WA8801-CN 881031 PROJECT MANUAL
INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR:
24" CROSSTOWN WATER LINE AND
MISCELLANEOUS WATER LINES
CITY OF COPPELL, TEXAS
DALLAS AND DENTON COUNTIES, TEXAS
NOVEMBER 1988
GINN, INC. CONSULTING ENGINEERS
17103 PRESTON ROAD, SUITE 100, LB-118
DALIAS, TEXAS 75248
(214) 248-4900
Set No.//
TO
WE ARE SENDING YOU/~ Attached [] Under separate cover via/L~t,J ~j,,~J the following items:
R Shop drawings [] Prints p~f Plans [] Samples ~ Specifications
[] Copy of letter [] Change order []
COPIES DATE NO. DESCRIPTION
THESE ARE TRANSMITTED as checked below:
[] For approval
fFor your use
D As requested
[] For review and Eomment
[] FOR BIDS DUE
[] Approved as submitted
[] Approved as noted
[] Returned for corrections
19
[] Resubmit..
[] Submit
[] Return
.. copies for approval
copies for distribution
corrected prints
[] PRINTS RETURNED AFTER LOAN TO US
REMARKS
COPY TO
I
If enclosures ore not el noted, kindly notify us at once.
11 i T
TI%BLE OF CONTENTS
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEX]&S
! [
T~BLE OF CONTENTS
TC-I
DIVISION O-BIDDING ~D CONTI~CT REOUIREMENTS
00010
00030
00040
00100
00110
00220
00300
00410
00430
00510
00600
00610
00650
00700
00800
00810
00830
00850
00900
PRE-BID INFORMATION
ADVERTISEMENT FOR BIDS
BIDDERS QUALIFICATION FORMS
INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS FOR BONDS
SOIL INVESTIGATION DATA
PROPOSAL AND BID FORMS
BID BOND FORM
SUBCONTRACTOR LISTING
STANDARD FORM OF AGREEMENT
PERFORMANCE BOND (PB-1 THRU PB-2)
PAYMENT BOND (PB-3 THRU PB-4)
CERTIFICATE OF INSURANCE
GENERAL CONDITIONS OF AGREEMENT (GC-1 THRU GC-14)
SUPPLEMENTARY CONDITIONS
MODIFICATIONS TO GENERAL CONDITIONS
SPECIFIC PROJECT REQUIREMENTS
INDEX TO DRAWINGS
ADDENDAAND MODIFICATIONS
DIVISION 1-GENERAL REOUIREMENT8
01010
01014
01015
01041
01045
01050
01070
01100
01152
01202
01300
01310
01320
01340
01370
01410
01420
01500
01600
01630
01700
01720
01730
01750
SUMMARY OF WORK
WORK SEQUENCE
CONTRACTOR USE OF PREMISES
PROJECT COORDINATION
CUTTING AND PATCHING
FIELD ENGINEERING
ABBREVIATIONS AND REFERENCE STANDARDS
ALTERNATES AND ALTERNATIVES
APPLICATIONS FOR PAYMENT
PROGRESS MEETINGS
SUBMITTALS
CONSTRUCTION SCHEDULES
PROGRESS REPORTS
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
SCHEDULE OF VALUES
TESTING LABORATORY SERVICES
RESIDENT PROJECT REPRESENTATIVE SERVICES
TEMPORARY FACILITIES AND CONTROLS
MATERIAL AND EQUIPMENT
SUBSTITUTIONS AND PRODUCT OPTIONS
CONTRACT CLOSE-OUT
PROJECT RECORD DRAWINGS
OPERATION AND MAINTENANCE DATA
WARRANTIES AND BONDS
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
TABLE OF CONTENTS TC-2
DIVISION 2-8ITEWORK
02100
02220
02221
02430
02480
02510
02515
02610
02615
02618
02640
SITE PREPARATION
STRUCTURAL EXCAVATION, FILL AND BACKFILL
EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES
DRAINAGE STRUCTURES, PIPES AND FITTINGS
LANDSCAPE SPECIFICATIONS
CONCRETE WALKS
CONCRETE PAVING
PIPE AND FITTINGS
CAST IRON AND DUCTILE IRON PIPE
PRESTRESSED CONCRETE CYLINDER PIPE
VALVES, COCKS AND HYDRANTS
DIVISION 3-CONCRETE
03100
03200
03251
03300
CONCRETE FORMWORK
CONCRETE REINFORCEMENT
CONSTRUCTION JOINTS AND WATERSTOPS
CAST-IN-PLACE CONCRETE
DIVISION 15-MECHANICAL
15100 MISCELLANEOUS PIPING
15220 BUTTERFLY VALVES
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0
BIDDIN3 ~ CONTI~CT DOCUNENTil
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO · 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
'i .r
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00010 - PRE-BID INFORMATION
PAGE
00010-1
PART 1- GENERAL
1.1 GENERAL:
Ae
The title of the project is 24" CROSSTOWN WATER
LINE AND MISCELLANEOUS WATER LINES, Request For
Proposal No. 0035, for the CITY OF COPPELL, TEXAS.
The bid opening date is November 17, 1988, 10:00 A.M..
Plans will be available from the office of the
Engineers on November 1, 1988.
Advertisement dates: October 28, 1988, November 4, 1988
and November 11, 1988.
Bids will be received at the City Hall, City of
Coppell, Texas.
1.2 LOCATION:
The specific location of the project is as shown on the
location map provided in the plans: more specifically, Line
A, the main 24" crosstown water line will begin at
Southwestern Boulevard and Coppell Road, continue along
Southwestern Boulevard to Belt Line Road intersection with
Denton Tap Road; then continuing along Belt Line Road past
Moore Road, Mockingbird Lane, to Mac Arthur Boulevard,
tying to an existing main at that point. Line "B" will be
along Mac Arthur Boulevard, north to Village Parkway. Line
"C" is located along Parkway Boulevard, east of Denton Tap
Road in the vicinity of the Town Center. Line "D" is
located along Moore Road and Carter Drive.
1.3
1.4
SCOPE:
The project consists of the installation and
construction of water lines and all appurtenances
to fully complete the project.
B. The project will be a unit price bid proposal·
C. The project length will be 150 calendar days.
BONDS:
Ae
A Bid Bond, in the amount of 5% of the greatest amount
bid will be required.
A Performance Bond and a Material and Labor Payment
Bond will be required of the successful bidder.
GINN, INC. -CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00010 - PRE-BID INFORMATION
PAGE
00010-2
1.5
QUALIFICATIONS:
A. Qualifications of bidders or information that may be
required are as follows:
1. Qualifications of bidder to do work.
2. Experience record in this type work.
3. List of equipment and manpower to be assigned to
this project.
4. Financial statement of firm submitting bid.
B. Other information deemed necessary for the evaluation
of the bids received.
1.6 DRAWINGS AND SPECIFICATIONS:
A. Drawings and specifications may be
following locations:
Be
1. Office of the Engineer
2. Dodge Room
3. Texas Contractor
4. Associated General Contractors
viewed at the
Drawings and specifications may be purchased, only, at
the office of the Engineer. The cost of the plans and
specifications is $150, non-refundable.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0- BIDDING AND CONTRACT REOUIREMENT8
SECTION 00030 - ADVERTISEMENT FOR BID8
PAGE
00030-1
Sealed proposals addressed to the CITY OF COPPELL, TEXAS for the
24" CROSSTOWN WATER LINE AND MISCELLANEOUS WATER LINES,Request
for proposal No. 0035 will be received at the Coppell Town
Center, 255 Parkway Boulevard, Coppell, Texas until 10:00 a.m.,
November 17, 1988, and then publicly opened and read aloud.
The Instructions to Bidders, Proposal Forms, Forms of Contract,
Plans, Specifications, and Forms of Bid Bond, Performance and
Payment Bond, and other contract documents may be examined at the
following:
Ginn, Inc., Consulting Engineers
17103 Preston Road, Suite 100
Dallas, Texas 75248
(214) 248-4900
Dodge Reports
1111 W. Mockingbird~#1200
Dallas, Texas 75247
(214) 358-6111
Associated General Contractors
11111 Stemmons Freeway
Dallas, Texas 75229
(214) 358-5357
Texas Contractor
2510 National Drive
Garland, Texas 75041
(214) 271-2693
Copies may be obtained at the office of Ginn, Inc. for a payment
of $150.00 per set, non-refundable. Bidding documents will be
mailed via U.S. Mail, fourth class, upon receipt of payment, plus
$10.00 handling and shipping charge.
The Owner reserves the right to waive any informalities and/or to
reject any or all bids. Each Bidder must deposit with his bid, a
security in the amount, form and subject to the conditions
provided in the Instruction to Bidders.
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT
APPROXIMATELY 21350 LF OF 24" DIAMETER PRESTRESSED CONCRETE
CYLINDER PIPE, AWWA C301; 48" STEEL ENCASEMENT PIPE;
APPROXIMATELY' 2450 LF OF 16" DUCTILE IRON PIPE; 24" AND 16"
BUTTERFLY VALVES; MANHOLES; 8", 12" AND 16" GATE VALVES; 18"
STEEL ENCASEMENT; 8" PVC PIPING; RELOCATION OF EXISTING WATER
LINES; CONCRETE AND ASPHALT REMOVAL AND REPLACEMENT; AIR RELEASE
VALVES; LANDSCAPING; AND TRENCH SAFETY.
Advertisement Da : October 28,1988; November 4, 1988 and
November 11, 1988.
Plans will be available on November 1, 1988.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00040 - BIDDERS OUALIFICATION FORMS
PAGE
00040-1
PART I - GENERAL (TO BE SUBMITTED UPON REQUEST AFTER
BIDS ARE RECEIVED)
1.1 GENERAL:
Bidder:
Address:
Project:
24" CROSSTOWN WATER LINE AND
MISCELLANEOUS WATER LINE8
CITY OF COPPELL, TEXAS.
REQUEST FOR PROPOSAL NO. 0035
Pursuant to Contract Documents and information for
prospective bidders for above mentioned proposed project,
the undersigned is submitting the information as required
with the understanding that the purpose is for your
confidential use only to assist in determining the
qualifications of this organization to perform the type and
magnitude of work included; and further, guarantee the trust
and accuracy of all statements hereinafter made, and will
accept your determination of qualifications without
prejudice. The surety herein named, any other bonding
company, bank, subcontractor, supplier, or any other
persons, firms or corporations with whom I/we have done
business, or who have extended any credit to me/us are
hereby authorized to furnish you with any information you
may request concerning me/us including but not limited to,
information concerning performance on previous work and
my/our credit standing with any of them: and I/we hereby
release any and all such parties from any legal
responsibility whatsoever on account of having furnished
such information to you.
1.2 ITEMS TO BE FURNISHED:
A. Qualification of Bidder Statement
B. Experience Record
C. Equipment Schedule
D. Financial Statement
E. Affidavit
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TERA8
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00040 - BIDDERS OUALIFICATION FORM8
PAGE
00040-2
PART 2 - PRODUCTS
2.1 GENERAL:
A. Copies of forms furnished to Bidder·
B. Bidder may use own forms, provided
information is supplied.
all
pertinent
PART 3 -EXECUTION
3.1 QUALIFICATION OF BIDDER STATEMENT:
A. Number of years in business as
contractor:
a
general
B. Classification of work done: Building.__
Water Other (Explain:
Sewer
)
Types of work done in each classification:
Building:
Sewer:
Water:
Maximum number of contracts in excess of $10,000 under
construction at one time:
Approximate dollar volume of incomplete work under
contract at any one time:
List of complete projects of comparable type and
magnitude of this project:
Proiect Owner Arch/Engineer Yr. Built Contract Price
List of incomplete projects:
Proiect Owner Arch/Engineer
% Complete Contract Price
Have you or any present partners or officers failed to
complete a contract: If so, give name of owner
and/or surety;
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00040 - BIDDER80UALIFICATION FOPafS
PAGE
00040-3
Are there any unsatisfied demands upon you as to your
accounts payable? If so, give names, amounts and
explanation:
Name and address of bank and officer for reference:
Other Credit References:
Name and address of Bidder's
address of agent used by Bidder:
Surety and name and
3.2
Use additional paper if necessary.
NOTE:
EXPERIENCE RECORD:
A. List of Projects your Organization has successfully
completed:
AMOUNT OF
CONTRACT AWARD
TYPE OF DATE NAME AND ADDRESS
WORK ACCEPTED OF OWNER
List of Projects your Organization is now engaged in
completing:
AMOUNT OF TYPE OF ANTICIPATED DATE NAME AND ADDRESS
CONTRACT AWARD WORK OF COMPLETION OF OWNER
List of Surety Bonds in Force on
work:
DATE OF TYPE OF
CONTRACT AWARD BOND
AMOUNT OF
BOND
above uncompleted
NAME AND ADDRESS
OF SURETY
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00040 - BIDDERS OUALIFICATION FORM8
PAGE
00040-4
EQUIPMENT SCHEDULE:
A. List of Equipment owned by bidder that
serviceable condition and available for use.
is in
Portions of work Bidder proposes to sublet in case of
Award of Contract including amount and type:
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00040 - BIDDERS OUALIF!CATION FORMS
3.4
FINANCIAL STATEMENT:
Condition of Bidder at close of business month,
PAGE
00040-5
1. Cash on Hand $
In Bank
Elsewhere
10.
