACH INSTALL 2"AIR RELEASE VALVE,ASSEMBLY AND CONCRETE PLATFORM, COMPLETE IN PLACE. 404. 1 EA _ _ ayttitlatt./a. kt0-e—, Dollars $1. 1�Dd $ 6 1560-- and M 6 Cents EACH CONNECT TO EX. 12"WATERLINE, COMPLETE IN PLACE. 405. 2 EA °Q/ �� Dollars $I go O $ 34 U` o and( Cents EACH TRENCH SAFETY&SUPPORT—WATERLINE, COMPLETE IN PLACE. 406 480 LF Dollars /_ 21 S 00 and • NO Cents per LF v CLEARING AND GRUBBING OF GABION WALL AREA, COMPLETE IN PLACE. 501 1450 SY Dollars $ 1t+.` $z O,30O~ and NO Cents per SY PLACEMENT OF IMPORTED TOP SOIL, COMPLETE AND • IN PLACE. . 502. 50 CY TWf /v Dollars $ $ and N b Cents per 26— 1,306 r CY INSTALLATION OF PERMANENT EROSION MAT W/HYDROMULCH SEEDING, COMPLETE IN PLACE. 503. 600 SY $ � / Dollars 6 3( 6 U6 and N 0 Cents per SY INSTALLATION OF 3'X3'GABION STRUCTURE, COMPLETE IN PLACE. 504. 610 CY - � - J' Tim) I'U -btaiiidii.t,, Dollars $2.8 Z — $172)x20` and Al 0 Cents per CY• 1-24 ITEM APPROX DESCRIPTION OF ITEMS WITH BID UNIT PRICE EXTENDED QTY UNIT PRICES WRITTEN IN WORDS IN FIGURES AMOUNT INSTALLATION OF 18"X18"REINFORCED CONCRETE BEAM, COMPLETE IN PLACE. 505 85 CY I , A Vtk Y1�� �tizfati-C/ Dollars $s712 " /(a'D2o and /0 Cents per (9 / CY INSTALLATION OF 12"GABION MATTRESS, COMPLETE IN PLACE. 506. 70 CY Au , f i11;11- � Dollars $2C� &g (/ v/J s o o and Cents per CY INSTALLATION AND PRE-STRESSING OF ACTIVE ROCK ANCHORS, COMPLETE IN PLACE. 507 132 EA .2 /uvA A "' Dollars $ / b 9 25.51 cl00 r and Cents EACH TOTAL BASE BID PRICE (A) (Total of Items 101 thru 510): $ TOTAL TANGIBLE PERSONAL PROPERTY: $ BID SUMMARY (A)TOTAL BASE BID,ITEMS#101 THRU#510: $ I TOTAL CALENDAR DAYS : (B)TOTAL CALENDAR DAYS X$1000.00 $ • BASIS FOR COMPARISON OF BIDS=A+B: $ 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 150 CALENDAR DAYS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJEC l'ED 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. 1-25 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 Signature: 1-26 SECTION 5 DESCRIPTION OF PAY ITEMS T H E • C I T Y • O F coppELL A S • l 1 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 placement of the required traffic control devices in accordance with the approved traffic control plan and TMUTCD latest edition. The Contractor may submit an alternate 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 plans for the project as a whole and for the various phases as needed. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the alternate plan has been approved. - i The Contractor will be allowed to close Creekview Drive to through traffic completely between STA. 0+00 and STA. 8+00 as indicated on the plans. Sufficient notification shall be made by the contractor to the Coppell Fire & Police Departments, the adjacent businesses, as well as garbage collection and mail service. The Contractor shall provide detour signage as indicated on the plans and additional notification as needed around the construction area 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 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 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 and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a Section 5 page 3 Description of Pay Items 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: 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. P Y Y � P 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 Existing Concrete Pavement and Flatwork: This pay item shall consist of the saw cut, removal, and disposal of the existing 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. The roadway improvements shall be constructed in phases and the removal of the concrete pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the concrete is to be removed, the concrete shall be saw cut full depth to avoid damage to that portion of the concrete to remain in place. The limit of pay shall only be to the original saw line. Removal of the concrete shall be accomplished leaving a clean vertical side. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. Removal and replacement shall be to the nearest construction joint. The Contractor and the Owner's representative shall measure the concrete 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 concrete constructed for detours, construction phasing, temporary asphalt placed by the Contractor during construction or traffic control. It only includes removal of existing concrete 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 Remove Existing Concrete Pipe (Pipe<=24"Diameter): 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 (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 5 Description of Pay Items Pay Item#205 Remove Existing Concrete Pipe (Pipe>24"Diameter): 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 (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item#206 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#207 Remove Existing Storm Sewer 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. 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 Item#208 Remove Fire Hydrant: This pay item shall consist of removing existing fire hydrants and associated appurtenances. Any removal 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 remove the fire hydrants. All removed equipment shall be returned to the City of Coppell for salvage. Measurement and Payment shall be made on the basis of price bid per each(EA) fire hydrant removed 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 2"Air Release Valve and Assembly: This pay item shall consist of removing existing air release valve and associated appurtenances. Any removal of valves shall be made per City of Coppell Standard Construction Details (4100-1 & 2). This item shall include all necessary pipe, fittings, blocking, and other appurtenances necessary to remove the air release valve. All removed equipment shall be returned to the City of Coppell for salvage. Measurement and Payment shall be made on the basis of price bid per each (EA) air release valve removed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Section 5 page 6 Description of Pay Items Pay Item#211 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 8" of the mixed material to the required density. Full width shall be that distance from 1'behind the back of curb on each side of roadway to 1' 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#212 8-Inch Thick Reinforced Concrete Pavement with 6-Inch Integral Curb: This work includes the construction of 8" thick reinforced concrete pavement (including #4 bars at 18" 0/C E/W and integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. All reinforcement shall be Grade 60 unless otherwise noted or specified. 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#213 Concrete Construction Joint: This pay item shall consist of the installation of concrete construction joint at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2050) and all applicable NCTCOG Specifications. Bars shall be placed on 12-inch centers for this project. 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#214 4-inch Thick Reinforced Concrete Sidewalk: 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 Section 5 page 7 Description of Pay Items 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#215 Remove, Salvage, and Reconstruct Existing Modular Block Retaining Wall: These items shall consist of the complete in place deconstruction and reconstruction of the existing modular block retaining wall per City of Coppell Design Standards, and shall be constructed as shown on the plans. The contractor shall reuse the existing modular blocks onsite to construct the wall. 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, anchorage, and/or any foundations is subsidiary to the price bid. Work shall be in compliance with the City of Coppell Standard Construction Details, approved Manufacturer's details and specifications, 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 right-of-way 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. Utility work adjacent to the retaining wall shall be paid for separately under appropriate pay item. Pay Items#216 Raised Pavement Markers: 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 Item#217 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. Section 5 page.8 Description of Pay Items 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#218 Tree Installation: Y 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#219 Turf Establishment: This pay item shall consist of the furnishing and planting grass sod on all disturbed areas to match existing grass within the project limits, not covered by pavement. 2" of top soil shall be placed prior to planting sod. All work shall be in compliance with NCTCOG Item 202.5. This is a "plans quantity" measurement item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and/or operating all labor, materials, top soil, tools, equipment and other incidentals necessary to complete the work. Pay Item#220 Remove and Replace Existing Pedestrian Railing: This pay item shall consist of the removal and replacement of existing pedestrian railing within the project area. Pedestrian railing to be installed with terminal connectors each end. Coating for pedestrian railing shall be subsidiary to installation. Measurement and payment for work performed and materials furnished related to the removal and replacement of existing pedestrian railing or installation of new railing shall be made on the basis of the price bid per linear foot (LF), and shall be total compensation for furnishing and/or operating all labor, materials, tools, reflectors, equipment and other incidentals necessary to complete the work. Pay Item#221 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 Section 5 page 9 Description of Pay Items property owners and the Coppell Parks and Recreation Department 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 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#222 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 Items#223 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 Items#301-303 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 Section 5 page 10 Description of Pay Items 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#304 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. Pay Items#305 & 306 Inlets: This pay item shall consist of the construction of Type 1 curb inlets per City of Coppell Standard Details 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#307 Manholes: This pay item shall consist of the construction of Storm Sewer Manholes per City of Coppell Standard Detail 6010 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 Items#401 & 402 PVC Waterline & Valves: 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, 502, 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 and valves, thrust blocking, concrete anchors, flowable fill, concrete backfill, and pumping where necessary; trench excavation, Section 5 page 11 Description of Pay Items 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 (LF) 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. Pay Item#403 Install New Fire Hydrant: This pay item shall consist of installing new fire hydrants and associated appurtenances. Any fire hydrants shall be manufactured and installed per City of Coppell Standard Construction Details (4120). This item shall include all necessary pipe, fittings, blocking, and other appurtenances necessary to install the fire hydrants. Measurement and Payment shall be made on the basis of price bid per each (EA) fire hydrant installed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item#404 Install 2"Air Release Valve: This pay item shall consist of installing new air release valves and associated appurtenances. Valves shall be manufactured and installed per City of Coppell Standard Construction Details (4100-1 & 2). This item shall include all necessary pipe, fittings, blocking, and other appurtenances necessary to remove the air release valve. All removed equipment shall be returned to the City of Coppell for salvage. Measurement and Payment shall be made on the basis of price bid per each (EA) air release valve installed and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Items#405 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#406 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 Section 5 page 12 Description of Pay Items 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. Pay Item#501 Clearing and Grubbing (Gabion Wall): This pay item shall consist of the clearing and scarifying of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Clearing and Grubbing 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. 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 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#502 Imported Top Soil This pay item shall consist of the preparation of the ground surface for topsoil application, removal of topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placement of the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the OWNER. 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#503 Permanent Erosion Mat w/Seeding This pay item shall consist of the preparation of the ground surface for topsoil and erosion mattress application, removal of topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placement of the permanent erosion mat on prepared areas with approved seeding in accordance with this specification, construction notes, and at the locations shown on the plans or as directed by the OWNER. This is a "plans Quantity" measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY), and shall be total compensation for furnishing and/or operating all labor, hauling, materials, tools, equipment and other incidentals necessary to complete the work. Section 5 page 13 Description of Pay Items Pay Item#504 Gabion Structure 3'x3' This pay item shall consist of the preparation and installation of the gabion structure in accordance with the specifications provided at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#505 18"x18" Concrete Beam This pay item shall consist of the preparation and installation of the proposed reinforced concrete beams in accordance with this specification at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#506 12" Gabion Mattress This pay item shall consist of the preparation of the ground surface for gabion mattress installation and placement of the gabion mattress on prepared areas in accordance with the specifications and at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#507 Rock Anchors This pay item shall consist of the installation and testing of proposed active rock anchors in accordance with the specifications and construction notes and at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 each anchor (EA) in accordance with the technical specifications provided, and shall be total compensation for furnishing and/or operating all labor, hauling, materials, tools, equipment and other incidentals necessary to complete the work. Section 5 page 14 Description of Pay Items c 14. SUPERVISION BY THE CONTRACTOR IS EXPECTED AT ALL TIMES. ALL WORK UNDER THIS CONTRACT\ SHALL BE UNDER THE DIRECT CHARGE AND SUPERVISION OF THE CONTRACTOR. THE CONTRACTOR SHALL PROVIDE A COMPETENT SUPERINTENDENT ON THE SITE AT ALL TIMES DURING PROGRESS WITH FULL AUTHORITY TO ACT FOR THE CONTRACTOR. THE SUPERINTENDENT SHALL NOT BE CHANGED DURING THE CONTRACT EXCEPT WITH WRITTEN CONSENT OF THE OWNER. IF THE SUPERINTENDENT OR ANY STAFF SHALL BE DEEMED UNSATISFACTORY TO THE OWNER, SUCH STAFF SHALL BE REMOVED BY THE CONTRACTOR UPON WRITTEN DIRECTION OF THE OWNER AND THE CONTRACTOR SHALL NOT BE ENTITLED TO FILE A CLAIM FOR ANY ADDITIONAL WORKING TIME OR MONEY FROM THE OWNER. SPECIFIC JOB FOREMAN POSITIONS SUCH AS ANCHOR FOREMAN OR GABION FOREMAN DO NOT MEET THE REQUIREMENTS FOR THE SUPERINTENDENT. THE CONTRACTOR'S SUPERINTENDENT MAY, AFTER COORDINATION WITH AND CONSENT OF THE CITY, CONTACT PROPERTY OWNERS TO COORDINATE ACCESS ISSUES DURING CONSTRUCTION. 15. THE CONTRACTOR SHALL BE REQUIRED TO SUBMIT A DETAILED CONSTRUCTION SCHEDULE AT THE PRECONSTRUCTION CONFERENCE FOR EACH PHASE OF THE PROJECT. THE SCHEDULE SHALL BE UPDATED MONTHLY AND SUBMITTED WITH THE PAY REQUEST THROUGHOUT THE PROJECT. A MONTHLY PAY REQUEST WILL NOT BE PROCESSED WITHOUT AN UPDATED SCHEDULE. 16. THE PR1 RAILING IS TO BE POWDER COATED BLACK. COLOR PRODUCT NAME AND #: SUPPER OGF BLACK, S-400 CURE: 400E— 10-12 MIN PMT CONTROL#: S-400 RESIN TYPE: SUPPER POLYESTER RESIN GLOSS LEVEL: 70-80% "OR EQUIVALENT" EARTHWORK 1. INSTALL EROSION CONTROL MEASURES AND TREE PROTECTION PRIOR TO BEGINNING CLEARING AND GRUBBING ACTIVITIES. 2. ESTABLISH THE BASE OF THE STRUCTURE AT THE ELEVATIONS SHOWN ON THE PLANS. 3. PRIOR TO THE PLACEMENT OF THE BASE OF THE STRUCTURE, THE PROJECT ENGINEER SHALL BE NOTIFIED TO ENSURE THAT A SUITABLE SOIL STRATUM HAS BEEN REACHED. IF SHALE IS NOT PRESENT AT THE ELEVATION SHOWN IN THE SECTIONS, THE DESIGN ENGINEER SHALL BE CONTACTED IMMEDIATELY. 4. ALL VEGETATION SHALL BE REMOVED FROM THE PROJECT AREA. PROJECT AREA SHALL BE CLEARLY MARKED BY CONTRACTOR. THE CONTRACTOR IS TO NOTIFY THE PROJECT ENGINEER WHEN PROJECT AREA FLAGS ARE PLACED. ALL TREES LESS THAN 4" DIAMETER SHALL BE CONSIDERED CLEARING AND GRUBBING. 5. EMBANKMENT EXCAVATION SHALL BE BENCHED IN A MANNER CONSISTENT WITH THESE DRAWINGS. Walter P. Moore and Associates,Inc. TBPEfJ.rm Registration No. 1856 e: l 0,*:• ' »� *,�+� l • . », ERNEST L. FIELDS ;'• • #1 .0%» 83917 •,*• ifs`Wire aG • 1 SKETCH 2.01 CREEKVIEW RETAINING WALL AND ROADWAY IMPROVEMENTS WALTER P MOORE CITY OF COPPELL, TEXAS WALTER P.MOORE AND ASSOCIATES,INC. 1845 WOODALL RODGERS FREEWAY,SUITE 1650 DESIGN DRAWN DATE SCALE NOTES PILE NO. PHONE:D TEXAS 214.740 6200FAX?214.740.6300 ELF HOQ APRIL N/A 2013 SKC2.01 1 4. SPENAX HIGH TENSILE RINGS MAY BE USED AS A ALTERNATE FASTENING METHOD IN PLACE OF THE TIE WIRE LACING METHOD AS SHOWN IN THE PLANS AND SPECIFICATIONS. RINGS SHALL BE PLACED USING A SPENAX PNEUMATIC TOOL OR SPENAX HAND TOOL. OVERLAP OF COMPLETED RINGS SHALL BE )" MINIMUM WITH NOT MORE THAN ONE INCH TOTAL OVERLAP. SPACING OF THE RING SHALL NOT EXCEED FOUR INCHES. CONCRETE AND GROUT 1. CONCRETE FOR THE BEAMS SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 3,000 PSI PRIOR TO ANCHOR TESTING OR AT 28 DAYS FOR PASSIVE ANCHORS. 2. ALL CONCRETE SHALL BE DESIGNED, MIXED, TRANSPORTED, AND PLACED IN ACCORDANCE WITH THE ACI AND THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS. ROCK ANCHORS 1. ROCK ANCHOR ASSEMBLIES SHALL UTILIZE THE DYWIDAG THREADBAR PLATE ANCHORAGE SYSTEM, OR APPROVED SUBSTITUTE. NO SEPARATE PAY FOR DEPTH IN EXCESS TO THAT INDICATED ON PLANS. 2. THE ROCK ANCHORS SHALL CONSIST OF A 10" DIAMETER DRILLED HOLE REINFORCED WITH A SINGLE, SOLID, CONTINUOUS COIL STEEL ROD. REFER TO SECTIONS FOR SIZES AND STRENGTHS. 3. ALL TIEBACK ASSEMBLIES SHALL BE CAPABLE OF DEVELOPING 95% OF THE ULTIMATE TENSILE STRENGTH OF THE STEEL. 4. ALL TIEBACK ASSEMBLY COMPONENTS SHALL BE PROTECTED WITH AN EPDXY COATING IN ACCORDANCE WITH ASTM A775. 5. ANCHOR GROUT SHALL BE PLACED FROM THE LOWEST POINT OF THE DRILLED HOLE USING SLURRY TUBES OR CASINGS. 6. ROCK ANCHOR GROUT SHALL BE TYPE I PORTLAND CEMENT GROUT CONSISTING OF 5 GALLONS OF WATER PER SACK OF CEMENT IN ACCORDANCE WITH SPECIFICATIONS. ROCK ANCHOR GROUT SHALL BE BURKE NON—SHRINK GROUT AS MANUFACTURED BY EDOCO CONSTRUCTION MATERIALS OR APPROVED SUBSTITUTE. GROUT SHALL PROVIDE A MINIMUM 7 DAY COMPRESSIVE STRENGTH OF 5000 PSI. GROUT MAY BE HANDLED ON SITE OR TRANSIT—MIXED AT CONTRACTOR'S OPTION. ON—SITE BATCHING IS NOT ALLOWED. 7. THE CASING, SHEATH OR BOND BREAKER SHALL BE ONE OF THE FOLLOWING: 3" STEEL, SCHEDULE 40 PVC, POLYETHYLENE, OR POLYPROPYLENE PIPE OR TUBE. 8. FOR "ACTIVE" TIEBACKS GREASE SHALL BE INJECTED INTO THE ANNULAR SPACE BETWEEN THE CASING AND THE TIEBACK ROD. Walter P. Moore and Associates,.Inc. TBPE_irm Registration No.1856 OF a j ERNEST L. FIELDS,i Ito •0 83917. itifecs-440 1,27 s SKETCH 2.02 CREEKVIEW RETAINING WALL AND ROADWAY IMPROVEMENTS WALTER P MOORE CITY OF COPPELL, TEXAS WALTER P.MOORE AND ASSOCIATES,INC. 1845 WOODALL RODGERS FREEWAY,SUITE 1650 DESIGN DRAWN DATE SCALE NOTES FILE NO. DALLAS,TEXAS 75201.2290 APRIL PHONE:214.740.6200 FAx:214.740.6300 ELF HOO 2013 NA SKC2.02 I 1 .ET If — - -cam _ NI o U r I CCO - 0 I 1111 ! LO / > 1 I :c3 ° .�_. 0 i a "l--:° w: ip.V'° W ° Q w ° 4� d. I I ` wi ° O o airo � �y: ' WN 2 <w X 1 1 1 1 1 a tp ,.• a LL O -1 II � °p�:o..�.. .co w ' I ZEr LJJ > / I Q a/ . . Q a;i7i to\l. > C I I� I W -I 4 W t >- - I 4 � / ik != / - �1 HW0° a CO w� o 14 1 v gid i 4I \ \ _ ` W� U o a 1 I 1 I \\\ 0 a 1 1 C 4 = / 1 1 \� 0 1 1 ' I✓ '\ 1 6 1 W y W 1,, GC In \ �� < i o 0 \ � I o �n I W I I o 1,4 I 2 Ina ) 1 - . II 1 . .,/ N ,�, 1 1 I L y�I I ( �� co �- — I i 1 I z ° ,-- ____ ____ I �I / P G 11 // /l ����' iHI I 1 / . �N I 1 It, / ___I P6 I i II 0 1 Er, z N — I � N N \ I 1 , wI- N � II 0 1 1_, ■ / { \ L. bi \ 35 —r � = cn � � ,• 1 1', V I t I11; Y ` co 11l 'IF , I Z w s Q� �I IlI I I ' c) g cc " " a �� - 11 �1,I I I 6 w 1 1 Qw x v' � I ! Oaa°° NO ow w 4• I13C-:''lit UI I ) a=d G a u�;..c..) z Q J II II 1 aWo za 0_ 11 '� O&N. ~ w- Q N 11 I 1 t W ci�5f W 3 <- U J 1 z ? H Wo0Z , �< O II I 1 r w o __I a-o a ' wQ 0 w , J \z / -1 ° z 0: Q w 0 q n'N co/ J z > LLLNNL h , Q ', ,�, Q o w 1 r,,, U ct O II I `1 o J Q 0 o ri ∎ 1 \ Q z 0 4 1 I' z cD x w IL J Ih \ � ; �/ ozw ° A w I it' �I' 14,/ �; \\ w x -co O '\ 1 ui w _ 2P-.) d .`4,a .4p . 1 o Z s 4 . J •'. .6 \ ° o �'1tr . to 0`•, y I li C �,/II"• j On 4 = Qo / . o p +i Y . tit ..:1:::4:25: ('NIW) m ,kt1jd*��ad�° s~ \ It -0—� / o / \ 1 \ I '; o J N w / I \ l I -Iwz0- vi 1 I \\ L VII > oo - z °o I II \ II = I ¢ 1 w � o ° wo ° ° 0 o LIJ � I Q CK ~ Q( ` , ww - )-o Yi 0 > E0w \i o c) z (f)`" zw1: < 0 wo = wm �. I � , ,\ � o �- � cncn r 1 1 1 1 \ I, o I hi -, J • • o- I t I ... 1 I 1; 0 1 i I �TT+ 41- ' I I z N I ks='i E� W . <vJ \ U I- 1I Ii i I 0 W y M aW x tl I • _ II i 1 >4 Z U ,..H;-'1' OwN� o• Ow z I I I t I W W- Q --1 . 1 o�� mO~� U ~ a w ° ham ; OOVi°a W— O < N , II 1 __' 0 i W m_ga W a}- V y ;- z •aaN Q (-ILL I 1 w ' Jo° = wo J � I— > o Q_ a l;l 1 Q a z Q Y Q H a CC I 11' � l=/ y z Z in U Q O iJ I1 I a � J U Ct o f3 z Q q 1 w � � a \ I z W m w LL 1 11" \ wx 10 i '\ � i \ CZ J f I- — \ r ( , d 'v Z r� �l \ _ ' 8 0'14/i • :W 0j.• -A - \ ,Z 4 Jh H\ / N\ o w/ _J H I ll Q Z F- w \ I JWZdU1 0 CL -I O \ ,II OO N � F- II \ 1111 a > � D � waO\I v O 0 � t L � WI o 1 om ; L U < < •oCCzc5aw r J. C) N Z W OC Q 0 wO = wf- J i 0111 o J • i s- . 1 L() co N 00 •`' � N :CO fi Z Nor"4„,:" ;u °°C - Q w c �f(-,• o,� Cfl >QZ X m•- ��.. .Z - p• Y z W co Q W • 0..it U' F8e ' s = (� Z ill k%LI_ (01- JW W = Q0- CL o1-1- a U Ci- ww J � Jzww ~ W.. 0 y mcp = c) Qwz � W �} ------ Q LL U-I ¢ oQ cnmo� W> 2 LZ p Lu w F-z Q Y Q d N ILI c=aw Iw !� N = N W� U 4 _ � c) � � G� ��o ¢ C C ht('d).1) °= a = U �a l a O1 L11 rq z 1`.f g 144,70,2470 y T M •0■101.1124,24,111,2414,,,, ci,,„11000, .� a >=ooa ,.I'/,,' IIIIII b O O W N Z r ,' /// IIIIII LM v4i�NON //," � IIIIII w = S Qu �Q riII 1//1' ®'& _ i i 1 1 O O oW I.,,./0.01,1 iI I 1 J ZO w i/00.„/0N II I I _ O � 2Js2v JN Z Z ¢ Z a H „.Q L I O pQ wOQ CJ 616161111110 ill C e. .09I Oaz o W C N � (as 3a a. Co ,- ¢ o owa 9 „0-, w D J g O/D Ofb _J O Z o LJO _Jo (0 ¢ oF- o _ CI- CC O I- � d CC C7) " U ° -� � "' ww 0 FL 2 w U Z Q � QL� W (1 1-= wQ ¢ �1P�pp O CO f ~ > W 0_ ZO C V =�i O ZO � w N (n— O] O W � � Uw IW- O � N J\ Z mZ > oQZ � L�J � QJ LQ� UO O DLQW we Q'i OQ i= o m U O- UI— 1 �N criD cwn z z >>--- LU E. =W � ¢ cn U >� ~C.) U � ° O P O W � z r N co W �� • .92 7 i " (r '...' ---•i • o w O p .s " o � J i z N ,,. >�"o l3. c V .3 d Qz '6 0,%�0 . co co G°' J Gam• >W w o i l � <f--.1 I l l � U F— f1 tO IiI � H W— O�� U Q _j w w 1" . I ee} h C) I-- 1 1 1 J O 1 1 1 Q U- 00 z 1\ 1 1 1 O M 1 W 1 1 1 1' Q O Q 1 1 1 1 , Q J Cl_2 p Z 1 1 1 I I 1°,v• ••' Y 1 1 .p,. W O 0- q ¢N w ww >- o = C 11 Y.: .. i W� U O w CC w 1111 0 2 I U Y �`Z` • 111111 0 oz I, p�p�G�O I I I I I I I I I J _ ri"t`1� �r1}�wi O� 5 ill!I l l l l w W z ��,>r ��„ J���� �i II IIII 111 or feriti tiM a 1'I'1' ? W 1" 1` 1' �' I I 1 1 1 I w °2 rill .,.ir, O s.� .4.-,.. ►�..* I I I J Hy o`"o Cli���1���� i I 1 i' Q v 3 N v ib ••••■•••� / - •• 0•II • ' J W cn J W w F- Lr EO,E QO W U' -N ***set I,i� 1 - u oz • O § L u-z = O O vi a°v_ire 1°°i00•.00Q•4 z (wn ' p z ¢ o a w ***0.1 •1 Q (10 ° c8 m ZU a ooww ¢ 0..***•*4 U O U U w w ! Jd a w 0 a z **ease** j S 0 • Q w p Q —J II w ~ ? = Y � xzw w �Z( S cn t- o z w cn co N = zZ0 =I- - a 0 -' Z N J a z zQ= Q 1 o g w 0 < 2 ¢ U O.¢-I i_v 0 oom ° moo oz ' zc~� CC cr o �_ z F w O w cDw U w p - ¢ m -O J Q Y - U C-.) CI Y (~/l CK C--) (/') QwUZ P J CD Q ZO f- QO 2r p -< LL. N Q O J I— i m w w I w E _ > p ¢ LA r o v' c' = � � jz =°� cV I .w vi ~ CO O 0_ o 1 ¢ z w Z ¢J m o W O a ¢ w¢ M < z _ p Q i Q O W Z YY = � L Z U j.0 p I- Q = Ci)p � � w ! m W>O Q 11 Pw� U > Z U O ~0_1- w O J O o- O ¢ piw�y.p zC Z Q C.D CO_ J co• 1 - o 1 Lci . cS • co l' } a D ° ° c� J n' y IL CQ � V 44,N,0 U.. fi•' r,1 .0) - : st/ Q z X t0'a��C�: I ' •pa e� W Psi J a w IE‘ ,(4x'� `° 6 z 0 W 45 41- omfr w� m1- U Qa D CI- LL w Y W›- U bil > (3 w w ¢ O U C=.�m U p Z I- W Q I- F K� Q z .< < ! < ap S Li. W'I- Y D q Q N ow DO < Wf U w cc_ 0_ O O � w wN 0 't o = Z rr'rrr�.' cc WQQ q CC\////// I- • `/�4/s/!!/q w CD t////J/,1 Z J O J J \�//F!/!J, W W O y III •O 1//". J/` W U = W J/ !✓JJ/J Q q cn Li 1J/J/// ' `'< ..`\ !/s//J/ w 'J4//i//rA = w �\ 1i /Jl/I 8lid : f n � \\\\ N` , /�J J///// 1 ` y{a s eN / /l/ t ' r i / Q L h` \ /sss/s�I i ®. .� 0_ aao • 1III!UI lo `��Q a W H#n J L 1 ( — 0 W � Z Z C;) _J XdW - cW.> w Q CD ZW ao U ¢m Li- t @� M (n YN " ZU U X Z O z�co a °C.-) LI X OM.� IW U I . W 0 0 zo / 1 s E<4 0 g .: 8 w = >8 p 2'=,94 H ° d g °gg'm " _? as, iJ _ O rWa ; . F € 6 = °w 1;gW a Y m m ea ;E g== pa "a I J O U` o z `3 18 x`3� W $ ° �' =imag o s8 W��m 7o z bGo .E0z O Z i•• r m °sg a dF a e 18° p .aow".; 8 .§E.E,=w° �o€ s k 33F m 2 tWY E 1Y � - Se �>N < 3� ° 6g. gd `§,, €F E°=€�o� °n i° 43 - 'oar LL := NO I- _IZ CO V6a .W� 'g8ig _ c < o�w ,='2% e gw gg.,'3TAI Oda W= yU p Z .J „i mg E� o s ° < ° gp B=R V I<v= : ma " n$aagg sg1 >< o mlz Q Ye�14 O QW < a S"� g g = 41 dreg" 8m Fs r �°€'¢ S <_ d ki aagd< U W Li 8 §W< 4 a °8', a a g°' ' `gwdm g8 e4s E OV� O gwgz" Z co(�W F- jog `sg 1§1‹.- a a f<_ g gj 3>» 2'2' p.a e'' =�g 'gl gF3 Eo 6<. - r2 ewNO� O > O a .°s iIii y 6 4 „ ".m .°a -=€4° a 4.' N���6 �� w �1�, "4� m� ° ��� " 8 � w�o= 2 %II gyw 8°$°0. NE` ab Eg,.U:= 8m W g4 y6 d C gm�� g° a §° _ og=' h-m dw "`� st <`s R;: °"a4¢=` J� &s� g o o w Z Q O �_` E€ -��SSs° _ `' �� °a B" '�O �i<€ �� - PI �° �'o°s$ :�`� �� ° €g U z � zcow� D Q�¢ LL N o� rc S x"a°F° R _� _ _ i>s w EsP' "l Sb € C O p L. O e 58° o_ 8o� $s° 8 $3'�'^ .q 5a z� 'p m� W W 8a €m ` w „ 3°° 2s 5 �WOEWG d U>WW<°°x` z@ o w J ; a Q w Pr= - s < aH<a €0.0 < om _ No �W=_ ° 0W0 gig x= 00g6g mss" €Fa pip w a ° > a .:�__€ a? .s"i8<g .g _ .4 " �BsF JE wsN§**x 4§ Sao ^ do�� 15W 'At% .<. �"=_§p _ gm i z WQ U `a aR < W O U 1 _ 4 W m G 1 Wa a 1 _ii•�. _ ;Ea 4 Q oz J 2 15 Pi s " , °6 ° D Fg€ 9-i w m .f�?. ��"3 Wok 5% gg "s I. z 8. %LL. k,' • m •<° W '3 a ',7.iW 3a mh lo'. y :V'yo ° egg g 7 6 I6C-. . a. , 1 6g_ gr t :GRS i s °a 3r 111` *W QUO. z� 5511 11 gi • 8211: E g g Egli e ,4 ID o mi >o 0 0 0 0 o 0 0 o a$s i ° li dig g • g O 0 � J e$ � G ° 1 w 2 • aro Oo N O—• _w s � e; 0.14) o 0 a.0_g fai= R W O L 0 ,r; 1 p c =gio z a..,g al li Li v 0 . . F'I, NN wa 9 J w5 F,1w¢@ g-1I 'v 2 z< R I � m o s n 3 z o *A© III 3 Q q�p Q Z? O g88 ", Vie..? al g kPL;! gd$F3 9 § 2? G k" 9 �3 G k° �W s X \ 3° I' _K �RI 1 g .iti'i�� y '"� W A a B� Fn A a� 6 °� �♦ xrw-ea-ueua xrend € � € l 8 E �� W ao Z \ ij yjPj B W Yw yy � o s e e 3 s � d� g 81186 I- .1 'a P !1I!m_ " ..eda o i �I f \� ds ea a 1 r :414 m 1 .��.�� �,- -egg ¢ v\ a n8g g € 3 5 / - U r gg 4 e �i w S °fie G qq �. - zs� . 1q5is z ig A 1,iiirgim,„ 411116:1111111,1iiiii: LoNilail 1 1:2,' € � d6 - � h w ..S Y W$ � s � a Vg a €am � o a ' ar- 3° � a � s �( irl!(Il�l li��41!� pyy 3 " Z Oz >� s Gz y < gg 3 ' z� � Y a �„ g ,,, ,.4 o�Mb z&3.€o tShaz.- FI FAIN Building Relationships - Constructing Futures P.O.Box 750 Fort Worth,TX 76101 817-927-4388 817-927-4389 Fax www.faingp.co May 3, 2013 George S. Marshall,P.E. Civil Engineer City of Coppell 265 Parkway Blvd. Note we have moved P.O. Box 9478 Coppell, TX 75019 972-304-3562 Mr. Marshall, Per our conversation on 5/2/2013,you will find the information you requested regarding the Creekview Retaining Wall and Roadway Improvements in Coppell. Since our inception in 2004, The Fain Group has maintained a consistent track record of bringing construction projects on time and on budget. Our areas of expertise includes; earthwork, cement and utility construction. Our commitment to the highest standards of quality enables us to ensure that our clients receive the finest construction projects possible, exactly as they envisioned them. Regarding the Creekview Project,we are completely aware and as discussed, will construct the 6' manhole at$0.00 cost and will make every effort to ensure our client's satisfaction. In closing, we are proud of the relationships and attribute much of our success to the individuals whom we have partnered with over the years. The Fain Group is excited and looks forward to the opportunities for us and the City of Coppell to work together. Sincerely, fi Rod Lacy The Fain Group T H E - C I T Y - O F COPPELL * ,, 'm q x A S 1 S CONSTRUCTION SPECIFICATIONS And CONTRACT DOCUMENTS For Creekview Drive Retaining Wall and Roadway Improvements Project No. DR 12-01 Bid No. 0-0413-02 0 FOR iT „ 1 . 839/7 ». d p THE CITY OF COPPELL # : :; ^ i fr. yki 4�F ' 3 �1 s k APRIL 2013 "`� i 11 PREPARED BY tr, WALTER P MOORE TABLE OF CONTENTS SECTION 1: Page# Bidding Documents Notice to Bidders 1-4 Instructions to Bidders 1-5 Proposal/Bid Schedule 1-17 Bid Affidavit 1-28 Conflict of Interest 1-30 Prevailing Wage Rates 1-32 SECTION 2: Contract Documents Standard Form of Agreement(Contract) 2-2 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 2-10 Payment Bond 2-12 Maintenance Bond 2-14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129),Appendix "C"City of Coppell Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) and applicable TxDOT specifications shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. SECTION 3- City of Coppell's Supplementary Conditions 3-1 To the NCTCOG General Provisions SECTION 4- Specific Project Requirements 4-1 SECTION 5- Description of Pay Items 5-1 SECTION 6- Technical Specifications 6-1 EXCAVATION AND FILL ROCK ANCHOR TIEBACKS GABION STRUCTURES CONCRETE REINFORCING CAST-IN-PLACE CONCRETE APPENDIX A-Geotechnical Report A 1-2 SECTION I BIDDING DOCUMENTS T H E • C I T Y • O F COPPELL ,f,v. ,,,,, , ,,z ii_ \ e -elP, 47k t‘,, A s 1 1-3 NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Creekview Drive Retaining Wall and Roadway Improvements — Project No. DR 12-01. The work shall consist of the installation of 650 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 Walter P. Moore and Associates, Inc., 1845 Woodall Rodgers Frwy, Suite 1650, Dallas, Texas, 75201; or telephone (214) 740-6200 for additional information. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Creekview Drive Retaining Wall and Roadway Improvements-Project No. DR 12-01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 9:00 AM, April 25, 2013, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. 0-0413-02 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 9:00 AM on April 11, 2013. 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 $40,000.00 for early completion. Bids submitted with more than 150 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, Walter P. Moore and Associates, Inc. 1845 Woodall Rodgers Fry, Suite 1650,Dallas,Texas,75210. 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 Creekview Drive between S. Royal Lane and Freeport Parkway (approximately 450 feet). This road is currently a 4-lane undivided concrete roadway and will be reconstructed in-kind. Sidewalks will be constructed along both sides of the proposed roadway. The construction also includes the replacement of an existing retaining wall on the south right-of-way line. Various utility improvements and relocations will be required within the project limits. A new 24-foot tall gabion wall will be constructed in the adjacent creek. 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 Creekview Drive Retaining Wall and Roadway Improvements,Project#DR 12-01. 1-5 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the office of Walter P. Moore and Associates, Inc. 1845 Woodall Rodgers Frwy., Dallas, Texas 75201 telephone (214) 630- 6200 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 $50.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas or Walter P. Moore and Associates, Inc. 1845 Woodall Rodgers Frwy., Suite 1650,Dallas,Texas 75201. 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. 1-6 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 Owner by Owners of such underground Facilities or others, and the Owner does not assume 1-7 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 such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. 1-9 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 noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 1-10 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, 9:00 A.M., April 25, 2013, 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. 0-0413-02. 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: Creekview Drive Retaining Wall and Roadway Improvements — Project No. DR 12-01 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 150 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety(90) calendar days after the day of the Bid opening,but the Owner may,in its sole discretion,release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: 1-11 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. 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. 1-12 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$40,000.00. 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 $40,000.00. 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. 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 1-13 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. 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. 1-14 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. 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. 1-15 BID FORM PROJECT IDENTIFICATION: CREEKVIEW DRIVE RETAINING WALL AND ROADWAY IMPROVEMENTS BID OF The Fain Group, Inc. DATE 04/25/13 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell(hereinafter called OWNER) do Purchasing Agent 255 Parkway Boulevard P.O.9478 Coppell,Texas 75019 CITY OF COPPELL BID NO: 0-0413-02 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: 1 Date: 04/19/13 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. 1-16 (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings,but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or 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 ENGINRF.R 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 1-17 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 wEl 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): 1-18 BID PROPOSAL For CREEKVIEW DRIVE RETAINING WALL AND ROADWAY IMPROVEMENTS ,,,,,,-,,,,, ,419=ilc:z._ - , _r__ 1_26-at,-Tdc17p],a91-M:bEaP,1MEIH,1&' - ---th J,. n rw1J. ,„_19m.,_,_ ,,._Ir_ _,:i,,, _ 1,TA T - _-_ w-E,*,[ rairTirW-IfOili,-Ier,076-"=-' ==.- -ADr`i 1111- -'1----= rANT-TTI_T= MOBILIZATION(MAX.5%OF CONTRACT) _ T,-;,„- i%c %�/ .cS..- Dollars 101 1 LS $ $ and %✓ -) Cents, LUMP SUM c2 -y' ��"CCr' TRAFFIC CONTROL. 102 1 LS 4:,r' .111,,,JS . . In..s,414 Dollars $ .- $ and Mn Cents,LUMP SUM 5Z0� 57 o ROW PREPARATION. "�'` 103 5.00 STA �6¢' L"^A«A 4, 'r`'( Dollars $ $ and r 10 Cents per 37o 166 0 STATION LXJ PREPARE AND IMPLEMENT SWPPP. (�' 104 1 LS .�41b4 e�Ili-ft win" 5- (�-,"e- Dollars $ - $ and /JO Cents, LUMP Z°(96 225(05 SUM PROJECT SIGNS. 105 2 EA ira3C lu,..I,p-,1 St Dollars $ / $ and 1J0 Cents, EACH b� b J'Z0 UNCLASSIFIED STREET EXCAVATION. 201 7,650 CY 4i- Dollars $ $ and a Cents per U - 6/' " CY L SITE COMP TED EARTH FILL. 202 6,675 CY -c° {c'1 Dollars $ $ and 'JO Cents per (5� lap (Z,S CY 1-19 T - � , I G-1 r € �`- -4,�',' i Ss1_i kJ 15v n4 wiorirI fj�@ t �oll- 1 nRl E d gS 4'11 1FE� Ir T —t L 4%,, - I ��,a 17 'r r1MIGg IT�s a 'tY {,I �fL h I'I 7-4 Wi dl 11IC. REMOVE EXISTING CONCRETE PAVEMENT AND FLATWORK,COMPLETE IN PLACE. 203 3,300 SY „E,wat/t- Dollars $ $ 12" ' and t.X • Cents per SY REMOVE EXISTING CONCRETE PIPE(<=24"DIAMETER), COMPLETE IN PLACE. 204 27 LF 5cX Dollars $ $ and N Cents per LF 1C2 REMOVE EXISTING CONCRETE PIPE (>24"DIAMETER), COMPLETE IN PLACE. 205 75 LF �^ Dollars $ and i.J b Cents per LF 1 o/ `w—. CUT&PLUG EXISTING RCP AT 60"RCP REGARDLESS OF SIZE,COMPLETE IN PLACE. 206 2 EA /I II II ,kt. i^u'►'dtr� Dollars $ $ and /JO Cents, EACH lcro� REMOVE EXISTING STORM SEWER INLET REGARDLESS OF SIZE OR TYPE,COMPLETE IN PLACE. 207 4 EA (44c h J[n i Dollars $ $ and r■J() Cents, EACH 153k .' REMOVE FIRE HYDRANT,COMPLETE AND RETURNED TO OWNER FOR SALVAGE. 208 1 EA 55r L,v. tLc.A d4 Dollars $ $ and N Q Cents per EA X30 1�, REMOVE 2"AIR RELEASE VALVE AND ASSEMBLY, COMPLETE AND RETURNED TO OWNER FOR SALVAGE. 209 1 EA 44rcc,L c� c4I 023L\--- Dollars $ _ $ ( and NJ Cents per EA 34/B 3% 1-20 r 7:,1-4+1 1 J1`1 6f!pa = h1 ,,r, ,,f l 0 l ' r lU l is 1-m-ii Ak r Irk it I-5 _���1 1 0�' 1�f I if,i 1'-� h I� c; , II INI [1�i-�g��;SID a ` f N HYDRATED LIME,COMPLETE IN PLACE. 210 86 TON c>" �`' 6''1 y tlk Dollars $ $ and r 6 Cents per l c>S 15c110'.. TON , 8"LIME STABILIZATION SUBGRADE,COMPLETE IN PLACE. 211 2,000 SY -Ict...+, Dollars $ Sp $ and � (� Z •k�• Cents per SY 50w 8"THICK CONTINUOUS REINFORCED CONCRETE PAVEMENT—ROADWAY WITH 6"INTEGRAL CURB, COMPLETE IN PLACE. 212 4,05 SY '1df, ��yy� �� $ $ `-t` ('%4. Dollars 22 "] and /J o Cents per SY I J I `c 30,^ CONCRETE CONSTRUCTION JOINT—DRILL AND EPDXY GROUT 18"#4 BARS ON 12"CENTERS,COMPLETE IN PLACE.. 213 130 LF $ $ ASr Dollars and 4-hI Cents per LF 41 f0 58s 4"THICK REINF.CONCRETE SIDEWALKS,COMPLETE IN PLACE. 214 300 SY —1-klii iWtl Dollars $ $ and Aro Cents per SY 32. CU REMOVE,SALVAGE AND RECONSTRCUT EXISTING MODULAR BLOCK RETAINING WALL,COMPLETE IN PLACE. 215 1,650 SF $ $ q4N4,1 c:V- Dollars and NO Cents per SF Z5 ill?50 RAISED PAVEMENT MARKERS,TYPE I I-A A,COMPLETE IN PLACE. 216 180 EAR Dollars $ $ 6 C°1 ZO and 5. ,, 64N e..- Cents EACH 3 C/��{ 1-21 TREE REMOVAL AND DISPOSAL,COMPLETE. 217 21 EA L,(' t1u,Nia,� Dollars $ $ and N Cents EACH 406-- e$Z0 TREE INSTALLATION,COMPLETE IN PLACE. 218 3 EA 5'4 L,�tc, 't154,1 ■X Dollars $ $ and N c Cents EACH 6U�o— 193 TURF ESTABLISHMENT, COMPLETE IN PLACE Rt� 219 590 SY Lir Dollars $ $ and 1.1a Cents per SY l Z31ov REMOVE AND REPLACE PEDESTRIAN RAIL,COMPLETE IN PLACE. 220 230 LF Oilc. L atel Lr2 Dollars $ $ r and 'Jo Cents per LF 105 24 00^ 1 IRRIGATION SYSTEM REPAIR/ADJUSTMENT, COMPLETE IN PLACE. 221 1 LS 5Z)`' 5 Dollars $ $ and 'JO Cents, LUMP SUM ' r ,` REMOVE AND RESET TRAFFIC SIGNS,COMPLETE IN PLACE. c 222 2 EA DAC L�4 e L1 ('fit Dollars $ p $ and t•J 0 Cents EACH Nog^ 3c0 CONSTRUCT BARRIER FREE RAMP AT INTERSECTION, COMPLETE IN PLACE. cc - 223 2 EA L re.� TZX`( Dollars $ $ and 1\1 0l Cents EACH ib^ /600� FURNISh'INSTALL 18"RCP (CL III),COMPLETE IN PLACE. 301 40 LF i4t i 4. Dollars $ $ and ?JO . Cents per LF r 201X) r- 1-22 { r FURNISH/I STALL 21"RCP(CL III), COMPLETE IN PLACE. 302 20 LF 5■,Ve.'1 Dollars $ $ / and IJ0 Cents per LF 57 j(ur_ FURNISH/INSTALL 24"RCP (CL III), COMPLETE IN PLACE. 303 115 LF 5-■XA•( eCiLc Dollars $ $ and 140 Cents per LF ( 7��'' TRENCH SAFETY SYSTEM FOR STORM DRAINAGE �r/ CONSTRUCTION, COMPLETE IN PLACE. 304 150 LF $ $ cl� Dollars — and OJo Cents per LF (p 1Up INSTALL RECESSED CURB INLET,COMPLETE IN PLACE. 305 2 EA .f C4i iW 0 L,.y„CL( Dollars $ $ and N 0 Cents EACH 32cj o - /, __ INSTALL NON-RECESSED CURB INLET, COMPLETE IN `�I`� PLACE. 306 2 EA 4k y , �� � Dollars $ $ and 1 NI 6 Cents EACH 3zco 6 12"PVC WATER PIPE,COMPLETE IN PLACE. 401 465 LF -ic.,s„.4-y 51)( Dollars $ $ and (JO Cents per LF 2G 12050 12"GATE VALVE,COMPLETE IN PLACE. 402 2 EA 4t cA- +e,vitAt,"J-- Dollars $ $ and flJ 0 Cents EACH yd- GOZO INSTALL NEW FIRE HYDRANT ASSEMBLY,VALVES,AND CONCRETE PLATROEM, COMPLETE IN PLACE. 403 1 EA five- ,kklau5� Dollars $ $ and /J Cents EACH 1-23 I11�E�dl ^'I �f1 G - = led �N ; aei z .,,1 RE4dA `0,1L1 :sly ,IN rT�aP 1, li Ir,f,Q X if 1� � I-ll0 -710,1 d4l v ��' -' �w Ir"r14'41r,� .�0dJV`a INSTALL 2"AIR RELEASE VALVE,ASSEMBLY AND CONCRETE PLATFO M,COMPLETE IN PLACE. 404 1 EA I $ $ 5'4 v51-ed 11/e V‘ L'cl. Dollars cr �� and Ak) Cents EACH O oO CONNECT TO EX. 12"WATERLINE,COMPLETE IN PLACE. 405 2 EA e k{xA ko„l \ Dollars $ $ and J 0 Cents EACH `Sob 3 TRENCH SAFETY&SUPPORT—WATERLINE, COMPLETE IN PLACE. 406 480 LF $ $ 6i Dollars op and /O Cents per LF Z CLEARING AND GRUBBING OF GABION WALL AREA, COMPL TE IN PLACE. 501 1450 SY tsN e Dollars $ $ and 06 Cents per SY I l ' Zoko, PLACEMENT OF IMPORTED TOP SOIL,COMPLETE AND IN PLACE. 502 50 CY -tIom- -1 $ )c Dollars $ and 0 J Cents per Zoos $ l 30O CY INSTALLATION OF PERMANENT EROSION MAT W/HYDROMULCH SEEDING,COMPLETE IN PLACE. 503 600 SY $ $ 6, Dollars ` ?C 63 and N 0 Cents •er SY C� Jb INSTALLATION OF 3'X3'GABION STRUCTURE, COMPLETE IN PLACE. 504 610 CY 'f -&0 1,‘, �6-„ t, Dollars $ $ and nJ c� Cents per `-d2-^ 17 2pze) CY INSTALLATION OF 18"X18”REINFORCED CONCRETE BEAM,COMPLETE IN PLACE. 505 85 CV 21 !-t- ko.-1,4 4(tAiVt. Dollars $ $ °I 2 (yob and lid Cents per r CY 1-24 I F - _7 - Alp° _ juerTzi 1 1 *1111M60 JrNt 1E3i 1 i]-I i N ti i -TP1414c 1111a 1 3I d � f 440 4rt -- INSTALLATION OF 12"GABION MATTRESS,COMPLETE IN PLACE. ((', 506 70 CV +w h 4 11,,+"Al Dollars c $ and NO Cents per 215 ld 2e CY INSTALLATION AND PRE-STRESSING OF ACTIVE ROCK ANCHORS,COMPLETE IN PLACE. 507 132 EA 151Y-- 4410%..)$t•-•1 1 o,ccto 5 .41 Ku 4. Dollars $ 116.9 $2 5L and JJ v Cents EACH ��0 TOTAL BASE BID PRICE(A) (Total of Items 101 thru 510): $ / / -72 TOTAL TANGIBLE PERSONAL PROPERTY: $ A/hi- BID SUMMARY 7 �i �c, (A)TOTAL BASE BID,ITEMS#101 THRU#510: $ ,� �`� TOTAL CALENDAR DAYS : 156 (B)TOTAL CALENDAR DAYS X$1000.00 $ 15o crx> BASIS FOR COMPARISON OF BIDS=A+B: $ ' � & 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 150- 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 1-25 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 D. 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 April 25, 2013 Signature: 1-26 BID AI+ IDAVIT 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 OFF Texas COUNTY OF Tarrant BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Larry Frazier who after being by me Name duly sworn,did depose and say: ,12 Larry Frazier am a duly authorized office/agent for Name The Fain Group, Inc. and have been duly authorized to execute the Name of Firm foregoing on behalf of the said The Fain Group, Inc. 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: The Fain Group, Inc. 1616 N. Sylvania Ave., Fort Worth, TX 76111 Telephone: (817 ) 927-4388 by: Larry Frazier Title: President Signature: --],y SUBSCRIBED ANDLSWORN to before me by the above named 1,-,as r �c � e on this the 5 day of 20 13 Notary Public in and for the State of Te--c..c�.s p L�1 i rr a�7 ( r- ' 1 DONNA J CMAPPEft �\�* NOTARY PUBLIC '�oFt �� STATE OF TEXAS MY COMM.EXP.7/12/14 1-27 If BIDDER IS: An Individual By (Seal) (Individual's Name) doing business as Business address Phone No. A Partnership By (Seal) (Firm Name) (General Partner) Business address Phone No. A Corporation By The Fain Group, Inc. (Corporation Name) Texas (State of Incorporation) By Larry Frazier (Name of person authorized to sign) President (Title) (Corporate Seal) Attest (Secretary) Business address 1616 N. Sylvania Ave. Fort Worth, TX 76111 Phone No. 817-927-4388 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.) 1-28 SECTION 2 CONTRACT DOCUMENTS T H E C I T Y • O F COppELL 9 S STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the p2 8 day of i in the year 2013 by and between the CITY OF COPPELL, TEXAS, a municipal I rporation (hereinafter called • OWNER)and h (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 Creekview Drive, for a total of approximately 450 LF between S. Royal Lane and Freeport Parkway. This project will include the removal of existing pavement, unclassified excavation, the replacement of existing pavement in-kind, the installation and/or adjustment of water utilities, the installation and/or of adjustment related drainage, the installation of a retaining wall parallel to Creekview Drive, installation of gabion retaining wall for erosion protection, 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. DR 12-01. 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 CREEKVIEW DRIVE RETAINING WALL AND ROADWAY IMPROVEMENTS PROJECT NO. DR 12-01 Bid No. Q-0413-02 Article 2.ENGINEER. The Project has been designed by Walter P. Moore and Associates, 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 150 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 innnSection 1 - Proposal an id Schedule. The contract sum shall be the amount of $Uhf 7 � L� &iv\ Ato a -, • The total tangible personal property cost included in the contract sum is$ 24-7,,yket,ce.. 0.-K-,t. 6ti 147 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 No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC-105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. 2-4 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 "Creekview Drive Retaining Wall and Roadway Improvements-Project No. DR 12-01 for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: "Creekview Drive Retaining Wall and Roadway Improvements-Project No. DR 12-01 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 CON'T'RACTOR 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 Documents 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. Article 9. MISCELLANEOUS. 2-5 Contract Documents 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 , 2013. OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard Coppell,TX 75019 BY: BY: Ai, • . TITLE: A Pi.c e/ TITLE: A-cs an � � I- V ATTEST: t __% - ATTEST: -- �.*' Address for giving notices: Address for giving notices: P.O.Box 9478 Pa f c,X 75o Coppell, Texas 75019 Attn: Ken Griffin,P.E. R- Vita -1•( 7c10 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 �CORO® DATE(MM/DD/YYYY) `� CERTIFICATE OF LIABILITY INSURANCE , 5/30/2013 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). RODUCER NAMEACT Cheryl Bounds & S Insurance Agency (ac rro.Fxs; (972)771-4071 I! (972)771-4695 A/C.No): 1255 Ridge Road, Ste. 333 AoDRIESS:cbounds @kandsins.com ?. 0. Box 277 INSURER(S)AFFORDING COVERAGE NAIC# - tockwall TX 75087 INSURER A:Cincinnati Insurance Companies 10677 4SURED INSURERB:TeXaS Mutual Insurance Co. ,22945 he Fain Group, Inc. INsuRERc:Fedarl Insurance Company ?.O. Box 750 INSURERD: INSURER E: 't Worth TX 76101 _INSURERF: :OVERAGES CERTIFICATE NUMBER: 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. SR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS TR INSR WVD POLICY NUMBER IMMIDDIYYYYI (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 500,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ %. CLAIMS-MADE X OCCUR EPP0060286 2/1/2013 2/1/2014 MED EXP(Any one person) $ 10,000 GA233 2/07 - AI & WOS PERSONAL 8ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY I x I jECOT 17 LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED EPP0060286 2/1/2013 2/1/2014 BODILY INJURY(Per accident) $AUTOS X HIRED AUTOS X NONNOSWNED AA4172 09/09 - WOS PROPERTY DAMAGE $ AA4171 11/05 - AI PIP-Basic $ 2,500 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I RETENTION$ EPP0060286 2/1/2013 2/1/2014 $ 3 WORKERS COMPENSATION WC420304A 1/00 - WOS X Y/N WCSTATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A TSF0001220220 2/1/2013 2/1/2014 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ 1,000,000 7. Leased/Rented Equipment 45466840 2/1/2013 2/1/2014 $150,000 w/$1000 Deductible ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) 'roject: No. DR12-01 Construction of the Creekview Drive Retaining wall and roadway improvements. See bove listing of additional insured and waiver of subrogation endorsement forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Coppell ACCORDANCE WITH THE POLICY PROVISIONS. 