11.
ASSETS
Accounts receivable from completed
contracts (Exclusive of claims not
approved for payment).
Accounts receivable from other
sources than above
Amounts earned on uncompleted
contracts (not included in Item 3)
(Contract price on completed
portion of uncompleted contracts
less total cost of completed
portions).
Deposits for bids on other
guarantees
Notes Receivable Past Due $
Due 90 Days
Due Later
Interest earned
Real Estate
Business Property, present
value
Other Property, present
value
Stocks & Bonds, listed on
Exchange
Unlisted
Equipment, machinery,
fixtures
Less Depreciation
Other Assets
TOTAL ASSETS
$
$
$
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00040 - BIDDERS OUALIFICATION FORMS
PAGE
00040-6
3.5
LIABILITIES AND NET WORTH:
Notes Payable to Banks
Regular
(For Certified Checks)
Equipment Obligations
Others
Accounts Payable
Current
Past Due
3. Real Estate Mortgages
4. Other Liabilities
5. Reserves
Capital Stock Paid Up
Common
Preferred
7. Surplus
TOTAL LIABILITIES
$
$
$
$
$
$
$
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00040 - BIDDER80UALIFICATION FORME
PAGE
00040-7
3.6 AFFIDAVIT:
Submitted by
With principal office at
an individual
a partnership
corporation
To be filled in by Cor13oration: To be filled in bv Partnership:
Date incorporated
Date formed
Under the laws of
State
State whether partnership is
general, limited or associated:
Executive Officer:
List Members:
State of
County of
being duly sworn, deposes and
say that he is
of
(Title)
(Name of Organization)
and that the answers to the foregoing questions on the attached
forms and all statements therein are true and correct; that the
financial statement, the experience record and the schedule of
equipment are made a part of this affidavit as though written in
full herein, and all statements and answers to questions given in
the above mentioned financial statement, experience record and
schedule of equipment are true and correct.
Sworn to before me this
day of ,A.D., 19 ..
My Commission expires:
(SEAL)
Notary Public
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-1
PART 1- GENERAL
1.1 GENERAL:
Defined Terms: Terms used in these Instructions to Bidders
which are in the General Conditions of the Construction
Contract, have the meanings assigned to them in the General
Conditions·
Owner: Wherever the word "OWNER,' is used in the
specifications and Contract Documents, it shall understood
as referring to the CITY OF COPPELL, Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the
specifications and Contract Documents, it shall be under-
stood as referring to Ginn, inc., 17103 Preston Road, Suite
100, LB 118, Dallas, Texas 75248, phone (214) 248-4900.
Resident Project Representative: The authorized
representative of the Engineer, assigned to observe and
review any or all parts of the work and the materials to be
used therein.
Bidder: An individual, firm or corporation
combination thereof, submitting a proposal·
or any
Contractor: The individual, firm or corporation or any
combination thereof, party of the second part, with which
the contract is made by the CITY OF COPPELL, Texas.
Superintendent:
authorized to
Engineer and
construction.
The representative of the Contractor
receive and fulfill instructions from the
who shall supervise and direct the
Documents: Complete sets of the Bidding Documents, (full
size drawings and specifications), may be obtained from the
Engineer upon receipt of the required payment as stated in
the Advertisement for Bids. The payment is non-
refundable. No Bidding Documents will be issued later than
four (4) days prior to the date for receipt of bids. If
requested, Bidding Documents will be mailed via U.S. Mail,
Fourth Class rate, upon receipt of the required payment,
plus a $10.00 handling and shipping charge. Private
courier or overnight delivery service will be at the request
and sole expense of the Bidder. The Owner and Engineer
assume NO responsibility for delay or failure to receive
plans sent by mail, or any other form of delivery service.
Plans and specifications may be examined at Ginn, Inc., and
copies may be obtained upon providing the required payment.
No partial sets of plans, specifications or proposal forms
will be issued.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIPaMENTS
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-2
Complete sets of Bidding Documents shall be used in
preparing Bids; neither Owner nor Engineer assume any
responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Bidding Documents.
Discrepancies= Should a Bidder find any discrepancy,
ambiguity, inconsistency, error or omission from the
drawings, specifications or project manual or of the site
and local conditions, or be in doubt as to their written
meaning, it is requested that the Bidder promptly notify the
Engineer who then will send a written instruction or
interpretation to all known holders of the documents.
Neither the Owner nor the Engineer will be responsible for
any oral instructions.
Addenda: Any addenda to the drawings, specifications, or
project manual issued before or during the time of bidding
shall be included in the proposal and become a part of the
contract·
All questions by prospective bidders as to the
interpretation of the Instructions to bidders, forms of
proposal, forms of contract, drawings, specifications or
bonds must be submitted, in writing, to the Engineer, at
least ten (10) days before the date set for the opening of
bids. An interpretation of all questions so raised which,
in the Engineer'$ opinion, require interpretation will be
mailed to prospective bidders at the addresses given by them
no later than four (4) days before the date of the opening
of bids. Failure of any bidder to receive any such addendum
or interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so
issued shall become part of the Contract Documents.
Any addenda will be mailed or delivered to all Bidders
receiving a complete set of Bidding Documents.
No Addenda will be issued later than four (4) days prior to
the date for receipt of bids except an Addendum, if
necessary, postponing the date for receipt of bids or
withdrawing the request for bids.
Each Bidder shall acknowledge on bid proposal that he has
received all Addenda issued.
Substitutions: The materials, products and equipment
described in the specifications and/or shown on the drawings
establish a standard or required function, dimension,
appearance and quality as required by the Engineer. NO
SUBSTITUTION8 WILL BE CONSIDERED DURING BIDDING.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24n CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUII~XMENTS
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-3
F. Work to be done: The work to be done under this contract is
described in the specifications and shall be done in
accordance with the contract drawing and specifications
prepared by Ginn, Inc. - Consulting Engineers, Dallas,
Texas.
1.2 BIDDING:
Method of Bidding: The proposal provides for quotation of a
price, or prices, for one or more bid items, which may be
lump sum bid prices, alternate bid prices, or a combination
thereof· No payment will be made for items not set up on
the proposal, unless otherwise provided by contract
amendment. All Bidders are cautioned that they should
include in the prices quoted for the various bid items all
necessary allowances for the performance of all work
required for the satisfactory completion of the project·
Subcontracts: The bidder is specifically advised that any
person, firm or other party to whom it is proposed to award
a subcontract under this contract must be acceptable to the
Owner. It is further required that the name of the
mechanical and electrical subcontractors and any other
listed subcontractor be noted on the proposal form in the
blank space provided. Failure to list these will be
sufficient grounds to reject the proposal.
1.3 BID SECURITY:
Bid Security shall be made payable to the Owner in an amount
of five percent (5%) of the Bidder's maximum Bid price and
in the form of certified or bank check or a Bid Bond issued
by a Surety Company, licensed to transact such business in
the State of Texas and listed on the current Treasury
Department Circular No. 570.
The Bid Security of the Successful Bidder and those of the
three (3) lowest responsible and eligible bidders will be
retained until the successful Bidder has executed the
Agreement and furnished the required Contract Security,
whereupon they will be returned. All bid securities will
be returned on the execution of the contract or, if no award
is made, within ninety (90) days after the actual date of
the opening thereof unless forfeited under the conditions
herein stipulated.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-4
In case a party to whom a Contract is awarded shall fail or
neglect to execute the Contract and furnish the satisfactory
bonds within the time stipulated, the Owner may determine
that the bidder has abandoned the Contract and, thereupon,
the proposal and acceptance shall be null and void and the
bid security accompanying the proposal shall be forfeited to
the Owner as liquidated damages for such failure or neglect
and to indemnify said Owner for any loss which may be
sustained by failure of the bidder to execute the Contract
and furnish the bonds as aforesaid, provided that in case of
death, disability or other unforeseen circumstances
affecting the bidder, such bid security may be returned to
him. After execution of the contract and acceptance of the
bonds by the Owner, the bid security accompanying the
proposal of the successful bidder will be returned.
1.4 QUALIFICATION OF BIDDERS:
To demonstrate qualifications to perform the Work, each
Bidder may be required to submit written evidence of the
types set forth in Section 00040 - Bidders Qualifications,
such as financial data, previous experience and evidence
of Bidder's qualification to do business in The State of
Texas or covenant to obtain such qualification prior to
award of the contract.
Additionally, all Bidders shall be prepared to show that
they are skilled, experienced in, and have been regularly
engaged in the type of construction involved and that they
have the necessary financial resources to finish the Work in
a proper and satisfactory manner in the time specified.
The Engineer and Owner reserve the right to require
documented evidence of the foregoing from the Contractor
prior to award of the contract.
De
The Owner may make such investigations as it deems necessary
to determine the ability of the bidder to perform the work
and the bidder shall furnish to the Owner such information
and data for this purpose. The Owner reserves the right to
reject any proposal if the evidence submitted by or the
investigation of such bidder fails to satisfy the Owner that
such bidder is properly qualified to carry out the
obligations of the Contract and to complete the work
contemplated therein. The Owner reserves the right to
reject any or all propoeale bide if it would be in the
public interest to do so. A proposal which includes for any
item a bid that is abnormally low or high may be rejected as
unbalanced.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
] ]
DIVISION 0 - BIDDING ~ CONTI~CT REOUIRENEI~T8
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-5
The investigations of a bidder will seek to determine
whether the organization is adequate in size and experience
and whether available equipment and financial resources are
adequate to assure the Owner that the work will be completed
at a rate consistent with the completion date set forth in
the proposal. The amount of other work to which the bidder
is committed will also be a consideration in establishing
that a contractor is a "responsible and eligible bidder" in
conformity with the requirements of the Contract.
1.5
EXAMINATION OF CONTRACT DOCUMENTS AND SITE:
Conditions of Work: Each Bidder must fully inform himself
of the conditions relating to construction of the project
and employment of labor thereon· Failure to do so will not
relieve a Successful Bidder of his obligation to furnish all
material and labor necessary to carry out the provisions of
his contract· Insofar as possible, the Contractor must
employ methods or means to cause no interruption of or
interference with the work of any other contractor·
Examination of Site: All Bidders, including the general
Contractor and subcontractors shall examine carefully the
site of the Work to acquaint himself with working conditions
and all difficulties that may be involved therein, and shall
examine carefully all drawings, specifications and other
Contract Documents to familiarize himself with all of the
requirements, terms and conditions thereof. Any information
relating to the Work furnished by the Owner or others, or
failure to make these examinations shall in no way relieve
any Bidder from the responsibility of fulfilling all of the
terms of the contract, if awarded a contract. Also, failure
to visit the site will in no way relieve the Successful
Bidder from furnishing any materials or performing any work
required to complete Work in accordance with drawings and
project manual without additional cost to the Owner.
Laws, Regulations, Permits and Taxes: The Bidder's
attention is directed to the fact that all applicable state
laws, municipal ordinances, rules and regulations of all
authorities having jurisdiction over construction of the
project shall apply to the contract throughout, and they
shall be deemed to be included in the contract the same as
though herein written out in full as a part of these
documents.
Contractor shall secure, and include compensation for, in
his proposal, all permits and all required taxes which are
levied by governing bodies and which are assessable upon
labor and materials entering into this Work.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENT8
SECTION O0100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-6
1.6
Before submitting his Bid each Bidder may, at his own
expense, make such investigations and tests of the site as
the Bidder may deem necessary to determine his Bid for
performance of the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
On request, Owner will provide each Bidder access to the
site to conduct such investigations and tests as each Bidder
deems necessary for submission of his Bid.
The lands upon which the Work is to be performed, rights-of-
way for access thereto and other lands designated for use by
Contractor in performing the Work are identified in the
General Conditions, General Requirements or Drawings.
If project is bid, based upon unit price bidding, bidder
shall be advised that: the quantities of work or materials
as set forth in the proposal form or on the plans are a
calculated approximation and are for the purpose of
comparing the Bids on a uniform basis. Payment will be made
by the Owner 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 materials to be furnished may be increased or
decreased as hereinafter provided.
Obligation of Bidder: At the time of opening of bids, each
Bidder will be presumed to have inspected the site and to
have read and be thoroughly familiar with the drawings,
specifications and the project manual, including all
addenda.
The submission of Bid will constitute an incontrovertible
representation by the Bidder that he has complied with every
requirement of this section, and that the Contract Documents
are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance
of the Work.