255 Parkway Blvd. Coppell, TX 75019 AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL —{ -' ,CORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. kIS025(2010051.01 Via ACORD name and Innn are renistarad marks of ACORII Important Notice STATE OF TEXAS COMPLAINT PROCEDURES To obtain information or make a complaint You may call Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company's toll-free telephone number for information or to make a complaint at: 1(330)887-0101 You may also write to Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company at: Attn: Bond Claims One Park Circle P 0 Box 5001 Westfield Center, Ohio 44251-5001 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 Or you may write to the Texas Department of Insurance at: Texas Department of Insurance P 0 Box 149104 Austin, TX 78714-9104 Fax # 1-512-475-1771 Attach this notice to your Bond. This notice is for information only and does not become a part or a condition of the attached document. It is given to comply with Government Code Section 2253.048 and Property Code Section 53.202, effective September 1, 2001 PERFORMANCE BOND Bond#0369631 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Fain Grou whose address is P O Box 750 Fort Worth,TX 76101 a hereinafter called Principal, and Westfield Insurance Com,an licensed corporation organized and existing under the Surety,�are held of and ofnmly bound unto the CITY OF to transact business in the State COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of DOLLARS One Million One Hundred Forty Seven Thousand Nine Hundred Eighty Three&20/100 Texas ($1,147,983.20 )in lawful money of the United States,to be paid in Dallas County, , 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 hanall Change or Supplemental Agreement which increases the Contract price,but in no event the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, t28t�apal entered into a certain Contract with the City of Coppell, the Beneficiary, May , AD.2013 , which is made a part hereof by reference,for the construction of certain public improvements that are generally described as follows: Construction of the: Creekview Drive Retaining Wall and Roadway Improvements Project No.DR 12-01 Bid No. Q-0413-02 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 oell aandtru all perform o end all the undertakings, covenants, terms, conditions and agreements 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. 2-10 Contract Documents PROVIDED FURTHER,that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County,Texas. AND PROVIDED FURTHER,that the said Surety,for value received,hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in 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 WIIEREOF, this instrument is executed in 2 copies, each one of which shall be deemed an original,this the 28th day of May ,2013. PRINCIPAL SURETY Fain Group Westfield Insurance Comp. y B •' �.�.LLL.d �v �l By' Richard ' .Daiker Titl . P(c. er\ Title: Attorney-in-fact AT ATTEST: &otto� Y t yn Bch Resident Agent of the Surety in Dallas or Denton County,Texas,for delivery of notice and service of the process is: NAME: K&S Insurance Agency ADDRESS: 18601 LBJ Freeway,#420 Mesquite TX 75150 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2-11 Contract Documents PAYMENT BOND Bond#0369631 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Fain Group whose address is P 0 Box 750 Fort Worth,TX 76101 , hereinafter called Principal, and Westfield Insurance Company , a corporation organized and existing under the laws of the State of Ohio , 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 One Million One Hundred Forty Seven Thousand Nine Hundred Eighty Three&20/100 DOLLARS ($1,147,983.20 • )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 28th of May , 2013, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Creekview Drive Retaining Wall and Roadway Improvements Project No.DR 12-01 Bid No. Q-0413-02 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 such change, 2_12 Contract Documents 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 2 copies, each one of which shall be deemed an original,this the 28th day of May ,2013. PRINCIPAL SURETY Fain Group Westfield Insurance Company By: Ric and .Daiker Titl : � t�trr� Title: Attorney-in-fact ATTEST:c\ ATTEST: 'M ran rang Resident Agent of the Surety in Dallas or Denton County,Texas,for delivery of notice and service of the process is: K&S Insurance Agency NAME: ADDRESS: 18601 LBJ Freeway #320 Mesquite,TX 75150 NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2-13 Contract Documents MAINTENANCE BOND Bond#0369631 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT Fain Group as Principal, and Westfield Insurance Company , a corporation organized under the laws of Ohio ,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 One Million One Hundred Forty Seven Thousand Nine Hundred Eighty Three Dollars and 20/100 Cents ($1,147,983.20 ), for the payment of which sum will and truly be made unto said CITY OF COPPELL , and its successors, said principal and sureties do hereby bind themselves,their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said Fain Group has this day entered into a written contract with the said CITY OF COPPELL to build and construct Creekview Drive Retaining Wan and Roadway Improvements, Project- No.DR 12-01, Bid No. Q-0413- 02, 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. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2)years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in.said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2)years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said 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 manner affected from any cause during said time. 2-14 Contract Documents IN WITNESS WHEREOF,the said Fain Group has caused these presents to be executed by and the said Westfield Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Richard W.Daiker ,has hereunto set his hand,the 28th day of May ,20 13 . PRINCIPAL SURETY Fain Group Westfield Insurance Company By: is an e IP ai er - Tit : (7rc541, K Title: Attorney-in-fact WITNESS: ATTEST: L2-'77-C1) v`c' Maril ran9l NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2-15 Contract Documents f THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 04124/12,FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220012 01 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make,constitute and appoint RICHARD W. DAIKER,TONY FIERRO,JOHNNY MOSS,JAY JORDAN,MISTIE BECK, JOINTLY OR SEVERALLY - • of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship • • LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall. . be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 24th day of APRIL A.D.,2012 . Corporate p•:',A011,44, ,,•`00.1Mtr iiiii�i;/�, WESTFIELD INSURANCE COMPANY Seals /Q1,.........C;p;'' ,.•• ?:••' '•4;SG- ;° •'"'''• C''3 OHIO FARMERS NATIONAL INSURANCE U ANCEAOIMPANY Affixed ei \q :0• -..P--- -.Ll= 4 .te` o = vti SE . 5--i SEAL .m; 30: :ts= a ss f y •o' *.. 184E1 .a= ? KiNr2. s ti.iY'..rra sa ^'�•' ..._....• '.O`` °'$• o•'•'•4!`• State of Ohio "' *" """"" By Dennis P. Baus,National Surety Leader and County of Medina ss.: Senior Executive On this 24th day of APRIL A.D.,2012 , before me personally came Dennis P. Baus to me known,who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said Instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial a((M111016,1 Seal °ck1 A 1 ,4,N‹ a9 . , /I • Affixed A! qi/// . / / 'IY William J.Commission Does A t Expire at Law, Notary Public State of Ohio 5 iP v 0 My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: `, re 0 F I,Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 2Va 1 y of 44 '• ivy 7JJf _ D :rot '-�, SEAL �z •�Ni►RTFRfp;� ` a� Sa an, :me ,off :a? Secretary sµ1; ryr•;R..so.��r•�$s ., :p; ;.1848,. Frank A. Carrino,Secretary .. :•4 ..*.. •�•` �i " ��.q y� ',••/Mirk(.((°•''•• '�iWIRNl6N' '•rllrllt11,1,"• SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS - T H E • C I T Y O F COPPELL 4 A S 1 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 SUPPI.EMEN1'ED 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, Walter P. Moore and Associates,Inc., 1845 Woodall Rodgers Frwy,Dallas,Texas 75210. 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 Walter P. Moore and Associates, 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 Reed Engineering,Inc,January 2013 (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 the extent based 3-6 Standard Specifications Supplementary Conditions 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". ITEM 108.3-OTHER CONTRACTORS; OBLIGATION TO COOPERATE 3-7 Standard Specifications Supplementary Conditions 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 project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203—SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." ITEM 203.7-EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods,unless otherwise specified in the Plans or Specifications." 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. L_ 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 may be used only with specific written permission of the Engineer." ITEM 504.5-EMBEDMENT: 504.5.3.2 Compaction. 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D- 698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." DIVISION 800: MISCELLANEOUS CONSTRUCTION&MATERIALS ITEM 803—SLOPE AND CHANNEL PROTECTION: 803.3.3 Riprap Construction Methods 803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete type shall be approved by the Engineer and shall conform to A.S.T.M. C 387-83." 3-10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E • C I T Y • O F COPPELL t,4 ‘k N: A \\ AIR *''. .r dim- 1.-, i'n' n !\;!""' m X �, a s • 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, Walter P. Moore and Associates, Inc., 1845 Woodall Rodgers Frwy,Dallas, Texas 75201. 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 approximately 450' linear feet of Creeview Drive between S. Royal Lane and Freeport Parkway. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the installation and replacement of retaining walls, and the installation of related drainage and water 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. DR 12-01. 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 the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circumstance 4-3 Specific Project Requirements. 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, 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, 4-4 Specific Project Requirements 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 protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 4-5 Specific Project Requirements 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 re-inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the 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 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. 4-6 Specific Project Requirements 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 may submit a traffic control plan to be reviewed by the City prior to the beginning of work. These plans shall be drawn to scale and sealed by a licensed professional engineer in the state of Texas. Plans will become part of the contract documents. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic.patterns. 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. 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 4-7 Specific Project Requirements 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 102—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 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 4-8 Specific Project Requirements 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 5 DESCRIPTION OF PAY ITEMS T H E • C I T Y ' O F COPPELL vv, __„ A s i 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, (1) 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 placement of the required traffic control devices in accordance with the approved traffic control plan and TMUTCD latest edition. The Contractor may submit an alternate 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 plans for the project as a whole and for the various phases as needed. The Contractor shall not proceed with the implementation of the traffic control plan until notified by the Owner that the alternate plan has been approved. The Contractor will be allowed to close Creekview Drive to through traffic completely between STA. 0+00 and STA. 8+00 as indicated on the plans. Sufficient notification shall be made by the contractor to the Coppell Fire & Police Departments, the adjacent businesses, as well as garbage collection and mail service. The Contractor shall provide detour signage as indicated on the plans and additional notification as needed around the construction area 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 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 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 kern 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 and other items identified in NCTCOG Section 203.3. All items relocated or replaced shall be in a Section 5 page 3 Description of Pay Items 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 Existing Concrete Pavement: This pay item shall consist of the saw cut, removal, and disposal of the existing 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. The roadway improvements shall be constructed in phases and the removal of the concrete pavement shall be sequenced as necessary to maintain traffic during construction. Where only a portion of the concrete is to be removed, the concrete shall be saw cut full depth to avoid damage to that portion of the concrete to remain in place. The limit of pay shall only be to the original saw line. Removal of the concrete shall be accomplished leaving a clean vertical side. Contractor shall, at his expense, replace any pavement that he damages or removes that is required for the maintenance of traffic. Removal and replacement shall be to the nearest construction joint. The Contractor and the Owner's representative shall measure the concrete 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 concrete constructed for detours, construction phasing, temporary asphalt placed by the Contractor during construction or traffic control. It only includes removal of existing concrete 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 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 (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 5 Description of Pay Items Pay Item#205 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 (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item#206 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#207 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. 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 Item#208 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#209 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. Section 5 page 6 Description of Pay Items Pay Item#210 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 8" of the mixed material to the required density. Full width shall be that distance from 1' behind the back of curb on each side of roadway to 1' 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#211 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 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#212 Concrete Construction Joint: This pay item shall consist of the installation of concrete construction joint at the locations shown in the plans. Work shall be in compliance with City of Coppell Standard Construction Details (2050) and all applicable NCTCOG Specifications. Bars shall be placed on 12-inch centers for this project. 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#213 4-inch Thick Reinforced Concrete Sidewalk: 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 Section 5 page 7 Description of Pay Items 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#214 Remove and Replace Existing Modular Block Retaining Wall: These items shall consist of the complete in place construction of the existing modular block retaining wall 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, anchorage, and/or any foundations is subsidiary to the price bid. Work shall be in compliance with the City of Coppell Standard Construction Details, approved Manufacturer's details and specifications, 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 right-of-way 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. Utility work adjacent to the retaining wall shall be paid for separately under appropriate pay item. Pay Items#215 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 Item#216 & 502 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. Section 5 page 8 Description of Pay Items 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#217 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#218 Turf Establishment: This pay item shall consist of the furnishing and planting grass sod on all disturbed areas to match existing grass within the project limits, not covered by pavement. 2" of top soil shall be placed prior to planting sod. All work shall be in compliance with NCTCOG Item 202.5. This is a "plans quantity" measurement item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 202.5, and shall be total compensation for furnishing and/or operating all labor, materials, top soil, tools, equipment and other incidentals necessary to complete the work. Pay Item#219 Remove and Replace Existing Pedestrian Railing: This pay item shall consist of the removal and replacement of existing pedestrian railing within the project area. Pedestrian railing to be installed with terminal connectors each end. Measurement and payment for work performed and materials furnished related to the removal and replacement of existing pedestrian railing or installation of new railing shall be made on the basis of the price bid per linear foot(LF), and shall be total compensation for furnishing and/or operating all labor, materials, tools, reflectors, equipment and other incidentals necessary to complete the work. Pay Item#220 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 and the Coppell Parks and Recreation Department to whom they belong and the Section 5 page 9 Description of Pay Items 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 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#221 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 Items#222 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 Items#301-303 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). Section 5 page 10 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#304 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. Pay Items#305 & 306 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 Items#401 & 402 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 (LF) 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 11 Description of Pay Items Pay Items#403 & 404 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 Items#405 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#406 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. Pay Item#501 Clearing and Grubbing (Gabion Wall): This pay item shall consist of the clearing and scarifying of existing material in the areas shown on the plans and to the lines, grades and typical sections as specified. Clearing and Grubbing 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. 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 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. Section 5 page 12 Description of Pay Items Pay Item#503 Excavation (Gabion Wall): This pay item shall consist of the excavation of existing material in the areas shown on the plans and j 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 the project technical specifications. 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#504 Site Excavated 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 the project technical specifications. 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#505 Imported Top Soil This pay item shall consist of the preparation of the ground surface for topsoil application, removal of topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placement of the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the OWNER. 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#506 Permanent Erosion Mat w/Seeding This pay item shall consist of the preparation of the ground surface for topsoil and erosion mattress application, removal of topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placement of the permanent erosion mat on prepared areas with approved seeding in accordance with this specification, construction notes, and at the locations shown on the plans or as directed by the OWNER. This is a "plans quantity" measurement Item and the quantity to be paid for will only be that quantity shown in the proposal. Payment shall be made on the basis of the price bid per square yard (SY), and shall be total compensation for furnishing and/or operating all labor, hauling, materials, tools, equipment and other incidentals necessary to complete the work. Section 5 page 13 Description of Pay Items Pay Item#507 Gabion Structure 3'x3' This pay item shall consist of the preparation and installation of the gabion structure in accordance with the specifications provided at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#508 18"x18" Concrete Beam This pay item shall consist of the preparation and installation of the proposed reinforced concrete beams in accordance with this specification at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#509 12" Gabion Mattress This pay item shall consist of the preparation of the ground surface for gabion mattress installation and placement of the gabion mattress on prepared areas in accordance with the specifications and at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 the technical specifications provided, 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#510 Rock Anchors This pay item shall consist of the installation and testing of proposed active rock anchors in accordance with the specifications and construction notes and at the locations shown on the plans or as directed by the OWNER. Measurement and payment 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 each anchor (EA) in accordance with the technical specifications provided, and shall be total compensation for furnishing and/or operating all labor, hauling, materials, tools, equipment and other incidentals necessary to complete the work. Section 5 page 14 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E • C I T Y • OF COPPELL ,' �? 9 A S a 6-1 Technical Specifications TECHNICAL SPECIFICATIONS TABLE OF CONTENTS EXCAVATION AND FILL Page 1-9 ROCK ANCHOR TIEBACKS Page 1-5 GABION STRUCTURES Page 1-7 CONCRETE REINFORCING Page 1-3 CAST-IN-PLACE CONCRETE Page 1-19 SECTION 02200 EXCAVATION AND FILL 1.0 EXCAVATION AND FILL 1.1 Related Documents 1.1.1 Drawings and general provisions of Contract,including City Specifications, apply to work of this section. 1.2 Description of Work 1.2.1 Earthwork: The extent of earthwork is indicated on the drawings. The work, in general, includes the following items: 1.2.2 Excavation and backfill for erosion control structure and foundation. 1.2.3 Excavation Definition: "Excavation" consists of removal of all material encountered to required subgrade elevations indicated and subsequent disposal of all materials removed. 1.3 Quality Assurance 1.3.1 Codes and Standards: Perform excavation work in compliance with all applicable requirements of governing authorities having jurisdiction. 