No allowance will be made for any claim that the proposal is
based upon incomplete information as to the nature and
character of the site or the work involved. Conditional
proposals will not be accepted.
BID PROPOSALS:
General: The Bidder shall submit two Original Bid
Proposals based exactly on the documents as issued. No
substitutions, revisions or omissions from the plans
and/or specifications will be accepted unless authorized in
writing by the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
~ 'T '! T
DIVISION 0 - BIDDING M~D CONTI~CT REOUIREMENTS
SECTION 00100 - INSTRUCTIONS TOBIDDERS
PAGE
00100-7
The proposal form is attached hereto~ additional copies may
be obtained from the Engineer.
Bid proposals must be completed in ink or by typewriter.
The Bid price of each item on the form must be stated in
words and numerals; in case of a conflict,' words will
take precedence.
The Bid proposal must be signed with the full name of the
Contractor and his address; if a partnership, by a member of
the firm with the name and address of each member; if a
corporation, by an officer thereof, the corporate name, and
have a corporate seal affixed.
Form: Make all proposals on forms provided and fill all
applicable blank spaces without interlineation, alteration
or erasure and must not contain recapitulation of the Work
to be done. No oral, telegraphic, or telephonic proposals
will be considered. Any addenda issued during the bidding
shall be noted on the proposal form.
Submittal: Each Bidder shall submit two copies of his Bid
completely and properly executed on proposal forms
provided· Each Bid, without the "Specifications and
Contract Documents", shall be enclosed in a separate sealed
envelope, with the words "Bid for" followed by the project
title and the Bidder's name and address, and accompanied
by the Bid Security and other required documents· 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" on the face thereof·
SPECIFICATION8 AND CONTRACT DOCUMENT8 8HALL NOT BE RETURNED
WITH THE BIDS.
Telegraphic Modifications= Any Bidder may modify his Bid by
telegraphic communication at any time provided such
communication is received by the Owner prior to the
scheduled closing time. Written confirmation must be
received within two days from the closing time or no
consideration will be given the telegraph modifications.
Withdrawal: If, within twenty-four hours after Bids are
opened, any Bidder files a duly signed written notice with
Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and
substantial mistake in the preparation of his Bid, that
Bidder may withdraw his Bid and the Bid Security will be
returned. Thereafter, that Bidder will be disqualified from
further bidding on the Work.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIRENENTS
SECTION 00100 - INSTRUCTIONS TO BIDDERS
PAGE
00100-8
1.7 OPENING OF BIDS:
The CITY OF COPPELL, Texas (herein called the "Owner")
invites all Bids on the form attached hereto, all blanks of
which must be appropriately filled in. Bids will be
received by the Owner at time and place stated in Section
00030 - Advertisement For Bids, and then at said location
publicly opened and read aloud. The envelopes containing
the Bids must be sealed, addressed to the CITY OF COPPELL,
and designated as "Bid for 24- CROSSTOWN WATER LINE AND
MISCELLANEOUS WATER LINES for COPPELL, TEXAS,,, Request for
Proposal No. 0035.
Be
When Bids are opened publicly they will be read aloud, and
an abstract of the amounts of the base Bids and major
alternates (if any) will be made available after the opening
of Bids on a bid tabulation sheet sent to all bidders.
1.8
BIDS TO REMAIN OPEN:
All Bids shall remain open for ninety (90) days after the
day of Bid Opening, but Owner may, in his sole discretion,
release any Bid and return the Bid Security prior to that
date.
1.9
CONTRACT AWARD:
Ae
Owner reserves the right to reject any and all Bids, to
waive any and all informalities and to negotiate contract
terms with the Successful Bidder, and the right to disregard
all nonconforming, nonresponsive or conditional Bids.
Discrepancies between words and figures will be resolved in
favor of words. Discrepancies between the indicated sum of
any column of figures and the correct sum thereof will be
resolved in favor of the correct sum.
Be
In evaluating Bids, Owner shall consider the qualifications
of the Bidders, whether or not the Bids comply with the
prescribed requirements, and alternates and unit prices if
requested in the Bid forms. It is the Owner's intent to
accept alternates (if any are accepted) in the order in
which they are listed in the Bid form, but Owner may accept
them in any order or combination.
Owner may consider the qualifications and experience of
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material or equipment) proposed for those portions of the
Work as to which the identity of subcontractors and other
persons and organizations must be submitted as provided in
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
t t i
-'-
003.00-9
DIVISION 0 - BIDDING ~ CONTRACT REOUIREMENTS
SECTION 00100 - INSTRUCTIONS TO BIDDERS
the Supplementary Conditions· Operating costs, maintenance
considerations, performance data and guarantees of materials
and equipment may also be considered by Owner.
Owner may conduct such investigations as he deems necessary
to assist in the evaluation of any Bid and to establish
the responsibility, qualifications and financial ability of
Bidders, proposed subcontractors and other persons and
organizations to do the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed
time.
Owner reserves the right to reject the Bid of any Bidder who
does not pass any such evaluation to Owner's satisfaction.
If the contract is to be awarded it will be awarded to the
lowest Bidder whose evaluation by Owner indicated to Owner
that the award will be in the best interests of the project.
If the contract is to be awarded, Owner will give the
Successful Bidder a Notice of Award within ninety (90) days
after the day of the Bid opening.
After award of contract to Successful Bidder, the Contractor
shall agree to begin work within ten (10) calendar days
after the date of "Notice to Proceed" of the Owner and to
fully complete the project within the stated number of
consecutive calendar days thereafter as stipulated on the
bid proposal and agreement between Owner and Contractor.
1.10 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT:
In the event the Bidder's proposal is accepted, and he fails
or refuses to enter into the contract and furnish the
required Performance and Payment Bonds within fifteen (15)
days after he has received notice of the acceptance of his
Bid, unless given a written extension of time by the Owner,
then the Bidder will be considered as having abandoned his
proposal and his Bid Security will be retained by the Owner
as liquidated damages, IT NOW BEING AGREED that the
specified sum of the Bid Security is a fair estimate of the
amount of damages that the Owner will sustain in case the
Bidder fails to enter into the contract and furnish the
Performance and Payment Bonds within the time stated in the
proposal.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWI~TER LINE
CITY OF COPPELL, TEX~S
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00100 - INSTRUCTION8 TO BIDDERS
PAGE
00100-10
1.11 CONTRACT TIME:
Ae
The number of days within which, or the date by which, the
Work is to be completed (the Contract Time) is set forth
in the Bid Form and will be included in the Agreement. The
Contract Time for this project is:
ONE HUNDRED AND FIFTY (150) CALENDAR DAYS
Extension of
accordance
Agreement.
time of completion will be permissible in
with Section 4.02 of General Conditions of
1.12 LIQUIDATED DAMAGES:
Provisions for liquidated
Proposal.
damages are set forth in the
Liquidated damages for this project are:
FIVE HUNDRED DOLLARS ($500.00) PER CALENDAR DAY
1.13 SUBCONTRACTORS, ETC.:
The apparent Successful Bidder, and any other Bidder so
requested will, within seven (7) days after requested by the
Owner, submit to the Owner a list of all the suppliers,
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material and equipment) proposed for those portions of the
Work as to which such identification is so required. Such
list shall be accompanied by an experience statement with
pertinent information as to similar projects and other
evidence of qualification for each such Subcontractor,
person and organization if requested by the Owner. If Owner
or Engineer after due investigation has reasonable objection
to any proposed Subcontractor, other person or organization,
either may before giving the Notice of Award request the
apparent Successful Bidder to submit an acceptable
substitute without an increase to Bid price. If the
apparent Successful Bidder declines to make any such
substitution, the Contract shall not be awarded to such
Bidder, but his declining to make any such substitution will
not constitute grounds for sacrificing his Bid Security.
Any Subcontractor, other person or organization so listed
and to whom Owner or Engineer does not make written
objection prior to the giving of the Notice of Award will be
deemed acceptable to Owner and Engineer.
Be
No Contractor shall be required to employ any Subcontractor,
other person or organization against whom he has reasonable
objection.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00100 - INSTRUCTION8 TO BIDDER8
PAGE
00100-11
1.14 PERFORMANCE AND OTHER BONDS:
Security for Faithful Performances Simultaneously with his
delivery of the executed contract, the Contractor shall
furnish a surety bond or bonds as security for faithful
performance of this contract and for the payment of all
persons performing labor on the project under the contract
and furnish materials in connection with this contract· The
surety on such bond or bonds shall be by a duly authorized
surety company, satisfactory to the Owner, if requested by
the Bidder. Bonds shall remain in effect through the
guarantee period unless otherwise required by State Law.
Seal impressions will be required on all bonds submitted to
Owner.
Power of Attorney: Attorneys-in-fact, who sign contract
bonds, must file with each bond a certified and effectively
dated copy of their power of attorney.
Laws and Regulations: The bidder's attention is directed
to the fact that all applicable state laws, municipal
ordinances and the rules and regulations of all authorities
having jurisdiction over construction of the project shall
apply to the Contract throughout and they will be deemed to
be included in the Contract the same as though herein
written out in full.
1.15 SIGNING OF AGREEMENT:
When Owner gives a Notice of Award to the Successful Bidder,
it will be accompanied by at least six unsigned counterparts
of the Agreement and all other Contract Documents. Within
fifteen (15) days thereafter, Contractor shall sign and
deliver at least six counterparts of the Agreement to Owner
with all other Contract Documents attached. Within ten (10)
days thereafter, Owner will deliver all fully signed
counterparts to Contractor. Engineer will identify those
portions of the Contract Documents not fully signed by Owner
and Contractor and such identification shall be binding on
all parties.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING XND CONTI~CT REOUIRENEI~T2
SECTION 00110 - GENEP~L INSTRUCTIONS FOR BONDS
PAGE
00110-1
PART 1- GENERAL
1.1 GENERAL
The surety on each bond must be a responsible surety
company which is qualified to do business in Texas and
satisfactory to the Owner.
The name, including full Christian name, and residence of
each individual party to the bond shall be inserted in
the body thereof, and each such party shall sign the bond
with his usual signature on the line opposite the scroll
seal, and if signed in Maine, Massachusetts or New
Hampshire, an adhesive seal shall be affixed opposite the
signature.
If the principals are partners, their individual names
will appear in the body of the bond, with the recital
that they are partners composing a firm, naming it, and
all the members of the firm shall execute the bond as
individuals.
The signature of a witness
appropriate place, attesting
individual party to the bond.
shall appear in the
the signature of each
E $
If the principal or surety is a corporation, the name of
the state in which incorporated shall be inserted in the
appropriate place in the body of the bond, and said
instrument shall be executed and attested under the
corporate seal, the fact shall be stated, in which case a
scroll or adhesive seal shall appear following the
corporate name.
The official character and authority of the person or
persons executing the bond for the principal, if a
corporation, shall be certified by the secretary or
assistant secretary according to the form attached
hereto. In lieu of such certificate, records of the
corporation as will show the official character and
authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate
seal, to be true copies.
The date of this bond must not be prior to the date of
the contract in connection with which it is given.
Amounts of bonds shall be as set forth in Paragraph 3.10
of the General Conditions.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00220 - 8OIL INVESTIGATION DATA
PART I - GENERAL
PAGE
00220-1
1.1 GENERAL:
Soil investigation reports have been prepared for the
trench safety study required for the Crosstown Water
line and miscellaneous water lines. That report was
obtained by the Engineer for his own use in designing
the project. Its accuracy or completeness is not
guaranteed by the Owner or the Engineer and in no event
is it to be considered as part of the contract plans or
specifications. Contractor shall not rely on
subsurface information obtained from Engineer, or
indirectly from Owner.
Bidder should visit the site and acquaint himself with
conditions prior to bidding. Additionally, the
Bidder/Contractor may make his own investigation of
existing subsurface conditions· Neither the Owner, nor
the Engineer will be responsible in any way for the
additional compensation for additional work performed
under the contract due to Contractor's assumptions
based on subsoil data prepared solely for Engineer's
use.
Copies of these trench safety study report for the
Crosstown Water Line may be inspected at the
Engineer's office. It is available for information
0nly and is not a warranty of subsurface conditions on
this project. The data is available for review by
bidding contractors upon written request. Requests are
required to be in the following form:
"Please forward copy of the trench safety study report
for the Crosstown Water Line. The contracting firm
herein named releases the Owner and Engineer from any
responsibility or obligation as to its accuracy or
completeness or for any additional compensation for
work performed under the Crosstown Water Line Project
contract due to assumptions based on use of such
furnished information."
D. Copy of trench safety study is in Appendix A.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
PAGE
00300-1
BID FOR:
24" CROSSTOWN WATER LINE AND NISCELLANEOUS WATER LINES
CITY OF COPPELL, TEXAS
REQUEST FOR PROPOSAL NO. 0035
THIS BID SUBMITTED TO:
CITY OF COPPELL
255 PARKWAY BOULEVARD
P.O. BOX 248
COPPELL, TEXAS 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the
above referenced project, having examined the plans and specifi-
cations with related documents including any Addenda, (if issued)
and the site of the proposed work, and being familiar with all
of the conditions surrounding the construction of the proposed
project including the availability of materials and labor,
hereby proposes to furnish all labor, materials, and supplies,
and to construct the project in accordance with the Contract
Documents, of which this proposal is a part.
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.
BIDDER accepts all of the terms and conditions of the
Advertisement, Invitation to Bid and Instructions to Bidders,
including without limitation those dealing with the disposition
of Bid security,. This Bid will remain subject to acceptance for
ninety (90) days after the day of Bid opening. BIDDER will sign
and submit the Agreement with the Bonds and other documents
required by the Bidding Requirements within fifteen (15) days
after the date of OWNER's Notice of Award.
The undersigned, as BIDDER, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any
other person, firm or corporation; that he has carefully examined
the form of Contract, Instruction to Bidders, Specifications, and
the Plans herein referred to and has carefully examined the
locations, conditions and classes of materials called for in the
Contract Documents and Specifications in the manner
prescribed and according to the requirements of the Owner as
herein set forth.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00300 - PROPOSAL AND BID FORM
PAGE
00300-2
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 Bid: BIDDER has not solicited or induced any person, firm,
or corporation to refrain from bidding: and BIDDER has not sought
by collusion to obtain for itself any advantage over any other
Bidder or over Owner.
BIDDER hereby agrees to commence work under this Contract on or
before a date to be specified in written "Notice to Proceed" by
the OWNER and to fully complete the project within 150
consecutive calendar days thereafter as stipulated in the
Specifications. BIDDER further agrees to pay as liquidated
damages, the sum of $500.00 for each consecutive calendar day
thereafter as hereinafter provided in Section 00810, Paragraph
1.1, E, 4.02 of the Modifications to General Conditions.
Accompanying this proposal is a (Certified or Cashier's Check
payable to the City of Coppell) (Bid Bond) in the amount of
($ ), which is five percent (5%) of the greatest amount
bid.
BIDDER acknowledges receipt of the following
addendum: (If none-issued, indicate N/A)
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
BIDDER agrees to perform all
Specifications and as shown on
unit price bid:
the work described in the
the Plans for the following
(Amounts are to be shown in both words and figures.
discrepancy, the amount shown in words will govern.)
In case of
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
ITEM APPROX UNIT DESCRIPTION
NO. QTY
UNIT PRICE
WRITTEN AMT
6.2.9c16 30 LF
Concrete encasement
of existing sanitary
sewer
PAGE
00300 - 3
UNIT TOTAL
PRICE ITEM PRICE
6.4 -(A) 600 LF
6.4 -(B) 110 LF
6.5 -(A) 261 LF
6.5 -(B) S8 SY
6.7.3 (A) 16,130 LF
6.7.3(B) 85 LF
48" Steel Encasement
Pipe, in-place
18" Steel Encasement
Pipe, in-place
Saw cut existing
concrete/asphalt
Remove/replace exist.
concrete/asphalt
24" Diam PCCP (C301)
Prestressed concrete
cylinder pipe
Relocate/adjust exist
8" diam. water line
6.7.3i A 1 LS
6.7.3i B 1 LS
6.7.3i C 1 LS
6.7.3i D i LS
6.7.3i E 1 LS
6.7.3k A 7 EA
Tie-in to exist 24"at
Sta. 0+00, complete-
in place
Tie-in to proposed
12" at Sta. 27+47
complete-in-place
Tie-in to exist 12"
at Sta. 101+60,
complete-in-place
Tie-in to exist 12"
at Sta. 127+87,
complete-in-place
Tie-in to exist 24"
at Sta 159+60,
complete-in-place
24" Butterfly valve
complete-in-place
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
LINE "A"
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
ITEM APPROX UNIT DESCRIPTION
NO. QTY
UNIT PRICE
WRITTEN AMT
6.7.3k B 2 EA
12" Gate val~e with
riser, complete-in-
place
6.7.3k C 1 EA
6" Gate valve with
riser, complete-in-
place
6.7.31 A 3 EA
Air/vacuum release
valve, Type 1,
complete, see plans
6.7.31 B 7 EA
Air/vacuum release
valve, Type 2,
complete, see plans
6.7.3m A 1
Relocate/adjust exist
EA fire hydrant
UNIT
PRICE.
PAGE
00300 - 4
TOTAL
ITEM PRICE
7.12 7 EA
8.3 - A 56 SY
8.3 - C 2 LS
TS -A- 1 1 LS
TS-A-2 1 LS
TS-A-3 1 LS
Manhole for 24"
butterfly valve,
complete-in-place
Install 4' wide
concrete sidewalk
(4"thick)
Saw/remve/replace
concrete rip-rap,
gabions included
Trench safety, Case 1
Over 5' up to 10'
depth
Trench safety, Case 2
Over 10' up to 15'
depth
Trench safety, Case 3
Over 15'up to 20'
depth
SUB-TOTAL
LINE "A"
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
LINE "A"
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS PAGE
SECTION 00300 - PROPOSAL AND BID FORM 00300 - 5
ITEM APPROX UNIT DESCRIPTION
NO. QTY
UNIT PRICE
WRITTEN AMT
6.2.6 A 20 EA
Remove/replace exist
2" Cedar Elm tree
UNIT TOTAL
PRICE ITEM PRICE
6.2.6 B 19
Remove/replace exist
EA 3" Cedar Elm tree
6.2.6 C 16
Remove/replace exist
EA 4" Cedar Elm tree
6.2.6 D
6.2.6 E
6.2.6 F
11 EA
11 EA
3 EA
6.2.6 G 1 EA
Remove/replace exist
5" Cedar Elm tree
Remove/replace exist
6" Cedar Elm tree
Remove/replace exlst
8" Cedar Elm tree
Remove/replace exist
9" Cedar Elm tree
6.2.6 H 1 EA
Remove/replace exist
3" Oak tree
6.2.6 I 1
Remove/replace exist
EA 4" Oak tree
6.2.6 J 2 EA
6.2.6 L 2 EA
6.2.6 M 1 EA
Remove/replace exist
5" Oak tree
Remove/replace exist
4" Magnolia tree
Remove/replace exist
6" Magnolia tree
6.2.6 N 1 LS
Replace exist grass
disturbed during
locations)
GINN, INC. - CONSULTING ENGINEERS
__DALLAS, TEXAS PROJECT NO. 274
LINE "B"
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
ITEM APPROX UNIT
NO. QTY
DESCRIPTION
UNIT PRICE
WRITTEN AMT
6.2.9c16 50 LF
Concrete encasement
of existing sanitary
sewer main
6.4 A 280 LF
6.5 A 1201 LF
48" Diam. Steel
encasement pipe,
complete
Saw cut existing
concrete/asphalt
PAGE
00300 - 6
UNIT TOTAL
PRICE ITEM PRICE
6.5 B 364 LF
6.7.3 A 5183 LF
6.7.3 C 330 LF
6.7.3i F 1 LS
6.7.3i G 1 LS
6.7.3k A 2 EA
6.7.31 A 2 EA
6.7.31 B 3 EA
7.12 2 EA
TS-B-1 1 LS
Remove/replace exist
concrete/asphalt
24" Diam. PCCP (C301)
Prestressed concrete
cylinder pipe
Relocate/adjust exist
10" Water line
Tie-in to exist 24"
at Sta. 9+96,
complete-in-place
Tie-in to exist 24"
at Sta 62+27,
complete-in-place
24" Butterfly Valve,
complete-in-place
Air/vacuum release
valve, Type 1
complete-in-place
Air/vacuum release
valve, Type 2,
complete-in-place
Manhole for 24"
Butterfly valve,
complete-in-place
Trench safety, Case 1
over 5' up to 10'
depth
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
LINE "B"
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
: I I ",
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
ITEM APPROX UNIT DESCRIPTION
NO. QTY
UNIT PRICE
WRITTEN AMT
TS-B-2 1 LS
Trench safety, Case 2
over 10' up to 15'
depth
TS-B-3 1 LS
Trench safety, Case 3
over 15' up to 20'
depth
UNIT
PRICE
PAGE
00300 - 7
TOTAL
ITEM PRICE
6.7.3 D 2687 LF
6.7.3k B 6 EA
6.7.3m B 8 EA
6.4 D 215 LF
TS-C-1 1 LS
TS-C-2 1 LS
6.7.3i H 1 LS
16" Diam. Ductile
Iron pipe, Class 51,
complete-in-place
16" Butterfly valve,
with riser, complete-
in-place
6" Fire hydrant
assembly,w/gate valve
complete-in-place
42" Diam. Steel
encasement pipe,
complete-in-place
Trench safety, Case 1
over 5' up to 10'
depth
Trcnch safety, Case 2
over 10' up to 15'
depth
Tie-in to exist 16"
at Denton Tap/Parkway
Blvd., complete.
SUB-TOTAL
LINE "B"
SUB-TOTAL
LINE "C"
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
LINE "B" & "C"
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS
SECTION 00300 - PROPOSAL AND BID FORM
ITEM APPROX UNIT DESCRIPTION
NO. QTY
UNIT PRICE
WRITTEN AMT
6.4 D 75 LF
6.7.3 B 80 LF
27" Diam. Steel
encasement pipe,
complete-in-place
8" PVC, DR14 Pipe
complete-in-place
UNIT
PRICE
PAGE
00300 - 8
TOTAL
ITEM PRICE
6.7.3k D 1 EA
6.7.3 n 1 EA
8" gate valve with
riser, complete-in-
place w/tap sleeve
8" x 6" reducer
complete-in-place
8.3-B 4
Remove/replace exist
SY concrete sidewalk
TS-D-1 1 LS
Trench safety, Case 1
over 5' up to 10'
depth
SUB-TOTAL
LINE "D"
ALT. 1 21,313
LF
24" Ductile Iron Pipe
Class 51, MJ fittings
in lieu of 24" PCCP
SUMMARY OF BID QUANTITIES
SUB-TOTAL LINE "A"
SUB-TOTAL LINE "B"
SUB-TOTAL LINE "C"
SUB-TOTAL LINE "D"
TOTAL BID PRICE
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
LINE "D", ALTERNATE 1,
AND SUMMARY OF BID
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING ILWD CONTI~CT REOUIRENENTS PAGE
SECTION 00300 - PROPOSAL 1LWD BID FORN 00300-9
BIDDER agrees to provide the following documents which are
attached to and made a condition of this Bid:
Required Bid security in the form requested, 00410.
A completed Subcontractor Listing as shown in Section
00430, of these documents.
BIDDER agrees to provide the following document upon request
after the bids are received:
Required Bidder's Qualification statement with
supporting data as indicated in Section 00040 of these
documents.
BIDDER understands that the OWNER reserves the right to reject
any or all bids and to waive any informalities in the bidding.
Consideration for selection of the successful BIDDER will be as
follows:
Total Bid Amount based on Pipe Material selected by the
Owner (Prestressed Concrete Cylinder Pipe or Ductile Iron
Pipe alternate).
The BIDDER agrees that this bid shall be good and may not
be withdrawn for a period of ninety (90) calendar days after
the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid,
BIDDER will execute the formal Contract attached within fifteen
(15) days and deliver a Surety Bond or Bonds as required by the
General Conditions. The Bid Security attached in the sum of
($ )
is to become the property of the OWNER in the event the
Contract and Bond are not executed within the time above set
forth, as liquidated damages for the delay and additional
expense to the OWNER caused thereby.
Respectfully submitted,
(Firm)
By:
(SEAL-if bid is by a
corporation)
Title:
(Business Address)
END OF PROPO8AL
(Telephone Number)
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0- BIDDIN~ AND' CONTRACT REOUZREMENT2
SECTION 00410 - BID BOND FORM
KNOW ALL MEN BY THESE PRESENTS, that we,
PAGE
00410-~
the undersigned,
as Principal, and
as Surety, are hereby
held and
penal sum of
for payment
jointly and severally bind ourselves,
administrators, successors and assigns.
SIGNED, this
The Condition
the Principal has
certain Bid, attached hereto and hereby
enter into a contract in
of which, well and truly
our
day of
of the above obligation
submitted to
firmly bound unto
as Owner in the
to be made, we hereby
heirs, executors,
, 19 .
is such that whereas
a
made a part hereof to
writing, for the
NOW, THEREFORE,
a. If said Bid shall be rejected, or in the alternate,
If said Bid shall be accepted and the Principal
shall execute and deliver a contract in the Form
of Contract attached hereto (Properly completed in
accordance with said Bid) and shall furnish a bond
for the payment of all persons performing labor or
furnishing materials in connection therewith, and
shall in all other respects perform the agreement
created by the acceptance of said Bid,
then this obligation shall be void, otherwise and same shall
remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSBTOWNWATER LINE
CITY OF COPPBLL, TEXAS
DIVISION 0- BIDDING AND CONTRACT REOUIREMENT8
SECTION 00410 - BID BOND FORM
PAGE
00410-2
The Surety, for value received, hereby stipulates and agrees
that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within
which the Owner may accept such Bid; and said Surety does
hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have
hereunto set their hands and seals, and such of them as are
corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers,
the day and year first set forth above.