1.3.2 Testing and Inspection Services: The Owner will engage a soil testing and inspection service for quality control testing during earthwork operations. Reference Section entitled "Testing Laboratory Services". 1.3.3 Depth of Bearing Strata: It is to be understood that site soil conditions are variable across the site. The design of the footings is based on the assumed strata bearing capacity at the elevation shown on the drawings and as indicated in the General Notes. If the indicated depth of footing excavation is reached without developing the required strata bearing capacity, the Owner's Geotechnical Engineer on site will immediately advise the Contractor on the required bearing elevation for each individual footing or mat. Revisions will be paid for in accordance with the Contract condition relative to changes in the Work. 1.3.4 Survey Work, Grades, and Elevations: A. Grades and Elevations: Finished grades indicated by spot elevation and normal contour line elevations denote finished top surface elevations. Report conflicts, errors and inconsistencies in grades and elevations to Engineer for resolution. Do not proceed with the work in questionable areas until conflicts are resolved by the Engineer. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-1 B. Survey Work: Lay out work to the lines and levels required before excavation. Record actual measurements of each footing and mat plan centerline location, bottom elevation, deviation from specified tolerances, and all other pertinent data as required. 1.4 Job Conditions 1.4.1 Site Information: Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data are made available for convenience of Contractor. Additional test borings and other exploratory operations may be made by the Contractor at no cost to the Owner. 1.4.2 Existing Utilities: A. The drawings indicate the locations of known active and inactive above grade and below grade utilities. Locate all existing underground utilities in areas of work before proceeding. Provide adequate support and protection during earthwork operations of utilities that are to remain in place. Demolish and completely remove from the site existing utilities indicated to be removed. Coordinate with utility companies for proper shut-off of services for active lines. B. If any active utility not indicated in drawings is encountered, notify Engineer and protect from damage until instructions for proper disposition of the utility are given by the Engineer. Perform the requested work in compliance with rules and regulations of authority having jurisdiction. C. Repair active utilities scheduled to remain that are damaged by earthwork operations to the satisfaction of the utility owner. D. If any inactive utility not indicated on the drawings is encountered, remove, plug, or cap as directed by the Engineer. Obtain any necessary data relative to proposed abandonment of existing utility service from authority having jurisdiction. 1.4.3 Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Engineer and then only after acceptable temporary utility services have been provided. Provide minimum of 48-hour notice to Engineer, and receive written notice to proceed before interrupting any utility. 1.4.4 Use of Explosives: A. The use of explosives is not permitted. 1.4.5 Protection of Persons and Property: CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-2 A. Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. B. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. C. Accidental or Careless Damage to Work Intended to Remain in Place: Restore to a condition as good or better than existed before work was commenced as approved by the Engineer and at no additional cost to the Owner. 2.0 PRODUCTS 2.1 Definition of Soil Materials 2.1.1 Satisfactory Soil Materials: Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, SM, SW, and SP. Some CL materials subject to the requirements for "Select Fill" may be acceptable. 2.1.2 Unsatisfactory Soil Materials: Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GC, ML, MH, CH, OL, OH, and PT. Groups SC and CL are also unsatisfactory unless conforming to requirements specified below. 2.1.3 Fill and Backfill: A. Definition: "Fill" is soil material that is used to raise existing grades such as under foundation slabs or above footings, or to replace unsuitable material. Backfill" is soil material that is used to fill an excavation, to fill against the structure, or to fill behind foundation walls. B. Site Excavated Fill: "Site excavated fill" material shall be used as noted on the drawings as fill and/or backfill and shall be free of debris, roots, vegetation, organic matter and all other deleterious substances and free of rock or gravel greater than 2" in any dimension. C. Drainage Backfill: "Drainage backfill" shall be used as noted on the drawings as backfill material that is used behind a foundation wall as part of a wall drainage system Drainage backfill must be compatible with any drainage fill material to which it comes in contact as part of the complete wall drainage system. Drainage backfill shall conform to the following: 1. A washed, free draining river sand, graded so that 100% will pass a 3/8" sieve and less than 3% shall pass a No. 200 sieve; or CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-3 2. Washed evenly graded mixture of crushed stone or crushed or uncrushed gravel, ASTM D448; coarse-aggregate grading Size 57; with 100% passing a 1 1/2" sieve and not more than 5% passing a No. 8 sieve. 3. Clay Cap: "Clay Cap" shall be used as noted on the drawings as backfill material that is used as a cap to seal off surface water from penetrating into backfill below. The material shall be lean clay with a Liquid Limit of between 35 and 50, with a Plasticity Index of between 20 and 30, and capable of compacting to a dense composite. 3.0 CLEARING AND GRUBBING 3.0.1 Remove all existing slabs, pavements, trash, rubbish, debris, trees,roots, stumps, underbrush, grass, shrubs, plants and other vegetation from within the mass excavation limits. 3.1 PREPARATION A. Survey Work: B. Set required lines and levels as required to accurately perform the excavation work. 1. Maintain all bench marks and other reference points. C. Protection of Existing Work: D. Protect bench marks and existing structures, utilities, roads, sidewalks, paving, curbs and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. In areas where excavations must be carried to such depths that surcharge from streets, sidewalks, or earth pressure create hazardous conditions, provide sheet piling, shoring and bracing, or combinations thereof, as required to protect excavations. Remove shoring and bracing before backfilling is completed, but not before permanent supporting structure is in place. 1. Protect excavations by laying back sides on a maximum slope or by other methods as required to prevent cave-ins and loose dirt from falling into excavations. 2. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil- bearing water runoff or airborne dust to adjacent properties and walkways. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-4 3. Notify Engineer of any unexpected subsurface conditions. Discontinue work in area until Engineer provides notification to resume work. 3.2 Excavation 3.2.1 Unclassified Excavation: The excavation for this project is unclassified. The Contractor is required to excavate to subgrade elevations specified, regardless of the character of materials or obstructions encountered. No additional costs will be paid by the Owner for any underground obstructions encountered. 3.2.2 Unauthorized Excavation: A. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. B. Under footings, foundation bases, or foundation walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill or cement stabilized sand may be used to bring elevation to proper position, when acceptable to Engineer and approved by the Geotechnical Engineer. C. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Engineer. 3.2.3 Approval of Subgrade: A. When excavation has reached required subgrade elevations, notifyOwner's Geotechnical Engineer who will make an inspection of conditions. B. Proofroll exposed subgrade below building with appropriate compaction equipment. Conduct proofroolling operations only in the presence of the Owner's Geotechnical Engineer. Undercut areas which "pump" or "rut" during operations to firm natural soil, and backfill and compact as specified. C. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated material with cement stabilized sand, lean concrete, or select fill as directed by Owner's Geotechnical Engineer. D. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in the work. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-5 • E. Reconstruct subgrades damaged by freezing temperature, frost, rain, accumulated water, or construction activities as directed by the Owner's Geotechnical Engineer. 3.2.4 Stability of Excavations: A. Slope sides of excavations to comply with local codes and ordinances having jurisdiction and in accordance with the requirements noted in the Geotechnical Report. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. B. Maintain sides and slopes of excavations in safe condition until completion of backfilling. Protect slopes from erosion by covering the slope with material such as polyethylene sheet. 3.2.5 Shoring and Bracing: A. Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and cross-braces, in good serviceable condition. B. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. C. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. 3.2.6 Dewatering: A. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. B. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes • detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. C. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or run-off areas. Do not use trench excavations as temporary drainage ditches. 3.2.7 Material Storage: D. Where required by schedule or site limitations, stockpile satisfactory soil materials and/or select fill where directed, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL, TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-6 E. Locate and retain soil materials away from edge of excavations. Do not store within drip-line of trees indicated to remain. F. Dispose of excess soil material and waste materials as herein specified. 3.2.8 Excavation for Structures: G. Conform to elevations and dimensions shown on plans. - H. In excavating for footings and foundation, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Where unsatisfactory bearing surfaces are encountered, the area shall be undercut as required and backfilled with cement stabilized sand or lean concrete as directed by the Geotechnical Engineer. Trim bottoms to required lines and grades to leave solid, clean, level and flat base to receive other work. I. Protect soils exposed at the base of completed foundation excavations against disturbance from construction activities and changes in moisture content. Excavations shall not be left overnight unless it is protected with a minimum 2" thick seal slab of lean concrete. Where the bottom of the excavation will be exposed to movement of crawler type heavy equipment, the contractor may leave about one foot of undisturbed soil above indicated bottom of footing elevations until just prior to final excavation. 3.3 Placing Fill and Backfill 3.3.1 Location: Place satisfactory and approved soil material in layers to required subgrade elevations for each area classification listed below: A. Excavations: In excavations use select fill or approved excavated material. Place in layers to required subgrade elevations. B. Behind Retaining Walls: Behind retaining walls, use drainage fill around the wall drain and drainage backfill over the drainage fill and wall drain up to within two feet of grade. Use impervious fill material at the top 12" of the wall backfill. 3.3.2 Ground Surface Preparation: C. Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break-up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill material will bond with existing surface. D. When existing ground surface has a density less than that specified under "Compaction" for particular area classification, break up ground surface, pulverize, moisture-condition to optimum moisture content, and compact to required depth and percentage of maximum density. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-7 3.3.3 Grading: A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. B. Compaction: After grading, compact subgrade surfaces to the depth and indicated percentage of maximum or relative density for each area classification. C. Allowance for Compaction and Settlement: Allow for natural compaction and settlement during grading operations. Where excessive settlement occurs, scarify settled areas, fill and compact to required subgrade levels. 3.4 Compaction 3.4.1 General: Control all soil compaction during construction, providing minimum percentage of density specified for each area classification indicated below. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand- operated tampers. 3.4.2 Moisture Control: A. Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. B. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. C. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing or pulverizing until moisture content is reduced to a satisfactory value. 3.5 Field Quality Control A. Refer to Section entitled "Testing Laboratory Services" for required quality control testing during construction. 3.6 Maintenance A. Protection of Graded Areas: 1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-8 2. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. 1 B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re-shape, and compact to required density prior to further construction. C. Settling: . Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. D. Removal from Site: Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off site. END OF SECTION 02200 • CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS EXCAVATION AND FILL COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 02200-9 SECTION 02164-ROCK ANCHOR TIEBACKS 1.0 GENERAL 1.1.1 Description of Work A. General: Rock Anchor Tiebacks shall consist of a high-strength steel continuous - coil rod grouted in a pre-drilled hole into rock. Rock Anchors are used to stabilize and to anchor erosion control(gabion wall) structures to the rock mass. B. Scope of Work: This section of the specifications describe the materials, labor, and equipment required for the installation and monitoring of the permanent rock anchors shown on the contract drawings. C. Minimum Unbound Length and Anchorage Angle: The contract drawings indicate the unbound length required for each tier of rock anchors. The rock anchors shall be installed at an angle of 45 degrees down from the horizontal, as shown on the contract drawings. D. Total Anchor Length and Minimum Anchor length: The minimum total anchor lengths are indicated on the contract drawings. In no case shall the anchors length be less than 10 feet. 2.0 MATERIALS 2.1 Rock Anchor Assembly Complete rock anchor assemblies shall consist of the following components, which shall be of a quality as manufactured by Dywidag Systems International, USA, Inc., or approved equal: A. Anchor Rod: The anchor tendon shall be a solid rod, which shall be high tensile steel, continuous coil threadbar (size and strength as indicated on construction drawings). The anchor rod may be of more than one section in length, the sections being interconnected by threaded tubular couplings of sufficient strength and thread engagement with the anchor rod sections to transfer 100% of the ultimate strength of the rock anchor. Rods shall be protected from dirt, rust, or deleterious substances. Rods with heavy corrosion or pitting shall not be used. Rods shall be stored and handled in such a manner as to avoid damage or corrosion. B. Anchorage Capacity: Each rock anchor shall be capable of developing 95% of the guaranteed minimum ultimate tensile strength of the steel. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS ROCK ANCHOR TIEBACKS COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02164-1 C. Epoxy Coating: Each high strength steel tieback rod shall be treated with an electro statically applied epoxy (powdered epoxy) coating per ASTM A775. The coating shall: 1. Be resistant to chemical attacks from the grout and the environment. 2. Completely and uniformly coat the tendon, and be free of holes, voids, and cracks. 3. Be resistant to abrasion and impact. 4. Be resistant to handling and installation damage. 5. Enable the tendon to develop adequate bond with the grout without creeping. 6. Be capable of elongating with the tendon without debonding. 7. Be between 5 and 12 mils (0.13 and 0.30 mm) thick, inclusive, after curing. D. Bearing Plate: The bearing plate shall be fabricated from 36 ksi steel and shall be capable of developing 95% of the guaranteed minimum ultimate tensile strength of the steel. E. Couplings: Threaded steel tubular couplings shall be capable of developing 100% of the ultimate strength of the anchor rod steel. F. Anchor Nuts: Threaded steel anchor nuts shall be capable of developing 100% of the ultimate strength of the anchor rod steel. G. Centralizers: Steel or plastic centralizers shall be fabricated from materials which is no detrimental to the anchor rod steel. The centralizer shall position the rod in the drill hole so a minimum of 0.5 inch of grout cover is provided. Centralizer shall be spaces on the anchor rod as shown on the contract drawings. H. Anchor Grout: Grout for rock anchors shall be non-ferrous, non-shrink grout of a quality as manufactured by the Burke Company or approved equivalent. The grout shall have a maximum water to cement ratio of 0.5. The grouting equipment shall include a mixer capable of producing a grout free of lumps and undispersed cement. The grouting equipment shall be sized to enable the rock anchor to be grouted in one continuous operation. Mixing and storage times shall not cause excessive temperature build up in the grout. The mixer should be capable of continuously agitating the grout. I. Water: Water for mixing grout shall be potable. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS ROCK ANCHOR TIEBACKS COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02164-2 J. Casing or Sheath: The casing, sheath or bond breaker shall be either a steel, PVC, polyethylene, or polypropylene pipe or tube. The casing material shall be capable of withstanding damage during shipping, handling, and installation. The material is subject to the approval of the engineer. K. Grease: Grease shall be injected between the casing and the anchor rod and shall be formulated to provide lubrication and inhibit corrosion. The chlorides, nitrates, and sulfides present in the grease shall not exceed the following limits: 1. Chloride 10 ppm 2. Nitrates 10 ppm 3. Sulfides 10 ppm L. Encapsulation: The down hole end of the grease filled casing shall be sealed with tape, heat shrinkable tubes, or other means subject to the approval of the Engineer. A plastic trumpet or other suitable sealing device shall be used to make the transition from the bearing plate to the corrosion protective casing over the unbound length. A tight fitting seal shall be provided at the end of the trumpet. Insulating bearing strips shall be provided under the bearing plate. The bearing strip must: 1. Be an electrical insulator. 2. Be resistant to attack from cement, grease, or aggressive environments. 3. Not be susceptible to significant creep deformation. Manufacturer's literature describing the bearing material shall be submitted to the engineer for review and approval. M. Concrete: Concrete for the beams shall be of hardrock aggregate and shall develop a minimum compressive strength of 3000 psi prior to stressing the steel tieback rods. Concrete for beams shall develop a minimum compressive strength of 4000 psi at 28 days (3000 psi at 7 days) in the event the anchors are stressed 7 days following the placement of the beams. No tieback may stressed prior to a test cylinder break achieving a concrete strength equal to or greater than 3000 psi, and prior to 7 days following placement of concrete. 3.0 CONSTRUCTION 3.1 General 3.1.1 The rock anchor shall be placed in accordance with the size and type as shown on the plans. The placement of drill hole entry point into the cliff face shall be in close conformity to the station and elevation shown on the plans and cross-sections and shall be in strict accordance with these specifications. 3.2 Rock Anchor Installation CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS ROCK ANCHOR TIEBACKS COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02164-3 A. Drilling: Core drilling, rotary drilling, or percussion drilling may be used to drill rock holes. Hole diameters shall be as shown on the contract drawings. B. Grout mixing: the grout shall have a minimum water to cement ratio of 0.50. The grouting equipment shall include a mixer capable of producing a grout free of lumps and undispersed cement. The grouting equipment shall be sized to enable the rock anchor to be grouted in one continuous operation. Mixing and _ storage times shall not cause excessive temperature build up in the grout. The mixer should be capable of continuously agitation the grout. C. Grout placement: grout shall be injected from the lowest point of the rock anchor. The grout may be placed using grout tubes or casings. The grout can be placed before or after insertion of the rod. The quantity of the grout per hole shall be calculated and recorded to insure that the minimum bonded length is provided. D. Curing: the tieback shall remain undisturbed for a minimum of 3 days or until the grout has cured. - 3.3 Testing A. General: Testing of rock anchors shall be done by the Contractor with a representative of the testing lab present to observe all tests. Ten percent of the rock anchors shall be performance tested to 1.5 times the design load. The remainder of all rock anchors shall be proof tested to 1.25 times the design load. Design loads for the rock anchors are included on the contract drawings. B. Procedure: A minimum of 4 days after placement and after the concrete beam through which the rod penetrates has been placed and reached the specified concrete strength, a hydraulic type jack with pressure gauge and minimum capacity of 30 tons shall be placed on the rod. 1. Performance Test: The first three rock anchor tiebacks constructed (and one every ten thereafter) shall be incrementally loaded to performance test capacity(1.5 times the design load) according to the Tieback Performance Test Schedule included at the end of this section of the specification. During the load hold, the movements of the tieback shall be recorded at 0,1,2,3,4,5,7, and 10 minutes. If the change in movement between 1 and 10 minutes exceeds 0.04 inches (1 mm), then the movement shall be observed for a total of 60 minutes in order to determine the creep rate. If the observation period is extended to 60 minutes, then the movements shall also be recorded at 15, 20, 25, 30, 45, and 60 minutes. The observation period begins when jack begins to apply load to the tieback. The load shall be raised from the previous increment in less than 60 seconds, and the one minute reading is taken one minute after the jacking force begins to be applied. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS ROCK ANCHOR TIEBACKS COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02164-4 2. Proof Test: The remaining 90 percent of the tieback rods shall be incrementally loaded to proof test capacity (1.25 times the design load) according to the tieback Proof Test Schedule included at the end of this section of the specifications. The tieback rod shall be incrementally loaded and the elastic movement recorded at 0.25, 0.50, 0.75, 1.00, and 1.25 times the design load. The elastic movement shall be recorded every minute for 5 minutes at 1.25 times the design load. Movement of the proof test load between 1 and 5 minutes shall be less than 0.03 inches. If movement is greater than 0.03 inches during the 5 minutes period, the load shall be maintained until the creep rate can be determined. 