Principal
(L.S.)
Surety
Date:
By:
IMPORTANT - Surety companies executing bonds must appear
on the Treasury Department's most current list
(Circular 570, as amended) and be authorized to
transact business in the state where the project
is located.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00430 - SUBCONTRACTOR LISTING
PAGE
00430-1
PART 1 - GENERAL (TO BE SUBMITTED WITH BID PROPOSAL)
1.1 GENERAL:
A. Certified List of Subcontractors
The Bidder, , as part
of the procedure for the submission of bids on a project
known as 24" CROSSTOWN WATER LINE AND MISCELLANEOUS WATER
LINES FOR THE CITY OF COPPELL, TEXAS submits the following
list of subcontractors to be used in the performance of work
to be done on said project:
NAME TRADE
DOLLAR AMOUNT
It is understood and agreed that, if awarded a contract
by the City of Coppell, Texas, the Contractor will not
make any additions, deletions or substitutions to this
certified list without the consent of the Engineer and
Owner.
CERTIFICATION AFFIDAVIT
THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY
KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT,
IF AWARDED THE CONTRACT, THIS CERTIFICATION SHALL BE
ATTACHED THERETO AND BECOME A PART THEREOF.
NAME AND TITLE OF SIGNER:
(Name)
(Title)
(Please Print or Type)
SIGNATURE: DATE:
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00510 - STANDARD FORM OF AGREEMENT
PAGE
00510-1
STATE OF TEXAS
COUNTY OF
THIS AGREEMENT, made and entered into this , A.D. 19 , by and between
of the County of
Texas, acting through
thereunto duly authorized so to do, Party of the First Part·
hereinafter termed OWNER, and
day of
and State of
of the City of
and State of
hereinafter termed CONTRACTOR.
, County of
· Party of the Second Part,
WITNESSETH: That for and in consideration of the payments
and agreements hereinafter mentioned, to be made and performed by
the Party of the First Part (OWNER), and under the conditions
expressed in the bond bearing even date herewith, the said Party
of the Second Part (CONTRACTOR), hereby agrees with the said
Party of the First Part (OWNER) to commence and complete the
construction of certain improvements described as follows:
CROSSTOWN WATER LINE AND MISCELLANEOUS WATER LINES
and all extra work in connection therewith, under the terms as
stated in the General Conditions of the Agreement and at his (or
their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to
complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in
accordance with the Notice to Contractors, General and Special
Conditions of Agreement, Plans and other drawings and printed or
written explanatory matter thereof, and the Specifications and
addenda therefor, as prepared by: GINN, INC. CONSULTING
ENGINEERS, 17103 PRESTON ROAD, SUITE 100, DALLAS, TEXAS 75248
herein entitled the ENGINEER, each of which has been identified
by the CONTRACTOR and the ENGINEER, together with the
CONTRACTOR'S written Proposal, the General Conditions of the
Agreement, and the Performance and Payment Bonds hereto attached;
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00510 - STANDARD FORM OF AGREEMENT
PAGE
00510-2
The CONTRACTOR hereby agrees to commence work within ten
(10) days after the date written notice to do so shall have been
given to him, and to substantially complete the same within
calendar days after the date of the written notice to
commence work, subject to such extensions of time as are provided
by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have
executed this Agreement in the year and day first above written.
Party of the First Part(OWNER)
By:
ATTEST:
Party of the Second Part(CONTRACTOR)
By:
ATTEST:
END OF 8ECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
e
PERFORMANCE BOND
STATE OF TEX.~
(~UNTY OF
KNOW ALL MEN BY THESE PRESENTS: That
of the City of
County of , and State of , as
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of Dollars ($ )
for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the day of ,19__, to
which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void;otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond B executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
mended and all liabilities on this bond shall be determined in accordance with the' provisions of
said Article to the same extent as if it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work.
See "Fhe Miller Act," 40 U.S.C. S270.
bond, and it does hereby waive notice of any such clanam, extension of time, aiterstion or sddition
to the terms of the contract, or to the work to be performed thereunder.
~ WITNESS WHEREOF, the ssid Principal snd Surety hsve sirned snd sealed this instru-
ment this dsy of ,19
Principal Surety
By -. By
Title Title
Address Address
The name and address of the Resident Agent of Surety is:
PAYMENT BOND
STATE OF TEXAS
COUNTY OF
KNO~' ALL MEN BY THESE PRESENTS: That
of the City of
County of , and State of , as
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals. are held
and firmly bound unto (Owner),
in the penal sum of r~llars ($ )
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the day of _ . 19 . to
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied st length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Princ;pal shall pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
sccordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanyihg th~ same, shah in anywise affect its obligation on this
PB-3
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
4.01
4.02
4.03
5.01
5.02
5.03
5.04
5.05
5.06
5.07
5.08
5.09
6.01
6.02
6.03
6.04
6.05
Protection Against Accident to Employees and the Public ............
Performance and Payment Bonds .........................
Losses from Natural Causes ............................
Protection of Adjoining Property .........................
Protection Against Claims of Sub-Contractors, Etc .................
Protection Against Royalties or Patented Invention ................
Laws and Ordinances ...............................
Assignment and Subletting ............................
Indemnification .................................
Contractor's Liability Insurance .........................
Certificate of Insurance .............................
4. Prosecution and Progress
Time and Order or Completion ..........................
Extension of Time ................................
Hindrances and Delays ...............................
5. Measurement and Payment
Quantities and Measurements ...........................
Estimated Quantities ...............................
Price of Work ...................................
Partial Payment ..................................
Use of Completed Portions ............................
Final Completion and Acceptance ........................
Final Payment ..................................
Payments Withheld ................................
Delayed Payments ................................
6. Extra Work and Claims
Change Orders ...................................
Minor Changes ............. · .....................
Extra Work ....................................
Time of Filing Claims ..............................
Arbitration .....................................
G-6
G-6
G-6
G-6
G-6
G-?
G-7
G-7
G-?
G-8
G-8
G-8
G-9
G-9
G-9
G-9
G-9
G-10
G-10
G-10
G-10
G-10
G-11
G,11
G-11
G-11
G-12
G-12
7.01
7.02
7. Abandonment of Contract
Abandonment by Contractor ...........................
Abandonment by Owner .............................
G-13
G-14
TC-2 ®. ,__ .. -,. ,m
DIVISION 0 - BIDDING i~D CONTI~CT REOUIREMENTS
SECTION 00650 - CERTIFICATE OF INSUI~NCE
PAGE
00650-1
PART 1 - GENEI~L
1.1 GENERAL:
After award of contract, Contractor will provide Owner
with Certificate of Insurance which will be executed
and bound here with final documents.
Insurance: A certificate of insurance shall be filed
with the Owner and the Engineer named as additional
insureds with regard to the Project and evidencing
insurance coverage of limits not less than those in the
General Conditions.
Indemnification: The Contractor shall indemnify and
save harmless the City of Coppell, Texas, its agents
and employees from and against all claims, damages,
losses and expenses, including the attorney's fees
arising out of or resulting from the performance of the
work; provided that any such claim, damage, loss or
expense (a) is attributable to bodily injury to or
destruction of tangible property, including the loss of
use resulting therefrom, and (b) is caused in whole or
in part by any negligent act or omission of Contractor
and Subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any
of them may be liable, regardless of whether or not it
is caused in part by a party indemnified hereunder·
In any and all claims against any party indemnified
hereunder by any employee of the Contractor and
Subcontractor, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them
may be liable, the indemnification obligation herein
provided shall not be limited in any way by any
limitation of the amount or type of damages,
compensation or benefits payable by or for the
Contractor or any Subcontractor under workmen's
compensation acts, disability benefits acts, or other
employee benefits acts.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF 8ECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROBBTOWN WATER LINE
CITY OF COPPELL, TEXAS
TABLE OF CONTENTS
FOR
GENERAL CONDITIONS OF AGREEMENT
1. Definition of Terms Page
)1 Owner, Contractor and Engineer ................. ..... G-1
)2 Contract Documents .......................... G-1
}3 Sub-Contractor .., ......................... . G-1
)4 Written Notice ............................ G-1
}5 Work ................................ G-1
)6 Extra Work .............................. Go1
}7 Working Day ............................. G-1
)8 CAlendar Day ............................. G-1
)9 Substantially Completed ......................... G-1
2. Responsibilities of the Engineer and the Contractor
~1 Owner-Engineer Relationship ....................... G-2
~2 Professional Inspection by Engineer .................... G-2
~3 Payments for Work ........................... G-2
4 Initial Determinations .......................... G-2
~5 Objections .............................. G-2
~ lanes and Grades ........................... G-2
,7 Contractor's Duty and Superintendence ................... G-2
t8 Contractor's Understanding ........................ G-3
19 Character of Workmen ......................... G-3
0 Contractor's Buildings ......................... G-3
.1 Sanitation .............................. G-4
2 Shop Drawings ............................ G-4
3 Preliminary Approval .......................... G-4
.4 Defects and Theix Remedies ....................... G-4
.5 Changes and Alterations ......................... G-5
3. General Obligations and Responsibilities
)1 Keeping of Plans and Specifications Accessible ................ G-5
}2 Ownership of Drawings ......................... G-5
}3 Adequacy of Design .......................... G-5
)4 Right of Entry ............................. G-5
)5 Collateral Contracts ........................... G-5
)6 Discrepancies and Omissions ....................... G-5
)7 Equipment, Materials and Construction Plant ................. G-5
)8 Damages ............................... G-6
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as set forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER ,~'ill advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making an .y detailed, exhaus-
tive, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in
any way responsible,.directly or indirectly, for the construction means, methods, techniques, se-
quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform-
ing or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
i'or payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing. payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
~vork has progressed to the point indicated to the best of his knowledge, information and belief,
but such approva. I of an application for payment to CONTRACTOR shall not be deemed as a
representation by ENGINEER that ENGINEER has made any examination to determine how or
for what purpose CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims.
disputes and other matters in question between the CONTRACTOR and the OV,~'ER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised to arbitration as
hereinafter provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension will be as brief as practicable
and the COblTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless
destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the
CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give
adequate attention to the faithful prosecution and completion of this contract and shall keep on
the work, during its progress, a competent superintendent and any necessary assistants. The
superintendent shall represent the CONTRACTOR in his absence and all directions given to him
shall be as binding as if given to the CONTRACTOR.
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified as such in the Agreement and are
referred to throughout the Contract Documents as if singular in number and masculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required ),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors.
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in netson to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered. mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel.
transportation and other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except as provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal units of the work for a period of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
senee its intsnded purpose, but still may require minor miscellaneous work and adjustment.
· I .......... ..........T ' T .........T .....
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER, and their use
shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his own work or in that of any other Contractor, four checked
copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
hess, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for 'errors of any sort in shop drawings or schedules. It shah be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and within the contract time.
Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency
of said drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
as previously set forth, it being expressly understood and agreed that the ENGINEER does not
assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or
any means or methods reflected thereby, in relation to the safety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and .properLy
perform the contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re-examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
said work, all expense of removing, re-examination and replacement shall be borne by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
shall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain w~,rk, should the CONTRACTOR
proceed with such work without requesting prior inspection or a~.~,roval he shall bear all expense of
taking up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part
thereof, or any material brought on the site of the work for use in the work or selected for the
same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci-
fications. the CONTRACTOR shall. after receipt of written notice thereof from the ENGINEER,
forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in
full accordance with this contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
The CONTRACTOR is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with full
power and authority to select the means, method and manner of performing such work, so long as
such methods do not adversely affect the completed improvements, the OWNER and ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ees and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer-
ing construction drawings and specifications as well as any additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shaJl be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, inclu~ling, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau-
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during ~nonstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative of either of them, whether through personal observation on the project site or by means of
approval of shop drawings for temporary construction or construction processes, or by other means
or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and
nature of work completed or being performed, as measured against the drawings and specifications
constituting the cox~tract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR
from plans and specifications that may have been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called tb the CONTRAC-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility to complete
all work in accordance with said plans and specifications.
2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON-
TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work,
the conformation of the ground, the character, quality and quantity of the materials to be encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can ,.'n any way s/feet the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained.
2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the
erection of tents or other forms of protection, will be permitted only at such places as the
ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures
shall at all times be maintained in a manner satisfactory to the ENGINEER.
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. therebv
causing Io-~ to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred {100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underwriting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified. the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to
the CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties in any way encountered,
which might be injured or seriously affected by any process of construction to be undertaken under
this Agreement, from any damage or injury by reason of said process of construction; and he shall
be liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OXI,.~ER
and ENGINEER against any claim or claims for damages due to any injury to any adjacent or
adjoining property, arising or growing out of the performance of the contract; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
If such changes or alterations diminish the quantity of the work to be done, they shall not
,nstitute the basis for a claim for damages, or anticipated profits on the work that may be
spensed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ent." If the amount of work is increased, and the work can fairly be classified under the speci-
~'ations, such increase shall be paid for according to the quantity actually done and at the unit
ice, ff any, established for such work under this contract, except as provided for unit price
~ms under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid
r as provided under Extra Work. In case the OWNER shall make such changes or alterations as
all make useless any work already done or material already furnished or used in said work,
en the OWNER shall recompense the CONTRACTOR for any material or labor so used,
Id for any actual loss occasioned by such change, due to actual expenses incurred in preparation
r the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
lrnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and
~ecifications without expense to him, and the CONTRACTOR shall keep one copy of the s~. ~e
>nstantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished
y the ENGINEER shall not be reused on other work, and, with the exception of the signed
>ntract sets, are to be returned to him on request, at the completion of the work. All models are
~e property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
>ropetent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
~e adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
~e practicability of the operations of the completed project', provided the CONTRACTOR has
~mplied with the requirements of the said Contract Documents, all approved modifications
~ereof, and additions and alterations thereto approved in writing by the OV,~ER. The burden of
roof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
dd requirements of the Contract Documents, approved modifications thereof and all approved
~ditions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location
which the works herein contracted for are to be constructed or installed, by such agent or agents
he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
kstalling such collateral work as said OWNER may desire.
3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or
:herwise, all labor and material essential to the completion of the work specifically excluded from
~is contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
OR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
>ntract that all work must be done and all material must be furnished in accordance with the
.~nerally accepted practice, and in the event of any discrepancies between the separate contract
~cuments, the priority of interpretation defined under "Contract Documents" shall govern. In
~e event that there is still any doubt as to the meaning and intent of any portion of the contract,
}ecifications or drawings, the ENGINEER shall define which is intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
hall be responsible for the care, preservation, conservation, and protection of all materials,
upplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
nd any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
~aid for such work, until the entire work is completed and accepted.
(2) Is caused in whole or in pa~t by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in pafi by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Para~aph shall not extend to the liabili
of the ENGINEER, his agents or employees arising out of the preparation or approval of real
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or t
failure to give directions or instructions by the ENGINEER, his agents or employees, prorid
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain a
keep in force such insurance as will protect him from claims set forth below which may arise c
of or result from the CONTRACTOR'S operations under the Contract, whether such operatic
be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any
them, or by anyone for whose acts any of them may be liable:
(1) Workmen'-- compensation claims, disability benefits and other similar
employee benefit acts;
(2)
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
(3)
Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claim.~ insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property. including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTR.~
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and ~
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the polic
will not be cancelled until at least fifteen days' prior written notice has been given to the OWN[
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance cover
all sub-contractors.
4. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contr~
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosec
his work at such times and seasons, in such order of precedence, and in such manner as shall
most conducive to economy of construction: provided, however, that the order and the time
prosecution shall be such that the work shall be substantially completed as a whole and in part
accordance with this contract, the plans and specifications, and within the time of cornpier
designated in the P~oposa|; provided, also, that when the OWNER is having other work done,
by contract or by his own force, the ENGINEER may direct the time and manner of construct
the work done under this contract, so that conflict will be avoided and the construction of
various works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes
carry on the work. with dates at which the CONTRACTOR will start the several parts of the wc
and estimated dates of completion of the several parts.
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, then the OWNER may at the option of the CONTRACTOR either pay directly any
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S
unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such
lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms
of this contract, but in no event shall the provisions of this sentence be construed to-impose any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON-
TRACTOR shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable ieffal agreement
with the patentee or owner. The CONTRACTOR shall defend all suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmless
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for all such loss when a particular design, device, material or process or
the product of a particular manufacturer or manufacturers .... ·
CONTRACTOR, then CONTRACTOR shall indemnify and ave OWNER harmless from any loss
on account thereof. If ta:e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner affect the
contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER against
any claim arising from the violation of any such laws, ordinances, and regulations whether by the
CONTRACTOR or his employees, except where such violal~ions are called for by the provisions
of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are
at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations,
and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In case the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
OV~LNER may enter into contract, shall be controlling, and shall be considered as part of this
contract, to the same effect as though embodied herein.
3.16 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will
retain personal control and will give his personal attention to the fulfillment of this contract and
that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless
the OWNER and the ENGINEER and their resoective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and costs, including reasonable
attorneys' fees and expenses, arising out of or resulting from the 'performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
(1)
Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
G-7
5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the work done by the CONTRACTOR up to and
including the last day of the preceding month~ said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less I0 per cent of the amount thereof,
which 10 per cent shall be retail~ed until final payment, and further less all previous payments
and all further sums that may be retained by the OWNER under tile terms of this Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may-upon written recommendation of tile ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR~ or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!!y complete the work and, thereupon, the CON-
TRACTOR shall receive payment of the balance due him under the contract subject only to the
conditions stated under "Final Payment."
5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession
of and use any completed or partially completed portions of the work, notwithstanding the time
for completing the entire work or such portions may not have expired but such taking possession
and use shall not be deemed an acceptance of any work not completed in accordance with the
Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR
shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion,
the contract is "substantially completed" and when so notifying the ENGINEER. the CONTRAC-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER
wilt review the CONTRACTOR'S list of unfinished work and will add thereto such items as the
CONTRACTOR has failed to include. The "substantial completion" of tile structure or facility shall
not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or
major nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON-
TRACTOR has given tile ENGINEER written notice that the work has been completed. or
substantially completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract Documents, tile ENGINEER shall issue to the OWNER and the CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of the value of all
work performed and materials furnished under the terms of the Agreement and shall certify same
to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day, and before the
35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR
under the terms of this Agreement, provided he has fully performed his contractual obligations
under the terms of this contract; and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither tile Certificate of Acceptance nor the final payment,
nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for
fulfillment of'any warranty which may be required.
5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered
evidence, withhold or nullify the whole or part of any certificate to such extent as may be
necessary to protect himself from loss on account of:
.~ 4.02 EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion
of the work 4~y any act or neglect of the OWNER or i~NGINEER, or of any employee of either,
crt by other contractors employed by the OWNER', 6r by changes ordered in the work, or by
strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies
the-'delay, then an extension of time shall be allowed for completing the work, sufficient to
compensate for the delay, the amount of the extension to be determined by the ENGINEER,
provided, however, that the CONTRACTOR shall give the ENGINEER prompt notice in writing
of ~he cause of such delay.
4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting from hindrances or delays from any cause (except where the work is stopped by
Order of the O~NER) during the progress of any portion of the work embraced in this contract.
In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/'or computed length, area, solid contents,
number and weight only shall be .considered, unless otherwise specifically provided.
5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
eslirnate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the work.
}t is understood and agreed that the actual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished.
Where payment is based on the unit price method, the CONTRACTOR agrees that he will
make no claim for damages, anticipated profits or otherwise on account of any differences which
may be found between the quantities of work actually done, the material actually furnished
under this contract and the estimated quantities contemplated and contained in the proposal:
provided, however, that in case the actual quantity of any major item should become as much
'as 20~ more than, or 20% less than the estimated or contemplated quantity for such items, then
either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the
portion of the work above or below 20% of the estimated quantity.
.,
A "Major Item" shall be construed to be any individual bid item incurred in the proposal that
:has' a total cost equal to or greater than five (5) per cent of the total contract cost, computed on the
'basis of the proposal quantities and the contract unit prices.
'~:" Any revised consideration is to be determined by agreement between the parties, otherwise
~b?.the terms. of this Agreement, as provided under "Extra Work."
· 5'.03 .'PRICE OF WORK. In consideration of the furnishing of all {he nece=.sary labor,
eqU'ipment and material,'. and the completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
t~onformity with the specifications and stipulations herein contained, the OWNER agrees to pay
,the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a
part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement.
Method (A)--By qreed unit prices; or
Method (B)--By qreed lump sum; or
Method (C)--lf neither Method (A) nor Method (B) be s~ upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed and paid 'for under Method (C), then the pro-
visions of this paraZraph shall apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such ~s foreman, tknekeepers, mechanics and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual trlnaportation charges nec~rily
incurred, together with all power, fuel, lubricants, water and similar operatin~ expenses, also all
necessary incidental expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on
Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage
and Workmen's Compensation, and all other insurance as may be required by any law or ordinance,
or directed by the OWNER, or by them aZreed to. The ENGINEER may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, .the method of doing the work and the type and kind of machinery and equip-
m~nt to be used; othenvise these matters shall be determined by the CONTRACTOR. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership
Expen~ adopted by the Associated General Contractors of America. Where practicable the
terms and prices for the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR shall cover and compensate him for his profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the "actual field
cost" as herein defined, save that where the CONTEACTOR'S Camp or Field Office must be
maintained primarily on account of such Extra Work; then the cost to maintain and operate the
same shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shah make written request to the ENGINEER for written order authorizing
such Extra Work. Should a difference of opinion arise as to what does or does not constitute
Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance,
'the CONTRACTOR shall proceed with the work after making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, as prodded under Method
(C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to
arbitration, as hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further a~reed by both perties hereto that all
questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and
filed with the ENGINEER within thirty (30) days ~fter the ENGINEER has ~iven any directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written ~xceptions by the CONTRAL'vI~)R and render
h~s final decision in writing. In case the CONTRACTOR should appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in
writing within ten (10) days sf*.er the date of deliver), to CONTRACTOR of the ENGINEER'S
final decision. It is further aZreed that final acceptance of the work by the OWNER and the
acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either
party, except where noted othenvise in the Contract Documents.
6.05 ARBITRATION. All questions of dispute under. this A~reement shall be submitted
to arbitration at the request of either party to the dispute. The parties may qree upon one
arbiter, othenvise, there shall be three, one named in writing by each petty, and the third chosen
G-12
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CONTRACTOR to make payments properly to sub-
contractors or for material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
(f) Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until fully paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made.
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OV,~ER
and the CONTRACTOR. The Change Order shall set forth the basi-~ for any change it, contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents and not involving an increase in
Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
,~6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following methods:
"m .........-r .........'T ...................TT .........T
When the work shall have b~n substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06
hereinabove, shall be ittued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may
be, shall pay the balance due ts reflected by said statement, within fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the cost to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned over'to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held at
the risk of the CONTRACTOR and his Surety subject only to the duty of the O~,.'NER to exercise
ordinaxy care to protect such property. After fifteen (15) days from the date of said notice the
OV~ER may sell such machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public or private sale, with or without notice, as the OWNER may elect. The O%~,.~ER
shall release any machinery, equipment, tools,' materials, or supplies, which remain on the ~'ork,
and belong to persons other than the CONTRACTOR or his Surety, to their proper owners.
The books on all operations provided herein shall be open to the CONTRACTOR and his Surety.
7.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of all
work actually completed by said CONTRACTOR (at the prices stated in ,he attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the O~,NER and all other sums that may be
retained by the OV~NER under the terms of this A~reement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR.
under the terms of this Agreement.
by the two arbiters so selected', or if the arbiters fail to select a third within ten (10) days,
he shall be chosen by a District Judge serving the County in which the major portion of the
project is located, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the ENGINEER shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should either
party refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbiters are empowered by both parties to take ex parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any question submitted to arbitration
under this contract shall be a condition precedent to any right of legal action. The decision of
the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and if the appeal was taken without reasonable cause, they may award damages for
any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise
provided by agreement, and shall assess the cost and charges of the arbitration upon either or both
parties. The award of the arbiters must be made in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to resume work Within ten (10) days after written notification from the O~'ER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ,with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall nat remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the performance bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section
Extra Work and Claims), it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
Where there is no performance bond provided or in ease trae Surety should fail to commence
compliance with the notice for completion hereinbefore provided for, within ten (10) da.vs after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies as said OWNER may deem necessary to complete the
work and charge the expense of such labor, machinery, equipment, tools, materials and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case any increase in cost to the OWNER under the new
contract as compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith. G-13
bond, and it does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have si~ned and sealed this instru-
ment this _day of , 19
Principal 8uxt-ty
By By
Title Titl~-
Address_ Address
The name and address of the Resident Agent of Surety is:
FB-2
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00800 - SUPPLEMENTARY CONDITIONS
PART I - GENERAL
PAGE
00800-1
1.1 GENERAL:
These Supplementary Conditions supplement, modify,
change, delete from and/or add to the Specifications
and the "General Conditions of Agreement~ Section
00700',. Where any Article of the General Conditions
is modified or any Paragraph, subparagraph or Clause
thereof is modified or deleted by these supplements, the
unaltered provisions of that Article, Paragraph,
Subparagraph or Clause shall remain in effect.