3. "Lock-Off' of the Tieback: After all the test results have been recorded and the tieback has been successfully tested, the jack force shall be reduced to apply the design load to the rock anchor ("lock-off'), the nut and washer secured to the concrete beam, and the jack removed. C. Allowable Elastic Movement: To verify that the specified unbonded length of the tieback rod has been provided, the minimum elastic movement of the rod must exceed 0.8 times the calculated elastic elongation of the unbonded length. To verify that the specified bonded length of the tieback rod has been provided, the maximum elastic movement of the rod shall be less than the calculated elastic elongation of the unbonded length plus half of the bonded length. 3.4 Measurement and Payment 3.4.1. Rock Anchor Tiebacks shall be paid for at the contract unit price per each tieback assembly installed, complete-in-place. The unit price shall be full compensation for furnishing and placing all materials (tieback rods, plates, nuts, pvc casing, coating, grease, grout), tools, labor, equipment, and incidentals necessary to complete install tieback assemblies in accordance with the intent of the construction drawings and specifications. END OF SECTION 02164 CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS ROCK ANCHOR TIEBACKS COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02164-5 SECTION 02272-GABION STRUCTURES � 1 1.0 GENERAL 1.1 Description of Work 1.1.1 General: Gabion structures shall consist of rectangular, compartmented wire basket filled with stone used to build earth retaining and erosion control structures. Where mattress or other types of structures are indicated, the same requirements as those for gabion structures shall apply. 1.1.2 Construction: Gabion baskets shall be of single unit construction; the base, end, and sides are to be either woven into a single unit, or one edge of these members connected to the base section of the unit in such a manner that strength and flexibility at the point of connection is at least equal to that of the mesh. Where the length of the gabion basket exceeds its horizontal width, the gabion basket shall be divided into compartments of approximately equal size by diaphragms, using the same mesh and gauge as the body of the gabion, into cells whose length does not exceed the horizontal width. The diaphragms shall be secured in proper position on the base in such a manner that no additional tying is necessary. 2.0 MATERIALS 2.1 Gabion Baskets 2.1.1 Size: Gabions shall be the size and type called for on the drawings. 2.1.2 Wire Requirements: All wire used in the construction of gabions, including tie wire, shall conform to ASTM A853-91 and ASTM A-641. Minimum zinc coating shall be tested in accordance with ASTM A-90-91. All testing of wire diameters shall be prior to fabrication. A. Wire Tolerances: Wire used in the construction of galvanized gabions, with a gabion thickness of 12" or greater, shall meet the following diameters Nominal Diameter Weight of Zinc Mesh Wire 0.1181" 0.80 oz./sq.ft. Selvedge wire 0.1535" 0.80 oz./sq.ft. Tie Wire 0.0866" 0.80 oz./sq.ft Wire used in the construction PVC coated gabions, with a thickness of 12" or greater, shall meet the requirements of galvanized gabions and the following: Nominal Diameter Weight of Zinc PVC Coating CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL, TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02272-1 Mesh Wire 0.1062" 0.80 oz./sq.ft. Nom. 0.02165" Min. 0.015" Selvedge Wire 0.1338" 0.80 oz./sq.ft. Nom. 0.02165" Min. 0.015" Tie Wire 0.0866" 0.80 oz./sq.ft. Nom. 0.02165" Min. 0.015" B. Testing of Wire Diameter: All testing of wire diameters shall be prior to fabrication. C. Tie Wire: Tie wire shall be supplied for fastening all edges of the gabion baskets and diaphragms. Tie wire shall be included in sufficient quantity for tying all gabion baskets in accordance with the specifications. No other wire except of the type supplied with the gabions shall be used. D. Mesh Opening Size: Mesh opening of the gabion shall be approximately 3 1A" X 4 1/2" and shall be fabricated in a uniform hexagonal shaped, double twisted, non- raveling pattern: E. Cut Mesh Attachment: All cut edges of mesh shall be securely attached to the selvedge wire by a minimum of two complete turns of mesh wires around the selvedge wire. F. Basket Size Tolerance: Gabion basket furnished by a manufacturer shall be of uniform size and subject to dimension tolerance limit +/- 5%. All wire used, including tie wire, shall be certified by mill test reports showing compliance with specification requirements. 2.2 Gabion Rock The rock(gabion stone) shall be hard, durable, 4"to 8"in size, as specified and approved by the engineer in all facing baskets. Rock for interior baskets in the gravity wall may be from 2"to 4"in size. Prior to placing the stone, samples shall be delivered to the site and shall be approved for gradation and appearance. 2.3 Ring Fastening System High tensile rings may be used as an alternate fastening method in place of the tie wire lacing method as shown in the plans and specifications when used in the following manner: A. Material 1. For use with galvanized revet mattresses and gabions: CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02272-2 Ring shall be Spenax brand 11G-40 high tensile rings, or approved substitute. The rings shall have the following properties: Diameter—0.12" galvanized wire per ASTM A641 Tensile Strength—260,000 PSI per ASTM E 8/MTP 2004 Zinc Coating—0.80 oz. per square foot per ASTM A90-91 Class II, Type III 2. For use with PVC coated revet mattress and PVC coated gabions: Rings shall be Spenax brand 11SS-40 stainless steel rings, or approved substitute. The rings shall have the following properties: Diameter—0.120" stainless steel wire per ASTM 313, Type 302, Class I Tensile Strength—260,000 PSI—280,000 PSI per ASTM E 8/TP2004 B. Fastening Method 1. Rings shall be placed using Spenax Pneumatic tool, Spenax hand tool, or approved substitute. 2. Overlap of complete rings shall be 1/2" minimum with not less than one inch total overlap. 3. Spacing of the rings shall not exceed four inches. D. Application Rings may be used at any location where a 1h" overlap of the ring can be made. This generally is possible at two wire connections and not possible at'four wire connections. In the event a 1/z" overlap of the ring cannot be obtained, the specified lacing wire method shall be used. The Spenax rings are generally suitable for use in the following locations: 1. Revet Mattresses Spenax rings may be used in place of tie wire on all assembly, closure and attachment to adjacent revet mattress operations provided that a one-half (1/2") inch overlap can be obtaining in the ring. 2. Gabions Spenax rings may used in place of tie wire on gabions at the following location: a. The side of the gabion to the side of the diaphragm. b. The side of the gabion to the edges of the end panel. c. The lid to the top of the diaphragms. d. The lid to the top of the end panel except when two gabions are to be attached joining end to end. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02272-3 e. Rings may be used at any point of contract between adjacent gabions where a '/z" overlap of the Spenax ring can be obtained. Spenax rings may not be used for: a. Attachment of gabions end to end at the selvedged joint _ b. On any area where a V2" overlap of the Spenax ring cannot be obtained. 2.4 Filter Fabric 2.4.1 Geo-textile fabric for use as a filter media, when specified on the drawings, shall be placed along the gabion structure as shown in the drawing. The fabric to be used shall be Trevira 1114, ADS-600, Mirafi 140N, or approved equal. 2.5 Crushed Rock Filter Zone 2.5.1 Granular filter media, when specified on the drawings, shall be placed to the limits as shown on the drawings. Granular filter media shall consist of 1 1" crushed stone. 3.0 CONSTRUCTION 3.1 General 3.1.1 The gabions shall be placed in accordance with the size and type as shown on the drawings. PVC coating gabions shall be used in this project where specified on the construction drawings. The placement shall be in close conformity to the line and grade shown on the plans and cross-sections and shall be in strict accordance with these specifications. 3.2 Fabric Placement 3.2.1 After excavation to grade has been performed, the geo-textile fabric, when specified on the plans, shall be placed to the limits as shown on the drawings. Care shall be taken not to place the fabric exceeding the limits shown on the drawings. Adjacent pieces of filter shall be overlapped a minimum of eighteen inches (18"). Fabric shall be secured, when necessary, by pins or other suitable means before placing the gabions. Excess fabric protruding past the fmished gabions shall be cut off. 3.3 Gabion Assembly 3.3.1 Gabions shall be assembled by first unfolding the baskets on a hard flat surface and stamping out all kinks. The front, back and end panels shall be folded up and fastened together with the projecting heavy gauge selvedge wire by twisting it around the selvedge wire of the panel two (2) complete turns. The diaphragms shall be folded up and secured CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02272-4 in the same manner. Tie all diaphragms and end panels to the sides of the gabion by the specified tying method. 3.4 Tying Methods 3.4.1 All tying of gabions in each step of construction shall be done in the following manner: Cut a length of tie wire approximately 5' long, secure the wire at one end by looping and _ twisting together,then proceed tying with double loops (made at the same point) every 5" apart, pulling the basket pieces tightly together. Secure the end of the wire by again looping and twisting. No other wire except of the type supplied with gabions shall be used. No clips, rings, and other fastening devices, made of other than the tie wire furnished with the gabions may be used, except as specified herein. Special attention shall be given that all gabions are tied in this manner. Proper tying of the gabions at all steps in construction is critical to the performance of the finished gabion structure. 3.5 Gabion Placement 3.5.1 After the gabions have been assembled, the gabions shall then be placed in position empty and shall be tied together, each to its neighbor along all contacting edges in order to form a continuous structural unit. Gabions 3' high, that are to be placed in a straight row, are to be stretched in the following manner before being tied to the adjacent gabion: Tie together approximately 100' (maximum) of gabions and fill one gabion cell on the end gabion to an existing gabion already filled and then stretch the row of gabions with a come-a-long or other suitable means until the row of gabions is stretched sufficiently to remove all kinks. Do not overstretch. A frame or other suitable means shall be used to avoid deformation of the end cell when stretching the gabions. While maintaining tension, tie the row of gabions to its neighbor along all contacting edges. 3.6 Filling the Gabions 3.6.1 Filing Procedure: When the assembled empty gabions have been installed, the gabions shall then be filled in the following manner: The gabions may be filled by machine but shall be filled in 12" layers. Care shall be taken when placing the rock into the gabions to insure that the gabions are not damaged or bent. Edges of gabions and diaphragms may be protected by tying steel reinforcement to the gabions or other suitable means. 3.6.2 Hand Manipulation: Sufficient hand manipulation of rock shall be preformed in each 12" layer of rock to minimize voids and result in a maximum density of the rock in the gabion. Retaining walls shall have the rock in vertical outside surfaces placed by hand with large rock in order to achieve the best appearance. It is critical to the performance of the finished gabion structure that the gabions are filled to their maximum with the voids in the gabion minimized by manipulation of the rock. 3.6.3 Internal Tie Wire Reinforcement: In gabions that are 3' high, a looped inner tie wire shall be installed in each cell connecting to front and back faces and any unsupported face every 12" of vertical height. Individual cells may not be filled more than 12" above any adjacent cell unless looped inner tie wires run in both directions. Care shall be taken that CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007=00 02272-5 the individual cells do not bulge outward and that the rows are straight, level, and have square corners. 3.7 Closing the Gabions 3.7.1 When each gabion has been filled to its maximum, which is slightly higher that the sides, and surface leveled with a minimum amount of voids, the lids shall be pried down and _ over with a bar or lid closing tool until the edges of the lid and the edge of the basket are together. It should require a light stretching in order to bring the two gabion pieces together. The heavy projecting wire on the lid shall be twisted around the heavy wire on the sides two (2) complete turns and the lid shall then be tied to the sides and tops of the diaphragms in the same manner as the baskets are assembled. The lids of the gabions shall also be tied together, each to its neighbor along all contacting edges to ensure the information of a continuous connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in. 3.8 Cutting the Gabions 3.8.1 General: Gabions may be cut to form bevels or curves. Re-tying shall be in a manner to produce a closed cell and re-tying of the gabion shall be in the same manner as the assembly. Excess mesh wire shall be cut off or be tightly and neatly laced down in accordance with the following methods: 3.8.2 Bevels: Two of the methods are: A. Cut or untie the bottom of the end panel and re-tie at the desired angle. Cut or fold and re-tie the excess mesh. Note: This is not the generally preferred method. Short gabion lengths may be required to produce the angle at the correct location. This method is generally recommended for angles not exceeding 20 degrees. B. Cut the gabion on three sides at the point where the angle is to be made. Sharply bend the uncut side, overlap the cut pieces and re-tie. Note: This is generally preferred method. This method would normally use the longest size gabion available. 3.8.3 Curves: Gabions may be formed to any radius by cutting the gabions on three sides at equally spaced points (the number of cuts and the spacing is a function of the radius), bend the uncut sides overlapping the ends and re-tie in accordance with specifications. Note: The procedure could extend over several gabion lengths in a large radius. This method would generally use the longest size gabion. 4.0 QUALITY CONTROL CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-1 2007-00 02272-6 4.1.1 Proper tying of all joints and the baskets being filled to their maximum density with a minimum amount of voids is very critical to the performance of the gabions. Therefore, compliance with the technical specifications shall be closely and thoroughly inspected and any work not meeting the implied quality shall be rejected. 5.0 PAYMENT 5.1.1 The cost of furnishing all equipment, labor and materials to install gabion structures shall be paid at the contract unit prices per cubic yard for gabion basket slope protection, with or without PVC coating, and per cubic yard for gabion mattress with PVC coating. These items shall also include but not be limited to furnishing and installing all galvanized gabion baskets, rock, geotextile fabric (filter fabric), PVC coated mattress and baskets, removal and salvaging of existing gabions, placement of salvaged gabion stone, excavation, . granular backfill, compacting, benching. Density testing of earth embankment, pipe penetrations (including concrete), doweled and/or grouted connection to existing concrete and masonry structures, connection to existing gabion structures, adjustment of gabions around existing trees, cutting, tying and retying of gabion baskets and mattresses. END OF SECTION 02272 CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS GABION STRUCTURES COPPELL,TEXAS WALTER P MOORE PROJECT NO. C04-12007-00 02272-7 SECTION 03200 CONCRETE REINFORCING 1.0 GENERAL 2.0 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including City Specifications, apply to work of this section. 2.1 DESCRIPTION OF WORK A. The work of this section includes labor, materials, hardware, equipment, transportation and services required to fabricate and place all reinforcement for cast-in-place concrete including bars, welded wire fabric, ties and supports shown on the drawings and as specified. 2.2 QUALITY ASSURANCE A. Codes and Standards: Comply with all provisions of the following codes, specifications and standards except where more stringent requirements are shown or specified: 1. ACI 301 - "Specifications for Structural Concrete for Buildings". 2. ACI 117 - 'Specifications for Tolerances for Concrete Construction and Materials." 3. ACI 318 - `Building Code Requirements for Reinforced Concrete". 4. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice". 3.0 PRODUCTS 3.1 MATERIALS A. Reinforcement: 1. Reinforcing Steel: All reinforcing steel shall conform to the "Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement," ASTM A615 Grade 60 unless noted otherwise on the drawings. 2. Epoxy-Coated Fabricated Reinforcing Steel: Provide at the locations indicated on the drawings reinforcing bars that are epoxy-coated after fabrication conforming to ASTM A934. Bars that are to be epoxy-coated shall conform to paragraph 1 above. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CONCRETE REINFORCING COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03200-1 3. Tie Wire: Tie wire shall be annealed steel tie wire, minimum 16 gauge. Provide only plastic coated or stainless steel tie wire in exposed concrete structures and all architectural concrete. B. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI recommendations. 1. Support of Epoxy-Coated Reinforcement: Provide epoxy-coated or other dielectric-polymer-coated wire bar supports to support epoxy-coated reinforcement. 2. Support of Galvanized Reinforcement: Provide galvanized wire bar supports to support galvanized reinforcement. C. Coating Repair Materials: Repair damaged areas of epoxy-coated or galvanized reinforcement using the following products. 1. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating compatible with epoxy coating on reinforcement and complying with ASTM A775. 2. Zinc Repair Material: ASTM A780, zinc-based solder, paint containing zinc dust, or sprayed zinc shall be used to repair damaged areas of galvanized reinforcement. 3.2 SPLICES A. Splice Type and Lap Lengths: Required splice type and lap lengths are defined on the drawings. Lap splice lengths for unscheduled bars not shown otherwise on the drawings shall be 30 bar diameters minimum. 4.0 EXECUTION 4.1 FABRICATION AND DELIVERY A. Bending and Forming: Fabricate bars of indicated sizes and accurately form to shapes and lengths indicated and required, by methods not injurious to materials. Do not heat reinforcement for bending. Bars with kinks or bends not scheduled will be rejected. B. Marking and Shipping: Bundle reinforcement and tag with suitable identification to facilitate sorting and placing. Transport and store at site so as not to damage material. Keep sufficient supply of tested, approved and proper reinforcement at the site to avoid delays. Maintain reinforcing bars free of mud, dirt, grease, or other coating. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CONCRETE REINFORCING COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03200-2 C. Epoxy-Coated Reinforcing: Repair cut and damaged epoxy coatings on fabricated reinforcing before delivery with epoxy repair coating according to ASTM D3963 4.2 PLACING REINFORCEMENT A. Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement - placement and supports and as herein specified. B. Before placing and again before concrete is placed, clean reinforcement of loose rust and mill scale, earth, ice and other materials which reduce or destroy bond with concrete. C. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. Exercise particular care to maintain proper distance and clearance between parallel bars and between bars and forms. Provide metal spreaders and spacers to hold steel in position. Support steel at proper height upon approved chairs. D. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Extend reinforcement continuous through construction joints unless otherwise shown on the drawings or, if approved on the shop drawings, provide dowels of sufficient length to develop the full tension or compression strength of the bar as applicable. 4.3 SPLICING REINFORCING STEEL A. Provide splice type (tension lap splice, compression lap splice, compression end bearing splice, or mechanical anchorage tension splice) as indicated on the drawings. Splice reinforcing bars only at locations shown on the structural drawings and approved shop drawings. Unauthorized or unscheduled splices not approved by the Engineer in writing will not be accepted. B. All lap splices in reinforcing steel shall be contact lap splices unless detailed otherwise on the drawings. C. Maintain proper cover between reinforcing bars at splices. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CONCRETE REINFORCING COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03200-3 D. Lap unscheduled reinforcing bars not otherwise specified a minimum of 30 bar diameters at splices. Lap welded wire fabric a minimum of one full wire mesh plus two inches. END OF SECTION 03200 • CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CONCRETE REINFORCING COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03200-4 SECTION 03300 CAST-IN-PLACE CONCRETE 1.0 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including City Specifications, - apply to work of this section. 1.2 DESCRIPTION OF WORK A. Extent of concrete work is shown on drawings, including schedules, notes and details which show size and location of members and type of concrete to be poured. Furnish all labor, materials, services, equipment and hardware required in conjunction with or related to the forming, delivery and pouring of all poured-in-place concrete work. 1.3 QUALIFICATIONS A. The concrete supplier shall have a minimum of five years experience in manufacturing ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. The supplier must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. B. The concrete contractor shall have a minimum of five years experience with installation of concrete similar in material, design and extent to that indicated for this Project and whose work has resulted in construction with a record of successful-service performance. 1.4 QUALITY ASSURANCE The Contractor is responsible for quality control and quality assurance, including workmanship and materials furnished by his subcontractors and suppliers. A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 301 - "Specifications for Structural Concrete for Buildings". 2. ACI 117 - 'Specifications for Tolerances for Concrete Construction and Materials." 3. ACI 318 - "Building Code Requirements for Reinforced Concrete". CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-1 4. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice". B. Document Conflict and Precedence: In case of conflict among documents, including structural drawings and specifications, notify the Engineer prior to submitting proposal. In case of conflict between and/or among the structural drawings and specifications, the strictest interpretation shall govern, unless specified otherwise in writing by the Engineer. C. Inspection and Testing of the Work: Materials and installed work may require testing and retesting, as directed by the Engineer, at any time during progress of work. Allow free access to material stockpiles and facilities. Tests, not specifically indicated to be done at the Owner's expense, including retesting of rejected materials and installed work, shall be done at the Contractor's expense. See Testing Laboratory section of the Specifications. Inspection or testing by the Owner does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. D. Acceptance Criteria for Concrete Strength: The strength level of an individual class of concrete shall be considered satisfactory if both the following requirements are met: 1. The average of all sets of three consecutive strength tests equal or exceed the required fc. 2. No individual strength test falls below the required fc by more than 500 psi. A strength test shall be defined as the average strength of two cylinder breaks tested at the strength age indicated on the drawings for that class of concrete. E. Responsibility for Selection and Use of Concrete Admixtures and Chemical Treatments: The Contractor shall be responsible for selecting admixtures and surface treatments that are compatible with the intended use of the concrete including all final surface treatments called for within this or other specifications or on the structural or architectural drawings. The Contractor is responsible for following the manufacturer's instructions for the use of their product including abiding by any limitations placed by the manufacturer on the use of any of its products. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including admixtures, patching compounds, epoxies, grouts, waterstops, joint CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-2 systems, curing compounds, dry-shake finish materials, hardeners, sealers and others as requested by Engineer. B. Samples: Submit samples of materials specified if requested by Engineer, including names, sources and descriptions. C. Mix Designs: Submit mix designs and the Concrete Mix Design Submittal Form located at the back of this specification section for each class of concrete that is to be provided for the project as specified herein. Submit the qualifying test data that supports each mix design as required herein. For any concrete mix that contains fly ash, submit evidence of satisfactory performance of the mix on past projects using the same percentage level of fly ash replacement with identical sources of materials. D. Material and Mill Certificates: Provide material and mill certificates as specified herein and in the Testing Laboratory section of the Specifications. The Manufacturer and Contractor shall sign the material and mill certificates certifying that each material item complies with specified requirements. Provide certification from admixture manufacturers that chloride ion content complies with specified requirements. 2.0 PRODUCTS 2.1 CONCRETE MATERIALS Refer to the drawings for classes and strengths of concrete required. A. Portland Cement: ASTM C 150, Type I or Type III, or ASTM C 1157, Type GU or HE unless otherwise approved by the Engineer. For concrete exposed to salt air or salt water, provide Type II or Type V cement. Use one brand of cement, for each class of concrete, throughout the project, unless approved otherwise by the Engineer and the Owner's Testing Laboratory. Submit mill certificates certifying conformance to this specification for each brand and type of cement. B. Normal Weight Aggregates: ASTM C33, and as herein specified. Submit material certificates.certifying conformance to this specification for each source of aggregate. 1. If required by the provisions of this specification in the section entitled "Proportioning and Design of Concrete Mixes", submit certification that aggregate does not contain any deleterious materials that react with alkalis in the concrete mix to cause excessive expansion of the concrete for concrete that is exposed to wetting, has extended exposure to humid CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL, TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-3 atmosphere, or is in contact with moist ground. This includes the following locations in this project: C. Water: Comply with the requirements of ASTM C94. Comply with the following chemical concentration limits in the total volume of mixing water whether or not wash water is used as part of the total mixing water. 1. Chloride (Cl) as tested by ASTM D512 a. In prestressed concrete or in concrete for parking deck slabs: 500 ppm. b. All other concrete: 1000 ppm 2. Sulfates (SO4) as tested by ASTM D516: 3000 ppm. 3. Alkalies (Na20 + 0.658 K20) in concrete placed as floor slabs or in concrete exposed to weather or humidity: 600 ppm. 4. Total Solids as tested by AASHTO T26: 50,000 ppm. D. Air-Entraining Admixture: ASTM C260. Provide air entrainment as specified in Table 4.2.1.of ACI 318-99 in all concrete exposed to freezing and thawing. Interior steel troweled surfaces subjected to vehicular traffic shall not have more than 3% entrained air. Surfaces scheduled to receive hardeners shall not have more than 3% entrained air. Subject to compliance with requirements, provide one of the following products and manufacturers: "Darex-AEA" or "Daravair"; W. R. Grace&Co. "MBAE90" or "Micro-Air";Master Builders "Sika AER"; Sika Corporation "Air Mix" or "AEA-92"; The Euclid Chemical Company, Inc. "Boral Air 30" or `Boral Air 40", Boral Material Technologies, Inc. Submit manufacturer's certification that product conforms to the requirements specified and is compatible with all other admixtures to be used. E. Certification: Written conformance to all the above mentioned requirements and the chloride ion content of the admixture as tested by an accredited laboratory will be required from the admixture manufacturer at the time of mix design review by the Engineer. ' I CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-4 2.2 RELATED MATERIALS A. Non-Shrink Grout: 1. Type: Grout for soil nails shall be a non-metallic, shrinkage resistant, premixed, non-corrosive, non-staining product containing Portland cement, silica sands, shrinkage compensating agents and fluidity improving compounds. 2. Specifications: Non-shrink grout shall conform to ASTM Cl 107. 3. Compressive Strength: Provide the minimum strength as shown below as determined by grout cube tests at 28 days: a. 6,000 PSI for supporting concrete 3000 psi and less. b. 8,000 PSI for supporting concrete greater than 3000 psi and less than or equal to 4000 psi. c. Unless noted otherwise on the drawings, grout strength on supporting concrete greater than 4000 psi shall be 8000 psi. 4. Products: Acceptable non-shrink grouts are listed below: "Burke", EDOCO Construction Chemicals, Inc. "CG 200 PC", Hilti, Inc. 2.3 PROPORTIONING AND DESIGN OF CONCRETE MIXES The Contractor shall submit for approval by the Engineer and Owner's Testing Laboratory, at least 15 working days prior to the start of construction, concrete mix designs and the Concrete Mix Design Submittal Form located at the end of this specification section for each class of concrete indicated on the structural drawings and in the Specifications. The Contractor shall not begin work with a particular mix until that mix design has been approved. A. The Contractor, acting in conjunction with his Concrete Supplier and his Testing Laboratory, shall submit in writing, with his mix designs, the method used to select mix proportions. Either of the following methods, as outlined in ACI 318, may be used. 1. Field Experience Method 2. Laboratory Trial Mixture Method When field experience methods are used to select concrete proportions, establish proportions as specified in ACI 301 and ACI 211. When Laboratory trial batches are used to select concrete proportions, the procedure as outlined in ACI 318 shall CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-5 be followed. Prepare test specimens in accordance with ASTM C192 and conduct strength tests in accordance with ASTM C39. Proportioning without field experience or trial mixtures is not permitted. B. Required types of concrete and compressive strengths shall be as indicated in the Contract Drawings. C. All mix designs shall state the following information: 1. Mix design number or code designation by which the Contractor shall order the concrete from the Supplier. 2. Structural member for which the concrete is designed (i.e., columns, shear walls, footings, etc.). 3. Wet and dry unit weight. 4. 28 day compressive strength. 5. Aggregate type, source, size, gradation, fineness modulus. 6. Cement type and brand. 7. Admixtures including air entrainment, water reducers, accelerators, and retarders. 8. Design Slump. 9. Proportions of each material used. 10. Water to cement ratio and maximum allowable water content. 11. Method by which the concrete is intended to be placed (bucket, chute, or pump). 12. Required average strength qualification calculations per ACI 318 5.3.1 and 5.3.2. Submit separate qualification calculations for each production facility that will supply concrete to the project. 13. Documentation of Average strength (trial mix data or field test data) per ACI 318 5.3.3. When field test data is used to qualify average strength, submit separate documentation for each production facility that will supply concrete to the project. 14. Field test data submitted for qualification of average strength under ACI 318 5.3.1, 5.3.2 and 5.3.3 shall include copies of the Concrete Testing Agency's reports from which the data was compiled. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-6 15. All other information requested in the Concrete Mix Design Submittal Form located at the end of this specification section. D. Concrete Suppliers Record of Quality Control: The concrete supplier's past record of quality control shall be used in the design of the concrete mixes to determine the amount by which the average concrete strength fcr should exceed the specified strength fc as outlined in ACI 318. If a _ suitable record of test results is not available, the average strength must exceed the design strength by the amount as specified in ACI 318. After sufficient data becomes available from the job, the statistical methods of ACI 214 may be used to reduce the amount by which the average strength must exceed fc as outlined in ACI 318. E. Adjustments of Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Such mix design adjustments shall be provided at no additional cost to the Owner. Any adjustments in approved mix designs including changes in admixtures shall be submitted in writing with the specified Concrete Mix Design Submittal Form to the Engineer and Owner's Testing Laboratory for approval prior to field use. F. Chloride Ion Content: A written submittal shall be made with each mix design proposed for use on the project that the chloride ion content from all ingredients including admixtures will not exceed the limits specified in this section of the Specifications. 2.4 CONCRETE MIXES A. Ready-Mix Concrete: Comply with requirements of ANSI/ASTM C 94, "Ready Mixed Concrete" and Testing Laboratory section of the specifications. 3.0 EXECUTION 3.1 SLUMP LIMIT A. The slump, as measured in the field where concrete cylinders are taken, shall be within plus or minus 1 inch of the design slump noted on the Mix Design Submittal Form. Water may be added to the concrete in the field only to the extent that the prescribed water-cement ratio noted in the Mix Design Submittal Form is not exceeded. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-7 3.2 MOISTURE RETARDER INSTALLATION A. Install moisture retarder in accordance with ASTM E 1643 and manufacturer's instructions. B. Seal all joints in the field with the specified pressure sensitive tape. Heat- welded joints fabricated in a shop prior to delivery is an acceptable _ method to minimize the number of field joints. C. Seal all pipe penetrations through the moisture retarder with a boot made from the moisture retarder material and tape. 3.3 JOINTS IN CONCRETE A. Construction Joints: Locate and install construction joints as indicated on the drawings or if not shown on drawings, located so as not to impair strength and appearance of the structure, as acceptable to Engineer. 3.4 CONCRETE PLACEMENT A. Preplacement Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel and items to be embedded or cast-in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Moisten wood forms immediately before placing concrete where form coatings are not used. B. Coordinate the installation of joint materials and moisture barriers with placement of forms and reinforcing steel. C. Comply with ACI 301 and as herein specified. 1. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation. Spread concrete using short-handled, square-ended shovels, or come-alongs. 2. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 3. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand-spading, rodding or tamping. Use internal vibrators of the largest size and power that can properly be used in the CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL, TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-8 work as described in the table entitled "Range of characteristics, performance, and applications of internal vibrators" found in ACI 301. 4. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. Place vibrators to rapidly penetrate placed layer and at least 6" into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing segregation of mix. 5. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners of forms, eliminating air and stone pockets that may cause honeycombing, pitting, or planes of weakness. 6. Maintain reinforcing in proper position during concrete placement operations. 7. Placing Concrete by Pump: If concrete is placed by using a pump, the grout used for pump priming must not become a part of the completed structure unless an engineered grout design mix and grout location are approved in advance by the Engineer. 3.5 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Maintain concrete with minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of concrete. In hot, dry and windy weather protect concrete from rapid moisture loss exceeding 0.2 lb./sq. ft. x hr before and during finishing operations with an evaporation control material. Apply in accordance with manufacturer's instructions after screeding and bull floating, but before power floating and troweling. 2. Curing shall commence as soon as free water has disappeared from the concrete surface after placing and finishing. The curing period shall be 7 days for all concrete except high early strength concrete which shall be cured for 3 days minimum. Alternatively, curing times may be reduced if either of the following provisions is complied with: a. If tests are made of cylinders kept adjacent to the structure and cured by the same methods, curing measures CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-1 2007-00 03300-9 may be terminated when the average compressive strength has reached 70% of the specified 28 day compressive strength. b. If the temperature of the concrete is maintained at a minimum of 50°F for the same length of time required for laboratory cured cylinders of the same _ concrete to reach 85% of the 28 day compressive strength, then curing may be terminated thereafter. 3. Curing shall be in accordance with ACI 301 procedures. Avoid rapid drying at the end of the curing period. B. Curing Formed Surfaces: Where wooden forms are used, cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. When forms are removed, continue curing by one or a combination of the methods specified below, as applicable. C. Curing Unformed Surfaces: Cure unformed surfaces, by one or a combination of the methods specified below, as applicable. The Contractor shall choose a curing method that is compatible with the requirements for subsequent material usage on the concrete surface. D. Curing Methods: 1. Method 1 - Moisture Curing: Provide moisture curing by one of the following methods: a. Keep concrete surface continuously wet by covering with water. b. Continuous water-fog spray. c. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 2. Method 2 - Moisture-Cover Curing: Provide moisture-cover curing as follows: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-10 Water may be added to concrete surface to prevent drying before the cover is installed, but the surface shall not be flooded with water. 3. Method 3 — Curing or Curing and Sealing Compound: Provide curing, curing/hardener, liquid membrane-forming curing, or curing and sealing compound as follows: Apply specified compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power-spray or roller in accordance with manufacturer's directions. Do not allow to puddle. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. Apply second coat for sealing 2 to 3 hours after the first coat was applied. Do not use membrane-forming curing and sealing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glued-down carpet, vinyl composition tile, linoleum, sheet vinyl, rubber, athletic flooring, synthetic turf, or wood), paint or other coatings and finish materials. Dissipating resin type cures are acceptable in these locations. 3.6 HOT OR OTHER ADVERSE WEATHER CONCRETING A. Definition: 1. Conditions warranting hot weather concreting practices are defined as any combination of high air temperature, low relative humidity and wind velocity tending to impair the quality of fresh or hardened concrete or otherwise result in abnormal properties. If conditions cause an evaporation rate of 0.2 lb./sq. ft./hr. as calculated by Figure 2.1.5 in ACI 305R-99, then precautions shall be taken to prevent plastic shrinkage cracks from occurring. 2. The maximum acceptable concrete temperature at the truck discharge point shall be 95°F. B. Specification: Hot weather concreting practices specified below shall be followed, all or in part as required, to limit the concrete temperature at the truck discharge point to 95°F or lower. C. Records: Under hot weather conditions, the Contractor shall keep records of outside air temperature, concrete temperature at truck discharge and general weather conditions. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-11 • D. Hot Weather Concreting Requirements: The following items, all or in part as required, shall be followed to limit the concrete temperature to 95°F or lower and to minimize the possibility of plastic shrinkage cracks from developing. 1. Design the concrete mixes specifically for hot weather conditions using a water reducing retarding admixture (ASTM C 494 Type D). 2. Use the largest size and amount of coarse aggregate compatible with the job. 3. Use sunshades and/or windbreaks. 4. Delay construction of indoor slabs-on-grade until the walls and roof are constructed. 5. Cool and shade aggregate stockpiles. 6. Use ice as part of the mixing water or cool the water with liquid nitrogen. 7. Limit the number of revolutions at mixing speed to 125 maximum. 8. Reduce time between mixing and placing as much as possible. 9. Do not add water to ready-mixed concrete at the job site unless it is part of the amount required initially for the specified water-cement ratio and the specified slump. 10. Schedule concrete placement for early morning, late afternoon, or night. 11. Have all forms, equipment and workers ready to receive and handle concrete. 12. Maintain one standby vibrator for every three vibrators used. 13. Keep all equipment and material cool by spraying with water including exteriors of forms, reinforcing steel, subgrade, chutes, conveyors, pump lines, tremies, and buggies. 14. Protect slab concrete at all stages against undue evaporation by applying a fog spray or mist above the surface or applying a monomolecular film. Where high temperatures and/or placing conditions dictate, use water- reducing retarding admixture (Type D) in lieu of the water-reducing admixture (Type A) as directed by the Owner's Testing Laboratory. 15. Provide continuous curing, preferably with water, during the first 24 hours using wet burlap, cotton mats, continuous spray mist, or by applying a CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-12 curing compound meeting ASTM C 1315. Continue curing for 3 days minimum. 16. Cover reinforcing steel with water soaked burlap so that steel temperature will not exceed ambient air temperature immediately before placement of concrete. 17. As soon as possible, loosen forms and run water down the inside. When forms are removed, provide a wet cover to newly exposed surfaces. 3.7 COLD OR OTHER ADVERSE WEATHER CONCRETING A. Definition: 1. Concrete shall not be placed when the outside air temperature is 40°F or less unless cold weather concreting practices are followed as specified below. 2. Cold weather concreting practices should also be followed whenever the following conditions exist for more than three successive days: a. the average daily air temperature is less than 40°F, and b. the air temperature is not greater than 50°F for more than one half of any 24 hour period. The average daily air temperature is the average of the highest and lowest temperature occurring during the period from midnight to midnight. 3. The temperature of concrete mixed and delivered to the job site shall conform to the following requirements: Air Temperature Min. Concrete Temperature Above 30°F 60°F 0°F to 30°F 65°F Below 0°F 70°F 4. The minimum temperature of concrete during placement and curing shall be 55°F. 5. The maximum concrete temperature heated by artificial means at point of placement shall not exceed 90°F. B. Records: Under cold weather conditions, the Contractor shall keep records of outside air temperature, concrete temperature as placed and general weather conditions. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-13 C. Cold Weather Concreting Requirements: The following items, all or in part as required, should be followed to assure acceptable concrete in cold weather conditions: 1. Design the concrete mix suitable for cold weather. Use air entrainment (where not prohibited) and obtain high early strength by using a higher cement content, a high early strength cement - (Type III), or a specified non-chloride accelerator (ASTM C 494 Type C or E). 2. Protect the concrete during curing period using insulating blankets, insulated forms, enclosures and/or heaters. 3. Concrete cured in heated enclosures shall have heaters vented to prevent exposure of concrete and workmen to noxious gases. 4. Frozen subgrade shall be thawed prior to concrete placement and snow and ice shall be removed from forms. 5. Concrete shall be protected and cured at 50°F for seven days minimum if normal concrete (Type I cement) is used and for three days minimum if high early strength concrete (concrete with Type III cement, 100 pounds cement added per cubic yard concrete, or a non-chloride accelerator added). 6. Concrete not loaded during construction shall be protected a minimum of 3 days for normal concrete and 2 days for high early strength concrete to obtain safe form stripping strength. Concrete fully loaded during construction shall be protected for whatever time period is required to obtain the required strength as determined by nondestructive strength tests (Windsor probe, Swiss Hammer Test) on the in-place concrete. 7. Heat the mixing water and then blend hot and cold water to obtain concrete no more than 10°F above the required temperature. 8. Heat the aggregates'by circulating steam in pipes placed in the storage bins for air temperatures consistently below 32°F. When either water or aggregate is heated to over 140°F combine them in the mixer first to obtain a maximum temperature of the mixture not to exceed 140°F in order to prevent flash set of the concrete. 