1.2 DEFINITION OF TERMS:
Wherever the words, forms or phrases defined herein or
pronouns used in their place occur in these Specifications,
in the Contract, in the Bonds, in the advertisement, or any
other document or instrument herein contemplated, or to which
these Specifications apply or may apply, the intent and
meaning shall be interpreted as follows:
Owner: Wherever the word ,,OWNER,, is used in the
Specifications and the 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 the Contract Documents, it shall be
understood as referring to Ginn, Inc., 17103 Preston Rd.,
Suite 100, LB 118, Dallas, Texas 75248·
Advertisement: All of the legal publications pertaining
to the work contemplated or under Contract.
De
Bidder: Any person, persons, partnership, company, firm,
association, or corporation acting directly or through a
duly authorized representative submitting a Proposal for
the work contemplated.
Contract: The written agreement covering the performance
of the work. The Contract includes the advertisement,
Proposal, Specifications, including special provisions,
Plans or working drawings and any supplemental changes or
agreements pertaining to the work or materials therefore,
and bonds.
Contractor: The person, persons, partnership, company,
firm, association, or corporation entering into Contract
for the execution of the work, acting directly or through
a duly authorized representative.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00800 - SUPPLEMENTARY CONDITIONS
PAGE
00800-2
Palment Bond: The approved form of security furnished by
the Contractor and his surety as a guaranty for the
protection of all claimants supplying labor and material
in the prosecution of the work provided for in this
Contract; said security shall be in accordance with the
provisions of Article 5160, Revised Civil Statutes of
Texas, as amended by Acts of the Regular Session of the
Legislature, 1959.
Performance Bond: The approved form of security
furnished by the Contractor and his surety as a guarantee
of good faith on the part of Contractor to execute the
work in strict accordance with the Plans, Specifications
and terms of the Contract, and that the Contractor will
maintain the work constructed by him in good condition
for the period of time required; said security shall be
in accordance with the provisions of Article 5160,
Revised Civil Statutes of Texas, as amended by Acts of
the Regular Session of the Legislature, 1959.
Plan or Plans: All the Drawings pertaining to the
Contract and made a part thereof, including any
supplementary drawings or addenda as the Engineer may
issue in order to clarify other drawings, or for the
purpose of showing changes in the work hereinafter
authorized, or for showing details not shown thereon.
Proposal: The written statement or statements duly filed
with the City of Coppell of the person, persons,
partnership, company, firm, association, or corporation
proposing to do the work contemplated, including the
approved form on which the formal bids for the work are
to be prepared.
Proposal Guaranty: The security designated in the
advertisement and Proposal, to be furnished by each
bidder as a guaranty of good faith to enter into a
Contract with the City of Coppell and execute the
required bonds for the work contemplated after the work
is awarded to him, and payment of damages upon his
failure to enter into the Contract.
Special Provisions: The special clauses setting forth
conditions or requirements peculiar to the specific
project involved, supplementing the standard
Specifications, and taking precedence over any conditions
or requirements of the standard Specifications with which
they are in conflict.
Specifications: The directions, provisions, and
requirements contained her·in, together with the special
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL# TEXAS
PAGE
00800-3
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00800 - SUPPLEMENTARY CONDITION8
provisions, supplemental hereto, pertaining to the method
and manner of performing the work or to the qualities or
quantities of the materials to be furnished under the
Contract.
Sureties: The corporate bodies which are bound by such
bonds as are required with and for the Contractor. Said
sureties engaged to be responsible for the entire and
satisfactory fulfillment of the Contract, and for any and
all requirements as set out in the Specifications,
Contract or Plans.
The Work: All work, including the furnishing of labor,
materials, tools, equipment, and incidental, to be
performed by the Contractor under the terms of the
Contract.
Working Day: A working day is defined as: a calendar
day including Saturdays, Sundays, or legal holidays in
which weather or other conditions not under the control
of the Contractor will permit the performance of the
principal units of work under way for a continuous period
of not less than 7 hours between 8 a.m. and 6 p.m. One
day will be charged against the Contract working time
when weather conditions will permit 7 hours of work as
delineated above. A principal unit of work shall be that
unit which controls the completion time of the Contract.
Nothing in this definition shall be construed as
prohibiting the Contractor from working on Saturdays if
he so desires and has the approval of the Engineer. Work
on Sundays will not be permitted (except in cases of
extreme emergency and then only with the written
permission of the Engineer).
Qualification of Bidder Forms: Bidder shall complete
and submit the Qualification of Bidder Forms bound within
these contract documents upon request after the bids are
received. The equipment schedule, experience schedule,
and Financial Statements shall be current statements of a
date not exceeding one (1) year prior to the date for
receiving bids and the information provided in the
statements shall not be substantially different from the
contractor's actual status at the time bids are accepted.
The Financial Statement submitted shall be prepared
preferably by a Certified Public Accountant and be based
on the yearly audit statement of the firm.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00810 - MODIFICATIONS TO GENERAL CONDITIONS
PART i - GENERAL
PAGE
00810-1
1.1 GENERAL:
The following designated items of the General Conditions of
Agreement are modified as follows:
Paragraph 2.06 - Lines and Grades is deleted in its
entirety and the following substituted therefore . .
"The Engineer will provide references to bench marks and
horizontal control points in close proximity to the
Work. From these control points, the Contractor shall
provide all surveying necessary to lay out the Work.
Contractor shall be responsible for establishing all
lines and grades necessary to control the Work and
shall be responsible for the precise location of all
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 Contract
Specifications and Drawings. Such checking by the
Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with
the Contract Drawings and Specifications and the lines
and grades given therein.
Paragraph 3.09 - Protection Against Accident to Employees
and the Public is modified by adding the following:
"Contractor's attention is specifically directed to the
Texas Occupational Safety Law."
"The Contractor shall so conduct his operations as to
offer the least possible obstruction and inconvenience to
public traffic. After the "Notice to Proceed" is issued,
the Contractor shall notify the Engineer, at the earliest
possible date, of the starting of hauling of materials
and any construction work which might in any way
inconvenience or endanger traffic."
"The Contractor shall provide and maintain flagmen at all
points where his operations interfere in any manner with
traffic flow. Flagmen shall be English speaking,
courteous, well informed, physically and mentally able
effectually to perform their duties in safeguarding and
directing traffic and protecting the Work, and shall be
neatly attired and groomed at all times when on duty.
Flagmen, when directing traffic, shall use standard
flagging procedures set forth in the ~Instructions to
Flagmen' published by the Texas State Department of
Highways and Public Transportation."
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00810 - MODIFICATIONS TO GENERAL CONDITION8
PAGE
00810-2
"The Contractor shall provide, construct and maintain
suitable barricades as shown on the Plans and elsewhere
when directed by the Engineer. The Contractor shall
provide and maintain such standard barricades or special
barricades, signs, lights and flags at points along the
project as may be necessary to protect the Work and
safeguard all traffic. All signs, barricades and working
area layouts shall be provided and maintained in
accordance with requirements of Part VI of the Manual on
Uniform Traffic Control Devices, 'Traffic Controls for
Street and Highway Construction and Maintenance
Operations.' Signs and barricades to facilitate the flow
of traffic will be the responsibility of the Contractor.
The use of sufficient vertical panels with flashers in
conjunction with necessary warning signs and barricades
will be required to direct traffic."
"No direct payment will be made for the work involved in
carrying out the public safety measures herein provided,
the cost thereof being included in the prices paid for
the various Contract items of work and no additional
allowance will be made therefore."
Paragraph 3.10 - Performance and Payment Bonds is
modified as follows:
With the execution and delivery of the Contract, the
Contractor shall execute and furnish separate
Performance and Payment Bonds on the forms provided
as follows:
Performance Bond: A Performance Bond in the
amount of one hundred percent (100%) of the
Contract price, or any increases or deletions
therefrom due to Contract modifications,
guaranteeing faithful performance of the work and
fulfillment of the obligations of the Contract.
The Performance Bond shall guarantee that the
Contractor shall repair and/or replace any
defects in the work arising from defective or
inferior workmanship or materials used therein,
for a period of one (1) year from date of final
acceptance of the work by the Owner.
Payment Bond: A Payment Bond in the amount of
one hundred percent (100%) of the Contract price,
or any increases or deletions therefrom due to
Contract modifications, guaranteeing payment to
all persons supplying labor and materials or
furnishing equipment in the execution of the
Contract.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00810 - MODIFICATIONS TO GENERAL CONDITIONS
PAGE
00810-3
e
Performance and Payment bonds shall be from an
approved surety company holding a permit from The
State of Texas to act as surety or other surety or
sureties acceptable to the Owner.
Paragraph 3.18 - Insurance is modified by the addition of
the following . .
Contractor shall comply with each and every condition
contained herein. The Contractor shall provide and
maintain, until the work covered in the contract is
completed and accepted by the Owner, the minimum
insurance coverages as follows:
Commercial General Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
and $2,000,000 general aggregate for bodily injury
and property damage, which coverage shall include
products/completed operations, and XCU hazards.
Coverage for products/completed operations must be
maintained for at least two years after the
construction work is completed. Coverage must be
written on an occurrence form.
Workers Compensation insurance at statutory limits,
including employers' liability coverage at minimum
limits of $500,000.
Commercial Automobile Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
for bodily injury and property damage, including
owned, non-owned, and hired-car coverage.
All-Risk Builders, Risk insurance at completed value
if the contract is for the construction of a
structure or building.
,Note that the general aggregate limit must be at least
two times the per-occurrence limit.
A comprehensive general liability insurance form may be
used in lieu of a commercial general liability insurance
form. In this event, coverage must be written on an
occurrence basis, at limits of $1,000,000 per-occurrence
combined single limit, and coverage must include a broad
form comprehensive general liability endorsement,
products/completed operations and XCU hazards.
With reference to the foregoing insurance requirement,
Contractor shall provide the following endorsements:
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REQUIREMENT8
SECTION 00810 - MODIFICATIONS TO GENERAL CONDITIONS
PAGE
00810-4
Named insured wording which includes the Contractor,
the Owner and Ginn, Inc., with respect to General
Liability, Automobile Liability, and Builders' Risk.
All liability policies shall contain cross liability
and severability of interest clause.
A waiver of subrogation in favor of the Owner and
Ginn, Inc. with respect to the Builders' Risk and
Workers Compensation Insurance.
The policy shall be endorsed to require the insurer
to immediately notify the Owner and Ginn, Inc. of any
material change in the insurance coverage.
All insurance shall be purchased from an insurance
company that meets the following requirements:
1. A Best financial grading of A:X or better.
Licensed and admitted to do business in the State of
Texas.
All insurance must be written on forms filed with, and
approved by, the Texas State Board of Insurance.
Certificates of Insurance shall be prepared and executed
by the insurance company or its authorized agent and
shall contain provisions representing and warranting the
following:
The company is licensed and admitted to do business
in the State of Texas.
The company's forms have been approved by the Texas
State Board of Insurance.
3. Sets forth all endorsements as required above.
The Owner and Ginn, Inc. will receive at least sixty
(60) days notice prior to cancellation or termination
of the insurance.
Upon request, Contractor, shall furnish the Owner with
certified copies of all insurance policies. The
Contractor shall also file with the Owner valid
Certificates of Insurance covering all subcontractors in
accordance with the insurance requirements set forth
herein for Contractor.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00810 - MODIFICATIONS TO GENERAL CONDITION8
PAGE
00810-5
Section 4 - PROSECUTION AND PROGRESS is deleted in
entirety and the following substituted therefore:
its
4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
4.01
TIME FOR COMPLETION: The time allotted for com-
pletion of all items of work for this project
shall be the number of consecutive calendar
days, as stated on proposal form. It is hereby
understood and mutually agreed, by and between
the Contractor and the Owner, that the date
of beginning and the time for completion as
specified in the Contract of the work to be
done hereunder are ESSENTIAL CONDITIONS of this
Contract; and it is further mutually understood
and agreed that the work embraced in this
Contract shall be commenced on a date to be
specified in the Notice to Proceed.
The Contractor agrees that said work shall be
prosecuted regularly, diligently, and uninter-
ruptedly at such a rate of progress as will
insure full completion thereof within the time
specified. It is expressly understood and
agreed by and between the Contractor and the
Owner, that the time for the completion of the
work described herein is a reasonable time for
the completion of same, taking into considera-
tion the average climatic range and usual
conditions prevailing in this locality.