9. Uniformly thaw aggregates far in advance of batching to prevent moisture variations in the stockpile. 10. Cover warmed stockpiles with tarps to retain heat. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-14 11. Place air entraining admixture in the batch after the water temperature has been reduced by mixing with cooler solid materials. 12. Use wind screens to protect concrete from rapid cooling. 13. Maintain artificial heat as low as possible to reduce temperature stresses during cooling. 14. Avoid water curing of concrete except for parking garage structures. Apply the required curing compound to unformed surfaces as soon as possible to prevent drying of concrete from heated enclosures. 15. Delay form stripping as long as possible to help prevent drying from heated enclosures and to reduce damage to formed surfaces caused by premature stripping. 16. Provide triple thickness of insulating materials at corners and edges vulnerable to freezing. 17. Wrap protruding reinforcing bars with insulation to avoid heat drain from the warm concrete. 18. Gradually reduce the heat at the end of the heating period to reduce likelihood of thermal shock. 3.8 QUALITY CONTROL TESTING DURING CONSTRUCTION A. See Testing Laboratory Services section of these Specifications for concrete materials and cast-in-place concrete inspection and test requirements. 3.9 INVESTIGATION OF LOW CONCRETE STRENGTH TEST RESULTS A. Contractor Responsibility for Low Strength Concrete: 1. If the average of any three consecutive strength tests falls below the required fc for a class of concrete but no individual strength test is more than 500 psi below fc, the Contractor shall immediately notify the Engineer by telephone or e-mail and take immediate steps to increase the average of subsequent strength tests. 2. If any individual strength test falls more than 500 psi below the required fc, the Contractor shall immediately notify the Engineer by telephone or e-mail and take immediate steps to assure that the load-carrying capacity of the structure is not jeopardized. CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-15 B. Additional Field Tests to Confirm Low Concrete Strengths: 1. The cost of all investigations of low-strength concrete, as defined by any individual strength test being more than 500 psi below the required f c, shall be borne by the Contractor. 2. Code-Prescribed Acceptance: The only accepted field-test _ methods of determining actual in-situ concrete strength is by the way of core tests as prescribed by ACI 318. 3. Non-Destructive Tests: If any individual strength test falls more than 500 psi below the required fc, the Engineer may request that non-destructive field tests be performed on the concrete in question using Swiss Hammer, Windsor Probe, or other appropriate methods as approved by the Engineer. Report the comparative test results of the suspect concrete under consideration with identical tests done on concrete of known strength and of the same class. The Engineer considers these test results as only approximate indicators of strength and may not necessarily, by themselves, resolve the low concrete strength issue. These test results will be considered as additional information by which to make an informed judgment. The Engineer reserves the right to accept the concrete based on the results of these approximate tests or order that core tests be taken as prescribed below. At the Contractor's option, the approximate non-destructive field-tests may be waived and core tests immediately initiated. 4. Core Tests: If, in the opinion of the Engineer, the likelihood of low-strength concrete is confirmed and it has been determined that • the load-carrying capacity of the structure is significantly reduced as a result, the Engineer may request that core tests be taken from the area in question as directed by the Engineer. There shall be a minimum of three cores taken for each strength test more than 500 psi below the required fc in accordance with ASTM C42. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 60° to 80°F, relative humidity less than 60 percent) for 7 days before test and shall be tested dry. If concrete in the structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 40 hours and tested wet. The Contractor shall fill all holes made by drilling cores with an approved drypack concrete. 5. Acceptance Criteria for Core Test: Concrete in an area represented by core tests shall be considered adequate if the average of three cores is equal to at least 85% of the required fc and no single core is less than 75% of the required fc. If approved by the Engineer, CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-16 locations of erratic core strengths may be retested to check testing accuracy. Load Test: If the concrete strength is not considered adequate based on core tests and the structural adequacy remains in doubt, the Engineer may order a load test as specified in ACI 318 be conducted for the questionable portion of the structure. 6. Strengthening or Demolition of the Structure: If the structural adequacy of the affected portion of the structure remains in doubt following the load test, the Engineer may order the structure to be strengthened by an appropriate means or demolished and rebuilt at the Contractor's expense. END OF SECTION 03300 CREEKVIEW EROSION CONTROL AND ROADWAY IMPROVEMENTS CAST-IN-PLACE CONCRETE COPPELL,TEXAS WALTER P. MOORE PROJECT NO. C04-12007-00 03300-17 Date: Concrete Mix Design Submittal Form (Note 1) I. Project Information A. Name of Project: B. City, State: C. General Contractor: D. Concrete Supplier: 1. Address: 2. Name to Contact: 3. Phone No.: 4. Fax No.: II. Concrete Mix Information A. Concrete Mix Design Designation (Note 2): B. Minimum Concrete Strength f'c: psi at days and C. Maximum w/c Ratio: D. Concrete Type (check one) NW LW E. Required Wet Weight: pcf F. Concrete Use (member type as specified in General Notes): G. Required Air Content: H. Method of Concrete Placement for this Mix: (check one) Bucket Pump Chute Tremie Other(Specify) III. Method of Concrete Mix Design Preparation: (Check One Method Below) (Note 3) A. Field Experience Method B. Trial Mixture Method IV. Concrete Production Facility Information A. Production facility has field strength test records of specified class or within 1 ksi of class: Yes • No Answer B thru C only if answer to IV.A. is "yes". If answer to IV.A. is "no", go to V.B.: B. Test Record Information: (Check either 1, 2, or 3 below) 1. >_30 consecutive tests 2. Two groups of>_30 tests 3. 15 to 29 tests C. Standard Deviation S(PSI): 1. Modification Factor Of B.3. checked only. Ref. Table 5.3.1.2 of ACI 318-02.) MF = 2. Standard Deviation S = psi 3. MF x S (if B.3. checked only) = psi Note: Combined aggregate gradation for slabs and other designated concrete shall be 8% - 18%for large top size aggregates(1 �/2 in.) or 8%-22% for smaller top size aggregates (1 in. of 3/4 in.) retained on each sieve below the top size and above the No. 100 sieve. V. Required Average Compressive Strength f'cr(psi) A. Calculation of for from S (fill out only if IV.A. is "yes) (larger of 1 or 2 below controls) 1. f'cr=f'c + 1.34xS = psi 2. f'cr=f'c+ 2.33xS - 500 = psi B. Calculation of f'cr from ACI 318-02 Table 5.3.2.2: (fill out if IV.A. is "No") 1. for=f'c+ psi = psi VI. Concrete Mix Design by Field Experience Method: (fill out below only if III.A. is checked) Note: This method requires one or more mix designs with a 45 day minimum field record of at least ten consecutive test results using similar materials and conditions as the proposed mix design. A. Available field record is based on how many mix designs? _ (specify number) B. Average strength of field record is psi (must be>_f'cr in V.) VII. Concrete Mix Design by Trial Mixture Method: (fill out below only if III.B. is checked) Note: This method requires using at least three different trial mixes with varying W/C ratios or cement contents with a plot of average strength vs. W/C ratio or cement content. Submit scale graph of results. A. Trial Mixes: (Note: All other ingredients as specified in VIII. below) Mix 1 Mix 2 Mix 3 Selected (interpolated) values Cements (lbs.) _ W/C Ratio Compressive Strength (psi)at Specified Days VIII. Proposed Mix Design A. Sources of Materials: 1. Cement: Type: Manufacturer Lo-Alkali? Y N Sp. Gr. 2. Fly Ash: Type: Manufacturer Sp. Gr. 3. Silica Fume: Manufacturer: Type (check one): Slurry Slurry: Specific Gravity Water Content by Wt. % Silica by Wt. Powder: Specific Gravity Silica by Wt. 4. Coarse Aggregate: Size: Type: Source: Ovendry Sp. Gr. (Note 4) Ovendry Rodded Density: PCF Absorption: % (moist. content at SSD corn (Note 4) Ovendry Rodded Density: PCF Absorption: % (moist. content at SSD cond.) 6. Fine Aggregate: Type: Source: Fineness Modulus: (Note 4) Ovendry Sp. Gr. Absorption (moisture content at SSD condition): _% 7. Air Entraining Agent (AEA): Manufacturer and Name: ASTM N Note: Specify below all types and combinations of admixtures anticipated to be used for anticipated weather conditions. Explain in (12) below. 8. Water Reducers (WR): a. (Plain) Manufacturer and Name: ASTM No. b. (w/Accelerator) Manufacturer and Name: ASTM No. c. (w/Retarder) Manufacturer and Name: ASTM No. 9. Accelerators: Manufacturer and Name: ASTM No. 10. Retarders: Manufacturer and Name: ASTM No. 11. High Range Water Reducer(HRWR) (Superplasticizers): a. (Plain) Manufacturer and Name: ASTM No. b. (w/Retarder) Manufacturer and Name: ASTM No. 12. Comments: B. Mix Proportions: (Per Cubic Yard) Item Wt. (lbs.) Absolute Vol. (Cu. E 1. Cement • 2. Fly Ash 3. Silica Fume 4, Coarse Agg. (SSD Wt.) 5. Lightweight Agg. (SSD Wt.) 6. Fine Agg. (SSD Wt.) 7. AEA oz/100#cement Added at: Batch Plant Site 8. a. WR (Plain) oz/100# cement Added at: Batch Plant Site b. WR (W/Acc.) oz/100#cement Added at: Batch Plant Site c. WR (W/Ret.) oz/100# cement Added at: Batch Plant Site 9. Accelerator: oz/100#cement Added at: Batch Plant Site 10. Retarder: oz/100# cement Added at: Batch Plant Site 11. a. HRWR (Plain) oz/100#cement Added at: Batch Plant Site b. HRWR (w/Ret.) oz/100#cement Added at: _Batch Plant Site 12.Other: (Specify Units) 13.Water(including free (lbs.) (cu. ft.) (gal.) water on aggregates) C. Mix Design Characteristics: (Pozzolan = flyash and/or silica fume) 1. Water(including free water on aggregates)/(Cement+ pozzolan): w/c = (lbs.) (I l Jet applicable for LW concrete) I 2. Fine Aggregate/Total Aggregate = (Ibs.)_ 3. Pozzolan/Pozzolan+Cement) = (lbs.)_ (lbs.) (lbs.) 4. Concrete Density: a. Unit Wet Weight: pcf b. Unit Dry Weight: pcf 5. Air Content: 6. Slump: a. Initial Slump (before adding WR or HRWR) in. b. Final Slump (after adding WR or HRWR) in. D. Chloride Ion Content:The Concrete Supplier certifies that total chloride ion content of the concrete mix, as tested by ASTM C1218 does not exceed the amounts specified in Table 4.4.1 of ACI 318-02. E. Alkali Content: The Concrete Supplier certifies, if required by specification section 3300, that the total alkali content contributed from cementitious materials does not exceed 4.0 lbs./cu. yd. of concrete or certifies that the aggregate contains no deleterious material that react with alkalis in the concrete mix. F. Mix Water Purity: The Concrete Supplier certifies that the appropriate specified chemical concentration limits are not exceeded in the total volume of mix water. Notes: 1. This form is required to be submitted to Engineer and Owner's Testing Laboratory for all concrete mixes on the job. When any mix ingredient changes during the course of the job, this submittal form shall be resubmitted for approval. All information must be filled in for approval of mix design. Submit all backup data for calculations. 2. The mix designation should be that used by the Contractor to order the concrete from the Supplier and as noted on the batch ticket. 3. Refer to ACI 318-02 for requirements of each concrete mix design preparation method. 4. Submit sieve analysis of fine and course aggregates. Include chart indicating combined aggregate retained on each sieve size. X. Certification by Concrete Supplier Signature: Representing: Date: APPENDIX A GEOTECHNICAL REPORT T H E C I T Y • O F ELL 417 A 8 PROJECT NO. 18362 NOVEMBER,2012 GEOTECHNICAL INVESTIGATION RETAINING WALL AND STREET IMPROVEMENTS CREEKVIEW DRIVE AT COTTONWOOD BRANCH COPPELL,TEXAS Presented To: WALTER P. MOORE &ASSOCIATES,INC. DALLAS,TEXAS RBBE3 Br- E IFIEEFRII-1 GEOTECHNICAL AND G R D U P ENVIRONMENTAL CONSULTANTS November 30, 2012 Project No. 18362 Walter P. Moore&Associates,Inc. 1845 Woodall Rogers Freeway, Suite 1650 Dallas, Texas 75201 ATTN: Mr. Ernest L. Fields,P.E. GEOTECHNICAL INVESTIGATION RETAINING WALL AND STREET IMPROVEMENTS CREEKVIEW DRIVE AT COTTONWOOD BRANCH COPPELL,TEXAS Gentlemen: Transmitted herewith are copies of the referenced report. Should you have any questions concerning our findings or if you desire additional information, do not hesitate to call. Sincerely, / REED E GII RIN GROUP, LTD. Registxaon I�db , 4 / 3 �� of ..- Fortest Whitney Smith,P.G., { )• •'9*�a�9 Vice President .�•v+iH►r�vv SMiTFI o FW S/apv fB % 85658 .'�a4 copies submitted: (3) ��$�00,/ONA ANN'"-f 2424 STUTZ DRIVE,SUITE 400 DALLAS,TX 75235 GEOTECHNICAL ENGINEERING tel 214.350.5600 fax 214.350.0019 ENVIRONMENTAL CONSULTING www.reed-engineering.com CONSTRUCTION MATERIALS TESTING I r-t r n ga1rI aaCI U TABLE OF CONTENTS PAGE INTRODUCTION 1 Project Description 1 - Authorization 1 Purpose and Scope 1 FIELD AND LABORATORY INVESTIGATIONS 2 General 2 Field Investigation 2 Laboratory Testing 3 GENERAL SITE CONDITIONS 4 Physiography and Surface Geology 4 Geology and Subsurface Conditions 6 Ground Water 7 ANALYSIS AND RECOMMENDATIONS 7 Cause of Observed Distress 7 Gabion Structure - General 8 Gabion Structure-Foundation 8 Gabion Structure—Lateral Earth Pressures 9 Gabion Structure—Lateral Support 11 Gabion Structure—Abutments 13 Storm Drain 13 Roadway and Flatwork 13 Earthwork 14 Construction Observation and Testing Frequency 15 ILLUSTRATIONS PLATE PLAN OF BORINGS 1 BORING LOGS 2-5 KEYS TO TERMS AND SYMBOLS USED 6&7 LABORATORY TEST RESULTS 8 - i - t .n ea€iF. INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for retaining wall and street improvements along Creekview Drive, adjacent to Cottonwood Branch Creek in Coppell, Texas. The project consists of construction of a new retaining wall along the lower portion of the creek bank to support two existing gravity gabion walls located between the upper creek bank and the roadway. A composite gabion structure is anticipated for the new wall. Lateral support for the new gabion structure will be provided by permanent rock anchors attached to the gabions by means of internal reinforced concrete beams. The roadway, sidewalk and railing have experienced significant distress as a result of differential movement. The project also includes repair of distressed surface improvements and subsurface utilities, as necessary. The general layout of the site is shown on the Plan of Borings, Plate 1, in the report Illustrations. Authorization This investigation was authorized by Mr. Ernest L. Fields, P.E., of Walter P. Moore & Associates, Inc. on September 7, 2012. Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface and ground water conditions, to provide geotechnical parameters for design of a new composite gabion retaining wall, and to provide recommendations for remediation and reconstruction of distressed surface Project No. 18362 - 1 - November 30, 2012 r-lm a °s H1 improvements along Creekview Drive. The investigation has included drilling four sample borings, field reconnaissance, laboratory testing, engineering and geologic analyses, and preparation of the geotechnical report. Recommendations provided herein are site-specific and were developed for the project discussed in the report Introduction. Persons using this report for other than the intended purpose do so at their own risk. FIELD AND LABORATORY INVESTIGATIONS General The field and laboratory investigations have been conducted in accordance with applicable standards and procedures set forth in the 2012 Annual Book of ASTM Standards, Volumes 04.08 and 04.09, "Soil and Rock, Geosynthetics". These volumes should be consulted for information on specific test procedures. Field Investigation Subsurface conditions were evaluated by four sample borings drilled to depths of 40 to 42 feet in October 2012. The approximate locations of the borings are shown on the Plan of Borings, Plate 1 of the report Illustrations. The borings were advanced between sampling intervals by means of a truck-mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with three- inch diameter Shelby tubes (ASTM D 1587). Cohesionless soils (sands and gravels)were Project No. 18362 -2 - November 30, 2012 Fq Li F. sampled in conjunction with the Standard Penetration test (SPT) (ASTM D 1586). Unweathered shale was evaluated in-situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. The borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions and soil classification [Unified Soil Classification System (USCS), ASTM D 2488] are presented on the Boring Logs, Plates 2 through 5. Keys to terms and symbols used on the logs are included as Plates 6 and 7. Elevations shown on the boring logs have been interpolated to the nearest one foot based on a topographic survey provided by the client. In addition to the borings, field reconnaissance was performed to observe the condition of the existing retaining walls and surface improvements, as well as geologic conditions exposed in the creek banks and creek bottom. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. Project No. 18362 - 3 - November 30, 2012 t='ejU F� TABLE 1. TESTS CONDUCTED AND ASTM DESIGNATIONS Type of Test ASTM Designation Atterberg Limits D 4318 Moisture Content D 2216 Soil Suction D 5298 The results of these tests are summarized on Plate 8. GENERAL SITE CONDITIONS Physiography and Surface Geology As stated above, the site is situated along Creekview Drive, adjacent to a meander bend in Cottonwood Branch Creek. The site is located along the outside bend of the creek. The outside bend is termed the "cut bank" and is subject to lateral erosion from stream action, as well as over-steepening and subsequent sloughing or global failure. The cut bank within the study area is approximately 30 to 35 feet high. The cut bank showed evidence of severe erosion, as well as sloughing and loss of trees in two areas. Soils exposed in the cut bank consisted of clay grading with depth into sandy clay, clayey sand and sand, with some basal gravel. Channel lag deposits were observed in the bottom of the channel. Project No. 18362 -4 - November 30, 2012 32t r"irgtr/ia irlm Two gravity gabion structures are present between the creek bank and Creekview Drive. The east wall is approximately 116 feet long, with a maximum exposed height of approximately 15 feet. The west wall is approximately 57 feet long, with a maximum exposed height of approximately 12 feet. It was noted that the lowest portion of the west wall is founded on poorly graded crushed rock, containing substantial interstitial void spaces. The crushed rock apparently represents gabion stone used to fill in the deepest portion of the ravine,thus reducing the height of the wall. Based on the original plans for construction of Creekview Drive, two deep ravines were present prior to construction that drained into the creek to the north. The walls were constructed within the two ravines. The original plans indicate that the east ravine was on the order of 20 feet deep at the back of the wall, and the west was on the order of 15 feet deep at the back of the wall. Based on field measurements, both gabion walls have deflected vertically and laterally toward the creek. The east wall has deflected approximately 12 inches and the east wall has deflected approximately 6 inches. The apex of the deflection in both cases corresponds with the deepest part of the ravines. At the same locations, the ground immediately behind the walls has settled up to 6 to 18 inches at the west and east walls, respectively. Filter fabric was present behind both walls. A gap of two to three inches was observed between the soil and the back of both walls. Project No. 18362 - 5 - November 30, 2012 ra FR C3 Li F. Both the sidewalk and street have also settled in these locations. The settlement appears to be proportional to the depth of the original ravines in each case. Maximum settlement of the sidewalk was on the order of 6 inches and 18 inches adjacent to the west and east walls, respectively. Maximum settlement of the roadway was on the order of five to eight inches behind the west and east walls, respectively. The magnitude of settlement tapered to one inch or less to the south, away from the walls. Some settlement of the roadway was also observed along the alignment of the storm sewer passing under the roadway along the east side of the project area. The inlet box appears to have settled as much as three inches relative to the roadway. Geology and Subsurface Conditions Subsurface conditions encountered in the borings consisted of fill and terraced alluvial soils overlying weathered grading to unweathered shale of the Cretaceous Eagle Ford Formation. Fill was encountered to depths of 1-1/2 to 13-1/2 feet. The depth of fill in the area of the two ravines corresponded closely to the depth of the ravine as indicated on the original plans at those locations. The fill consisted of brown, grayish-brown, reddish-brown and yellowish- brown, moderate to high plasticity (CL - CH) clay and silty clay with various amounts of fine sand and gravel. The upper fill immediately below the roadway appeared to have been treated with lime. The fill was generally very stiff to hard except in Boring B-3, where the fill was stiff to very stiff. The fill in this boring was noticeably more moist than in the remaining borings. Project No. 18362 - 6 - November 30,2012 The underlying alluvial soils consisted of light brown to reddish-brown, CH clay with traces of fine sand and calcareous particles. Below depths of 13 to 18 feet, the CH clay graded into light brown to light brownish-gray, sandy clay (CL) and clayey sand (SC). Yellowish-red to light brown, medium dense to dense sand (SP) was encountered below depths of 17-1/2 to 23 feet. The sand contained increasing amounts of gravel with depth. The alluvial soils extended to depths of 28 to 31 feet (approximate Elev. 487.5 to 491) and was underlain by dark gray, soft (rock classification), unweathered shale. The unweathered shale extended through the termination depths of the borings. Ground Water Based on post-drilling water level observations, ground water was present at depths of 25-1/2 to 28 feet (approximate Elev. 492 to 494) in October 2012. The ground water was perched above the unweathered shale within the alluvial soils. The gradient appeared to be toward the creek. The depth to ground water will fluctuate with variations in seasonal and yearly rainfall, as well as creek flow level. ANALYSIS AND RECOMMENDATIONS Causes of Observed Distress Settlement of the sidewalk and pavement is believed to be a result of a combination of factors including consolidation settlement of the deep fill in the two ravines, and settlement associated with lateral movement of the two gabion walls. Also, some erosion of fines behind the west wall into the crushed rock below the gabions has likely occurred. The cause of settlement of the paving above the storm drain is uncertain,but is likely the result of settlement of poorly Project No. 18362 - 7 - November 30, 2012 U F' compacted backfill above the drain. It is also possible that a bad joint or joints were present in the storm drain, causing soil to erode into the storm drain. A video of the storm drain was made, but the results of that video are unknown. A more recent video provided by The City of Coppell appears to be of the storm drain along the south side of Creekview Drive. - Gabion Structure- General It is understood that a composite gabion retaining structure will be constructed along the lower portion of the cut bank. The height of the wall should extend sufficiently above the foundations of the existing upper gabion walls to provide passive toe support of these walls. Permanent rock anchors will be used to provide lateral support for the proposed gabion structure. It is anticipated that the structure will be battered at 2V:1H, or flatter. Geotechnical design parameters associated with the proposed structure, as well as other geologic factors affecting design, are discussed in the following sections. Gabion Structure-Foundation The gabion structure should be founded at least 18 inches into unweathered shale, or 18 inches below the maximum anticipated creek scour depth,whichever is deeper. The foundation should be designed for an allowable bearing pressure of 4.5 kips per square foot (ksf) within the unweathered shale. This value incorporates a minimum factor of safety of three against a shear failure. Project No. 18362 - 8 - November 30, 2012 r-x r , E FR t is t Foundation excavations should be dry and free of all cuttings and deleterious materials prior to foundation construction. Consideration should be given to use of a minimum six-foot wide gabion mattress at the toe of the structure to limit future scour adjacent to the foundation. Gabion Structure-Lateral Earth Pressures The magnitude of lateral earth pressure acting on the proposed gabion structure will be a function of the materials within the "active zone". The "active zone" can be approximated by an included angle of 38 degrees from the vertical, projected upward from the intersection of the structure with the shale. For a battered structure, the active angle should be projected from the vertical plane intersecting the top of the structure. Considering use of site-excavated soil within the active zone, lateral earth pressures should be estimated based on an equivalent fluid pressure of .50 pounds per cubic foot (pcf). Alternatively, imported "select" fill or durable crushed stone may be used as backfill within the active zone. Considering use of"select" fill or crushed stone, as defined in the Earthwork section, lateral earth pressures should be estimated based on an equivalent fluid pressure of 35 pcf. The lateral earth pressures above are applicable for non-surcharged, drained conditions. Surcharge from slopes can be approximated as a uniform soil thickness equal to half the vertical distance between the top of the structure and the intersection of the plane defining the active zone with the upper slope. A unit weight of soil of 125 pcf and an active earth pressure coefficient of 0.36 are recommended. A maximum slope of four horizontal to one vertical (4H:1 V) is recommended above the new wall. Project No. 18362 - 9 - November 30, 2012 Whether or not the new wall is subject to surcharge from the existing upper walls will depend upon the proximity of the new wall to the foundations of the upper walls. If the foundations of the upper walls intersect a line projected at 45 degrees from the intersection of the lower wall with the unweathered shale, surcharge from these walls should be accounted for in design of the lower wall. The values above for surcharge from slopes may be considered in evaluating surcharge from the walls. As previously discussed, the height of the new wall should be such that adequate passive resistance is provided on the existing upper walls. Active earth pressure on the upper walls may be evaluated based on an equivalent fluid pressure of 60 pcf. Considering backfill using site excavated soil, passive earth pressure at the toe of the existing walls can be estimated based on an equivalent fluid pressure of 320 pcf. Prior to backfilling the toe of the west wall,the voids in the existing crushed stone below the wall should be filled with a free-flowing grout. The values above do not contain specific factors of safety. Factors of safety, if applicable, should be integrated into the structural design. Gabions are considered to be free-draining. Therefore, development of hydrostatic pressure behind gabion structure should be limited. A filter fabric, such as Mirafi 140-N or equal, should separate the gabions and the general fill. Filter fabric is recommended to limit loss of fines through the gabions. Project No. 18362 - 10 - November 30, 2012 Frg t-Imtrt .esmtrt A minimum two-foot thick compacted clay cap should be constructed above the general fill to limit surface water infiltration behind the structure. If granular soil is utilized as backfill behind the structure, the clay cap should be separated from the granular soil by a filter fabric as described above. For the new wall, resistance to lateral earth pressure will be provided by base sliding resistance between the foundation and the underlying unweathered shale. Base sliding resistance should be estimated using a coefficient of friction of 0.2. Additional lateral support should be provided by permanent rock anchors. Geotechnical parameters associated with design of the anchorage system are provided in the Gabion Structure-Lateral Support section. Gabion Structure -Lateral Support Permanent rock anchors should be used to provide lateral support to the gabion structure. Anchors may be active (post-tensioned), or passive (unstressed). It should be noted that, if passive anchors are used, some lateral movement of the structure will be necessary to develop pullout resistance within the anchors. Lateral movement necessary to develop the anchor resistance is estimated to be 3/4 inch or less. The anchors should be secured to the gabion structure by means of reinforced concrete beams formed within the gabion baskets. Consecutive rows of anchors should be offset horizontally from adjacent rows by half the horizontal spacing between anchors on a row. Project No. 18362 - 11 - November 30, 2012 nc$1. The anchors should consist of threaded, high-strength steel bars installed in pre-drilled holes and grouted throughout their full length. The anchor holes should be dry and free of all cuttings prior to installation of the bars. All components of the anchor system, including bars, anchor plates and locking nuts, should be provided with adequate corrosion protection. Each anchor should be equipped with centralizers spaced at regular intervals throughout its full length. A minimum hole diameter of four inches is recommended to provide adequate grout coverage of the bars. The anchors should be installed at an angle between 15 and 45 degrees as measured from the horizontal plane. Loads on the anchors should be transferred to the dark gray, unweathered shale. It is recommended that the rock anchors be unbonded for a minimum distance of five feet, or two feet beyond the "active" zone, whichever is greater. The unbonded length can be created by means of a bond breaker such as a grease-filled PVC sleeve. Considering dark gray, unweathered shale, the load-carrying portion of the rock anchors (bonded length) should be designed based on an estimated pullout resistance of 2.0 ksf. This value is applicable considering straight-shaft, tremmie-grouted rock anchors, and incorporates a minimum factor of safety of three against pullout. A minimum bonded length of 10 feet is recommended for permanent rock anchors. The anchor shafts should be dry and free of all cuttings and deleterious materials prior to grout placement. The shafts should be tremmie-grouted from the bottom of the shaft up. Due to the presence of ground water in the alluvial soils,use of temporary casing,pumping, or other means Project No. 18362 - 12 - November 30, 2012 FR 7=1 means may be necessary during anchor shaft construction. Close coordination of anchor shaft excavation and grout placement will limit the need for ground water control. In no case should anchor shaft excavations remain open for more than six hours prior to grout placement. Project No. 18362 - 13 - November 30, 2012 1=; ialzr r-r r,-- ez r ,r, uFo Gabion Structure-Abutments The,abutments of the retaining structure will require special consideration to account for future erosion. It is recommended that the abutments be turned back into the slope for a minimum distance of 10 feet. The transition should be accomplished by means of as large a radius of curvature as possible, and should conform to the contours of the adjacent slope in order to limit the creation of"knick points" which create turbulent flow and accelerate erosion. Unprotected slopes beyond the downstream end of the structures should be re-vegetated as soon as possible after construction. Consideration should be given to use of an erosion control fabric to limit erosion during the re-vegetation process. Maintenance of the abutment slopes should be anticipated due to the potential for continued erosion in this area. Storm Drain It is anticipated that the existing storm drain under the roadway will be removed and re-routed to the north, into the creek. The existing utility trench should be backfilled in controlled lifts as outlined in the Earthwork section. Temporary excavations should be designed to meet OSHA requirements. Subsurface soils should be classified as "Type B" cohesive soils. Roadway and Flatwork Repair of the distressed roadway and flatwork should be performed after the new gabion wall is constructed and the existing walls are stabilized. Once this is accomplished, the affected pavement and sidewalk should be demolished. The soils should then be excavated to a Project No. 18362 - 14 - November 30, 2012 L� CX minimum depth of five feet. The excavation should extend to the back of the existing gabion walls on the north side. Any filter fabric damaged during excavation should be removed and replaced. The exposed subgrade below the roadway in the bottom of the excavation should be proofrolled with a loaded dump truck. Any soft or loose zones identified by proofrolling should be excavated to firm subgrade. Proofrolling should not be performed within 15 feet of the back of the existing gabion walls. The exposed subgrade in the bottom of the excavation should be scarified to a depth of six inches and recompacted as outlined in the Earthwork section. Site-excavated soils may then be used to bring the excavation to finished subgrade for the pavement and sidewalk. Fill should be placed under controlled conditions as outlined in the Earthwork section. The pavement subgrade should be stabilized with a minimum of six percent hydrated lime. The depth of lime stabilization should meet the City of Coppell standards. A minimum depth of six inches is recommended. Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction of Highways, Streets and Bridges," 2004 Edition, Item 260. Lime-stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density,ASTM D 698. Earthwork All vegetation and topsoil containing organic material should be removed at the start of earthwork construction. Excavated benches should be created so that backfill can be placed on level, continuous surfaces. Soils exposed at the surface should be scarified to a depth of 6 Project No. 18362 - 15 - November 30, 2012 fr3 Li inches and recompacted to at least 95 percent of the maximum density as determined by ASTM D 698, "Standard Proctor". The moisture content should range from optimum to +4 percentage points above optimum. Site-excavated soils, where used for fill, should be placed in maximum loose lifts of eight inches and compacted to the moisture and density requirements outlined above. "Select" fill, if utilized, should consist of uniformly blended clayey sand with a Plasticity Index (PI) between 4 and 15. "Select" fill should be placed in maximum loose lifts of 8 inches and compacted to a minimum of 95 percent of the Standard Proctor density. The moisture content should range between-2 and+3 percentage points of optimum. Crushed stone, if utilized for backfill, should consist of clean, free-draining durable rock meeting ASTM C 33, Size 67 or coarser. Crushed stone should be placed in maximum 8-inch loose lifts and compacted to a minimum of 60 percent of the relative density as determined by ASTM D 4254. Construction Observation It is recommended that a representative of this office be present to observe all construction activities in order to confirm proper bearing stratum and construction procedures. Field density tests should be performed at a minimum rate of 1 test per lift, per 150 linear feet in all compacted fills. Project No. 18362 - 16 - November 30, 2012 1= E t rx xxtt t r tt-tom Fmt CI Li Ten percent of all post-tensioned permanent rock anchors should be performance-tested to 1.5 times the design load. The remainder should be proof-tested to 1.25 times the design load. Passive anchors should be hand-tightened with a torque wrench. Performance and proof testing should be performed in accordance with guidelines provided in Federal Highway - Administration Report No. FHWA/RD-82/047. This should include creep testing as specified in the guidelines. G 1 Project No. 18362 - 17 - November 30, 2012 H • 0 4,42 IL Z g. s pp m OP=� ° ) so2S " Z O as @a a " al " W 1 Z To' 60 Sts 0 — i d rn m ...,--=0 1.5 p moos s._ ^ 2 CD gL ,n -s6b . —6�6 s 22S 4oc'g2 • D —6s4� o�s` —064 0`Pit,s 1 . aS a' o "9 66I. ____-/S66 vg `r' r.1 ------Ors d h • A \ J h^ !66 \ A ' 064 a,i m 11 fr2s o tdi / I 1 Cn a o °o+ ni a 0 N m i86 490��\ �J I • 2 t_..,,y,,,...,9 064 2 /� i°� 1 1 OI S It IT : i 0 y R9y � , .1„,s, FrS JJJ 1 IR R90� 00 / p0� 9 III Y . 5oy��so 'II y � OAS , lz c / Q a N 'n �— S,s �, /I,l,ry I "� 520 0 L� . ' \ 1 REED ENGINEERING GROUP • Retaining Wall and Street Improvements Project Number: 18362 Creekview Drive at Cottonwood Branch Date Completed: 10/11/2012 Coppell,Texas Location:See Plate 1 Standard Penetration Tests N V Blows per Foot-EB Depth E o v n o DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. (ft) m 2 - m Pocket Penetrometer Readings (ft) CO `0 Tons Per Sq.Ft.-31E 1 2 3 4 4,5+ 4.5++ CONCRETE(Approximately 7") 579 CLAY,brown,very stiff,w/fine sand&trace of gravel,calcareo - - 518.4- - - % concretions&ironstone nodules (Fill) (CL) /_ - 517.5_ / CLAY,brown&reddish-brown,hard,w/trace of gravel, calcareous deposits&ironstone nodules (CH) 5- CLAY,brownish-red to yellowish red, hard to very stiff,w/trace of - _ 514.5_ / calcareous deposits&ironstone nodules (CH) - - - 10 - • • - - CLAY,reddish-brown,very stiff,w/fine sand&trace of calcareous- _ 505.5_ 15 concretions&ironstone nodules (CH) _ - - - - f'° CLAYEY SAND,light gray&yellowish-red,w/fine sand&trace of - 501 - r calcareous deposits (SC) - - - 20 - - - - , _ 0 • eepage daring drilling SAND,yellowish-red,loose,w/trace of gravel&coarse sand,fine - 497 - .:-.• (SP) - - - 0 25= y Water level on '[0/11/2012 - - 0. - GRAVELLY SAND,yellowish-red,very dense,w/trace of clay, - ® _ 490.5_ 30= ••.' fine-to coarse-grained (SP) _ - - SHALE,dark gray,soft — 488 / - 5013lows=2-112"riches - - 35- - - - - 100 Blows=1/2 inch - \ _ - - 40- - - - 100 Blows=1/2 inch 45- Total Depth= 42 feet Seepage encountered @ 22'during drilling. Water @ 25'after 10 minutes. Water @ 25'&blocked©27'@ end of day. Water @ • 25-1/2'&blocked @ 27'on 10/11/2012. BORING LOG B-1 PLATE 2 GEOTECHNICAL CONSULTANTS-- REED ENGINEERING GROUP Retaining Wall and Street Improvements Project Number: 18362 Creekview Drive at Cottonwood Branch Date Completed: 10/10/2012 Coppell,Texas Location:See Plate 1 Standard Penetration Tests W 2 Blows per Foot- Depth n. °v v°a o DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. E (ft) co 2 . 2 J Pocket Penetrometer Readings (ft) U) `0 Tons Per Sq.Ft.-* 1 2 3 4 4.5+ 4.5++ CONCRETE (Approximately 7") 5lo•5- - CLAY,grayish-brown,hard,w/fine sand&trace of gravel, - 517.9 - % calcareous concretions&ironstone nodules,lime-treated (Fill) _ 517 - - d (CH) j ' CLAY,brown,very stiff,w/fine sand& of calcareous • concretions,deposits&ironstone nodules _ 514- - 5— % (Possible Fill) (CH) �- - / CLAY,reddish-brown,very stiff,w/trace of calcareous _ concretions&ironstone nodules (CH) 10 — — ./d - - _ CLAYEY SAND,light brown&reddish-brown,w/trace of _ _ 505.5= calcareous concretions&ironstone nodules (SC) 15 — — • - SAND,light brown to yellowish-red,medium dense,w/trace of 500.5_ clay (SP) - - 20 — -. 25—/ \ — — _ Water level on E0/11/2012 -w/medium-to coarse-grained sand&trace of gravel below 27' Seepage duririg drilling. _ 491.5_ uw/some olive-brown&gray clay seams below 29' - 489.5_ 30—/ \ — — SHALE,dark gray,soft _ 487.5- 35 \/ — 100 Blows=1/2 inch — _ 40 — — • 100 Blows.=9/2 inch - Total Depth= 41 feet - 45— Seepage encountered @ 27'during drilling. Dry after 4 minutes. - Dry&blocked @ 27-1/2'@ end of day. Water @ 27'&blocked @.27'on 10/11/2012. - • BORING LOG B-2 PLATE 3 GEOTECHNICAL CONSULTANTS-- • REED ENGINEERING GROUP Retaining Wall and Street Improvements Project Number: 18362 Creekview Drive at Cottonwood Branch Date Completed: 10/10/2012 Coppell,Texas . Location:See Plate 1 Standard Penetration Tests - v Blows per Foot-ED Depth g- °°a° 10 20 30 ao 50 60 Elev. (ft) m `a m J DESCRIPTION OF STRATA Pocket Penetrometer Readings CO C7 Tons Per Sq.Ft.-* 9 (ft) 1 2 3 4 4.5+ 4.5++ CONCRETE (Approximately 7") ---- b1Y SILTY CLAY,brown,w/fine sand&trace of gravel,&calcareot - 518.4- - / concretions, lime-treated (Fill) (CL) / = 518 - / CLAY,reddish-brown to dark brown,stiff to very stiff,w/fine sand = - / &trace of calcareous concretions,ironstone nodules& iron-stained seams 5— (Fill) (CH) - - 10— — — - - - - - CLAY, reddish-brown,very stiff,w/fine sand&trace of ironstone - _ 505.5_ 15 / nodules (CH) — — J - j SANDY CLAY,light brownish-gray,very stiff,w/trace of - _ 501 calcareous concretions,deposits&ironstone nodules (CL) 20 % — -- t SAND,yellowish-red,dense,fine (SP) - 496 - 25—/ \ — — t Water level an 10/11/2012 _ Q Se.ppage during drilling SHALE,dark gray,soft - 491 - X - 50 Blo*s=5 inehes - - 30 _ — . . . — 35—� REED ENGINEERING GROUP Retaining Wall and Street Improvements Project Number: 18362 Creekview Drive at Cottonwood Branch Date Completed: 10/10/2012 Coppell,Texas Location:See Plate 1 Standard Penetration Tests a� o Blows per Foot-ED Depth E o v Cr DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. (ft) re N J Pocket Penetrometer Readings (ft) fA g U' Tons Per Sq.Ft.-NE 1 2 3 4 4.5+ 4.5++ CONCRETE(Approximately 7"),w/2"void below 520.5_ CLAY,light brownish-gray,hard,w/fine sand,&trace of gravel, -519.75 Ncalcareous concretions&ironstone nodules (Fill) (CH) /— _ 518.5_ / CLAY,dark brown,hard,w/trace of iron-stained seams& ironstone nodules (Fill) (CH) 5– – – - CLAY,reddish-brown,hard to very stiff,w/trace to whine sand,& - - 514 - trace of calcareous concretions&ironstone nodules (CH) 10 15 - � — - t SAND,yellowish-red,medium dense to dense,fine (SP) - _ 503 20–X – – ▪ -w/medium-to coarse-grained sand below 22.5' - 498 25–X – – ▪ -w/gravel from 27'to 29' Water level on 10/11/2012 _ 493.5_ �7 ®Se.ppage during d 'fling 30–X w/some gray clay seams below 29.5' – _ 491 SHALE,dark gray,soft 489.5_ 35 X — – 100 BIows=1/2 inch – 40 100 Blows=1/2 inch Total Depth= 40 feet Seepage encountered @ 29-1/2'during drilling. Dry after 10 45– minutes. Dry&blocked @ 39'@ end of day. Water @ 28'& blocked @ 28'on 10/11/2012. • BORING LOG B-4 PLATE 5 GEOTECHNICAL CONSULTANTS-- REED ENGINEERING REED ENGINEERING GROUP Project Number: 18362 Retaining Wall and Street Improvements GROUP Creekview Drive at Cottonwood Branch Date Completed: 10/11/2012 Coppell,Texas Location:See Plate 1 i Fill 3eptl- �- =e n¢ to "zo SP 30 VALUE SO ''4 Type of Fill ft E a m 3 DESCRIPTION OF STRATA Elev. O to Pocket Penetrometer Readings Tons Per Sq.Ft.-NE (ft) 0 ° ° CONCRETE(Approximately 7,) z & 45.. °s. 519 Cla (CL) - V CLAY,brown,very stiff,w/fine sand&trace of gravel,calcareous .. .518.4- j (LL<50) _ concretions&ironstone nodules (Fill) (CL) 5175_ / CLAY,brown&reddish-brown,hard,w/trace of gravel,calcareous deposits&ironstone nodules (CH) - - - - -_ _ _ Clay(CH) - 5- CLAY,brownish-red to yellowish red,hard to very stiff,w/trace of _ _5145 (LL>50) / calcareous deposits&ironstone nodules (CH) . _ // _ - _ _ I SILT(ML) _ (LL<50) / - SILT (MH) (LL>5o)0) - -CLAY,reddish-brown,very stiff,w/fine sand&trace of calcareous 505.5 concretions&ironstone nodules (CH) 5 _ -_ CLAYEY SAND J - - - • . CLAYEY .:,::. CLAYEY SAND,light gray&yellowish-red,w/fine sand&trace of - calcareous deposits (SC) 20 — SILTY SAND • (SM) \7' Seepage during•dr'Ilirig -`— SAND,yellowish-red,loose,w/trace of gravel&coarse sand,fine (SP) - - - . . . . `497 - SAND 2'5- --r. Water level an:1011112b12 - :; (SP-SW) . - _ ;..•� •,` _ - �1C CLAYEY GRAVEL ij- GRAVELLY SAND,yellowish-red,very dense,w/trace of clay,fine-to _ ago 5 �• (GRAVELLY CLAY) coarse-grained (SP) 30 -A•.• _ - - —- SHALE,dark gray,soft "488 - o -— --- - - o Q` GRAVEL < (GP-GW) -cam - - 54 B3o�iw/s=2-1/2 inches .- - °,-,b 35- - _ (weathered) __ - - SHALE - 1 0 9lows=1/2 IF1C11 (unweathered) 40—\ _ — / (weathered)SWICI LIMESTONE � (unweathered) —_ 100 Blows=1/2 inch (weathered) SANDSTONE Total Depth= 42 ft • (unweathered) • Seepage encountered @ 22'during drilling. Water @ 25'after 10 minutes. Water @ 25'&blocked @ 27'@ end of day. Water @ 25-1/2' &blocked @ 27'on 10/11/2012. BORING LOG B-1 PLATE 2 GEOTECHNICAL CONSULTANTS— UNDISTURBED STANDARD (Shelby Tube& PENETRATION — NX-Core) TEST .V=Water level at time of drilling. t THD CONE DISTURBED PENETROMETER 1=Subsequent water level and date. TEST KEYS TO SYMBOLS USED ON BORING LOGS PLATE 6 GEOTECHNICAL CONSULTANTS -- RFFIl FN(,INFFRIN( GROUP SOIL PROPERTIES COHESIONLESS SOILS COHESIONLESS SOILS SPT Pocket N-Values Relative Penetrometer Consistency (blows/foot) Density (T.S.F.) 0 - 4 Very Loose <0.25 Very Soft 4 - 10 Loose 0.25-0.50 Loose 10-30 Medium Dense 0.50-1.00 Medium Stiff 30-50 Dense 1.00-2.00 Stiff 50+ Very Dense 2.00-4.00 Very Stiff 4.00+ Hard ROCK PROPERTIES HARDNESS DIAGNOSTIC FEATURES Very Soft Can be dented with moderate finger pressure. Soft Can be scratched easily with fingernail. Moderately Hard... Can be scratched easily with knife but not with fingernail. Hard Can be scratched with knife with some difficulty;can be broken by light to moderate hammer blow. Very Hard Cannot be scratched with knife;can be broken by repeated heavy hammer blows. • DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered Slight discoloration inwards from open fractures. Weathered Discoloration throughout;weaker minerals decomposed;strength somewhat less • than fresh rock;structure preserved. Severely Weathered Most minerals somewhat decomposes;much softer than fresh rock;texture becoming indistict but fabric and structure preserved. Completely Weathered... Minerals decomposes to soil;rock fabric and structure destroyed(residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 7 GEOTECHNICAL CONSULTANTS-- FR r-stin . € inr m rti cn u r= GEOTECHNICAL INVESTIGATION RETAINING WALL AND STREET IMPROVEMENTS CREEKVIEW DRIVE AT COTTONWOOD CREEK COPPELL,TEXAS Summary of Classification and Index Property Tests Total Moisture Liquid Plastic Plasticity Soil Boring Depth Content Limit Limit Index Suction No. (feet) % 21/21 (PI) (psf) B-1 1.5 - 3.0 22.4 -- -- -- 60,970 3.0 - 4.5 22.4 -- -- -- 54,010 4.5 - 6.0 24.5 69 20 49 27,250 9.0 - 10.0 28.8 -- -- -- 8,630 14.0 - 15.0 23.9 52 18 34 7,720 B-2 1.5 - 3.0 30.1 -- -- -- 4,620 3.0 - 4.5 26.4 -- -- -- 4,870 4.5 - 6.0 28.2 -- -- -- 4,940 6.0 - 7.0 26.4 63 20 43 6,610 9.0 - 10.0 25.0 -- -- -- 8,580 14.0 - 15.0 15.5 27 11 16 4,260 B-3 1.5 - 3.0 26.6 -- -- -- 3,790 3.0 - 4.5 28.5 -- -- -- 3,110 4.5 - 6.0 29.7 -- -- -- 3,850 6.0 - 7.0 25.5 -- -- -- 4,190 7.5 - 8.5 27.6 -- -- -- 3,430 9.0 - 10.0 25.2 62 19 43 5,020 10.5 - 11.5 31.0 -- -- -- 3,080 12.0 - 13.0 31.9 -- -- -- 1,730 13.5 - 14.5 25.4 61 18 43 2,260 19.0 - 20.0 25.9 50 18 32 2,640 B-4 1.5 - 3.0 19.3 -- -- -- 26,080 3.0 - 4.5 19.8 69 19 50 30,740 4.5 - 6.0 19.9 -- -- -- 35,770 6.0 - 7.0 19.1 -- -- -- 32,600 9.0 - 10.0 18.6 -- -- -- 31,940 14.0 - 15.0 17.9 48 15 33 8,920 SUMMARY OF LABORATORY TEST RESULTS PLATE 8 •