4.02
LIQUIDATED DAMAGES: If the said Contractor
shall neglect, fail or refuse to complete the
work within the time herein specified or any
proper extension thereof granted by the Owner,
then the Contractor does hereby agree, as a
part consideration for the awarding of this
Contract, to pay to the Owner an amount as
stipulated on bid proposal form FOR EACH
CALENDAR DAY, not as penalty, but as
liquidated damages for such breach of
Contract as hereinafter set forth, for each
and every calendar day that the Contractor
shall be in default after time stipulated
in the Contract for completing the work.
The said amount is fixed and agreed upon by and
between the Contractor and Owner because of the
impracticability and extreme difficulty of
fixing and ascertaining the actual damages the
Owner would in such event sustain, and said
amount shall be retained from time to time by
the Owner from current periodical estimates.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00810 - MODIFICATION8 TO GENERAL CONDITION8
PAGE
00810-6
It is further agreed that time is of the
essence of each and every portion of this
Contract and of the Specifications wherein a
definite and certain length of time is fixed
for the performance of any act whatsoever; and
where under the Contract an additional time is
allowed for the completion of any work, the new
time limit fixed by such extension shall be of
the essence of this Contract. Provided. that
the Contractor shall not be charged with
liquidated damages or any excess cost when the
Owner determines that the Contractor is without
fault and the Contractor's reasons for the time
extension are acceptable to the Owner; Provided
further. that the Contractor shall not be
charged with liquidated damages or any excess
cost when the delay in completion of the Work
is due:
To any preference, priority or allocation
order duly issued by the Government;
To unforeseeable cause beyond the control
and without the fault or negligence of the
Contractor, including but not restricted
to, acts of God, or of the public enemy,
acts of the Owner, acts of another
contractor in the performance of a Contract
with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight
embargoes, and severe weather: and
To any delays of subcontractors or
suppliers occasioned by any of the causes
specified in subsections (a) and (b) of
this article; Provided further, that the
Contractor shall within ten (10) days from
the beginning of such delay, unless the
Owner shall grant a further period of time
prior to the date of final settlement of
the Contract, notify the Owner, in writing,
of the causes of the delay, who shall
ascertain the facts and extent of the delay
and notify the Contractor within a
reasonable time of its decision in the
matter.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF C0PPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00810 - MODIFICATION8 TO GENERAL CONDITIONS
PAGE
00810-7
Paragraph 5.04 - Partial Payments, is deleted in its
entirety and the following substituted therefore:
"On or before the tenth of the month, the Contractor
shall prepare and submit to the Engineer for approval a
statement showing as completely as practicable the total
value of the work done by the Contractor up to the last
day of the previous month; said statement shall also
include the value of all sound materials delivered and
stored on the job site of the work that are to be
fabricated into the work.
"The Owner shall then pay the Contractor after receiving
the Engineer's recommendation for payment. The amount
paid shall be the total amount less five (5) percent
of the amount if total project estimated cost exceeds
$400,000 or ten (10) percent of the amount if the
estimated project cost is less than $400,000, which
percent retained shall be held until final payment, and
further less all previous payments and all further sums
that may be retained by the Owner under the terms of this
agreement.
"It is understood, however, that in case the whole work
be near to completion and some unexpected and unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may---upon written
recommendation of the Engineer--- pay a reasonable and
equitable portion of the retained percentage to the
Contractor, or the Contractor at the Owner's option, may
be relieved of the obligation to fully complete the work
and, thereupon, the Contractor shall receive payment of
the balance due him under the Contract subject only to
the conditions stated under 'Final Payment'."
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOM WATER LINE
CITY OF COPPELL, TEXAS
PAGE
00830-1
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PART i - GENERAL
1.1 OPERATION AND MAINTENANCE MANUAL:
The Contractor shall prepare and assemble for submittal
to the Owner's Engineer, six (6) copies of data for
inclusion in an operation and maintenance manual. The
data shall be bound in 3-ring note books, and shall
consist of the following items:
Maintenance and operation instructions including
routine adjustments and lubrication for all
butterfly and gate vales, and all other
functional equipment provided in this contract.
Special emphasis shall be placed on preventive
maintenance and safety recommendations.
Annual man-hour estimates for the routine and
preventive maintenance of the equipment as
specified in Item 1 above.
Manufacturer's manuals and parts lists for all
equipment specified in Item 1 above.
4. Shop drawings as approved by the Owner's Engineer.
All Operation and Maintenance Manual data shall be
submitted at one time and not later than the time at
which the contract becomes 90% complete.
1.2
ORDER OF WORK:
The Contractor shall schedule and conduct all his
operations and perform his work in such a manner as to
not interfere with the operation of the existing water
system. No work will be performed on existing
facilities until new construction has been completed
and determined to be operationally acceptable.
Any alterations to flows into or through the water
system will be accomplished only after coordination
with both the Director of Public Works and the
Engineer, and only with the consent of both. Any
special piping or valves required for temporary
rerouting or diversion of flows shall be provided by
the Contractor and no additional payment will be made
therefor.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PAGE
00830-2
1.3 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER:
It is the intention of the Owner to notify the Successful
Bidder in writing, within ninety (90) days after receiving
bids, of his acceptance of the Proposal. The Contractor
shall complete the execution of the required Bonds and
Contract within ten (10) days of such notice. Upon
completion of the execution of the Contract Documents, the
Owner/Engineer will issue a "Notice to Proceed with
Construction."
1.4 STATE AND CITY SALES TAX:
The Contractor's attention is directed to Amendment No.
7 to Section 6a, Article 20.01, Chapter 20, Title
122A, Taxation-General of the Revised Civil Statutes
of Texas. This amendment provides that all items used
or consumed by a contractor, whether incorporated into
the project or not, can be purchased free of State
and City sales tax when the project is being performed
for an exempt agency. Included are equipment rentals
and other items which are consumed by the
contractor but are not incorporated into the project.
This Contract is issued by an organization which
qualifies for exception pursuant to the provisions of
Article 20.04 (F) of the Texas Limited Sales, Excise
and Use Tax.
The contractor performing this Contract may
purchase, rent or lease all materials, supplies, and
equipment used or consumed in the performance of
this Contract by issuing to his supplier an exemption
certificate in lieu of the tax, said exemption
certificate complying with State Comptroller's ruling
No. 95-0.07. Any such exemption certificate issued by
the contractor in lieu of the tax shall be subject to
the provisions of the State Comptroller's ruling No.
95-0.09 as amended to be effective October 2, 1968.
1.5 EXISTING STRUCTURES:
The Plans show the locations of all known surface and
sub-surface structures believed to be involved in this
proposed construction. However, the Owner or Engineer
assumes no responsibility for failure to show any or all of
these structures on the Plans, or to show them in their
exact location. It is mutually agreed that such failure
shall not be considered sufficient basis for claims for
additional compensation for extra work, unless the
obstruction encountered is such as to necessitate changes in
the lines or grades, or requires the building of special
work, provisions for which are not made in the Plans and
Specifications, in which case the provisions in the General
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PAGE
00830-3
Conditions of Agreement for extra work shall apply.
1.6 PROTECTION AND RESTORATION OF PROPERTY:
The Contractor shall be responsible for the preservation
from injury and damage, resulting directly or indirectly
from the execution of the work under this Contract, of all
public and private property adjacent to the work. He shall
use every precaution to prevent the damage or destruction of
buildings, poles, trees, shrubbery and lawns. Also,
underground structures such as wires, cables, etc.; within
or without the work area. He shall protect and
carefully preserve all official survey monuments, properties
and section markers or other similar markers until an
authorized agent has witnessed or otherwise referenced their
location and shall not remove them until directed.
When or where direct or indirect damages or injury is done
to public or private property by or on account of any
act, omission, neglect or misconduct in the execution of
the work or in consequences of the nonexecution of same on
the part of the Contractor, such property shall be
restored at the Contractor's expense to a condition similar
or equal to that existing before such damage or injury was
done, he shall make good such damage or injury in an
acceptable manner.
In case of failure on the part of the Contractor to
restore such property, or make good such damage, or injury,
the Engineer may upon twenty-four (24) hours written notice,
proceed to repair, rebuild or otherwise restore such
property as may be deemed necessary and the cost thereof
shall be deducted from any moneys due the Contractor under
the Contract.
1.7 REFERENCE SPECIFICATIONS:
Reference to ASTM, or others as listed below, shall
be considered as referring to the Specifications or
Method of Test as set forth by those various organizations
and shall be considered as part of these Specifications when
designated as such. Abbreviations and meanings are as
follows:
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
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSBTOWlqWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PAGE
00830-4
S.S.P.C ........... Steel Structures Painting Council, Federal
Specifications Treasury Department
Procurement Division, United States Government
U.L ............... Underwriters Laboratories
N.E.M.A ........... National Electrical Manufacturers Association
W.P.C.F ........... Water Pollution Control Federation
T.S.D.H.P.T ....... Texas State Department of Highways and
or THD Public 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
N.C.T.C.O.G ....... North Central Texas Council of Governments
1.8 SUBSURFACE CONDITIONS:
Contractor shall make his own investigation of subsurface
conditions. No claims for extra compensation due to unusual
soil conditions that are found to exist will be allowed.
1.9 SERVICE OF MANUFACTURER'S REPRESENTATIVE:
The Contract price for the project shall include the cost of
furnishing competent and experienced engineers or
superintendents who shall represent the manufacturers and
shall assist the Contractor, when required, to install,
adjust and test the equipment in conformity with the
Contract Documents. After the equipment is placed in
permanent operation by the Owner, such engineer or
superintendent shall make all adjustments and tests required
by the Engineer to prove that such equipment is in proper
and satisfactory operating condition, and shall instruct the
Owner's representatives in the proper operation and
maintenance of such equipment or system.
1.10 PLANS AND SPECIFICATIONS AVAILABILITY:
The Engineer will provide the Contractor with three (3)
copies of Plans and Specifications in addition to the
Contract Sets provided for use on the project. Additional
copies may be purchased by the Contractor for the
cost of printing. Reproducibles required for as-builts
will be paid for by the Contractor. Engineer will provide
the original Drawings.
1.11 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES:
The Contractor shall make his own investigations and be
fully responsible for locating and taking care not to
damage any gas, water, sewer, or telephone lines. The
Contractor shall not begin any operations which may
interfere with or impair the normal service being rendered
by public utility operators. The Contractor will be held
responsible for the protection of the property or service of
public utilities within the limits of the Work. In case
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PAGE
00830-5
1.12
1.13
that such physical properties conflict with the performance
of the Contract, it shall be the Contractor's responsibility
to anticipate such conflicts and to give advance notice
thereof to the owners of the utility.
The Contractor will be responsible for any damages done by
him to any utility structure whether owned by a public or
private agency. Damage of whatever nature to the existing
facilities shall be repaired immediately at the Contractor's
own expense as directed by the Engineer.
Contractor shall be responsible for the relocation of any
water, sewer, gas, telephone or other utility which inter-
feres with the performance of the Contract. No extra claims
for compensation will be allowed for any utility relocation,
unless approved in writing by Engineer, prior to relocation.
MANUFACTURER'S DIRECTIONS:
All manufactured articles, materials and equipment shall
be applied, installed, connected, erected and used as
directed by the manufacturers, unless herein
specified to the contrary. Contractor shall furnish
copies of all printed directions with the material.
SANITARY FACILITIES:
The Contractor shall provide at his own expense field
toilets for the use of the employees and contractor
forces. The facilities shall conform to the requirements
of the Texas State Health Department and those of any
other agencies having jurisdiction herewith. The field
toilets shall be cleaned and scrubbed with a disinfectant
at least once per day.
1.14
1.15
GUARANTEE OF WORK:
All work shall be guaranteed against defects resulting
from the use of inferior materials, equipment or
workmanship for one year from date of final completion and
acceptance of the project.
FINAL REVIEW AND OBSERVATION:
When the work is completed, the Contractor shall notify
the Owner in writing on which date he will be ready for
final test and review. Notice shall be given seven (7) days
in advance and verified by telephone twenty-four (24)
hours prior to the time set for review and observation.
After the Owner and Engineer are completely satisfied with
the work, the Engineer shall make final measurements of all
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00830 - SPECIFIC PROJECT REOUIREMENTS
PAGE
00830-6
items and approve final estimate and recommend to the Owner
to make final payment to the Contractor.
1.16 PERMITS AND LICENSES:
All permits and licenses of a temporary nature necessary
for the prosecution of the work shall be secured and paid
for by the Contractor. Building permit fees shall be waived
for this work, but Contractor shall apply for a building
permit in normal manner.
1.17 NOTICE-OF-REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED
FACILITIES:
Bidders are cautioned as follows: By signing the Contract
for which these bids are solicited, the bidder will be
deemed to have signed and agreed to the provisions
of the "Certificate of Non-segregated Facilities" as
contained in the Specifications for this project.
1.18 LAYOUT OF PROJECT COMPONENTS:
Prior to start of any excavation, Contractor shall have laid
out (horizontally and vertically) all components of the
project, and have them reviewed by the Engineer before
proceeding. The Contractor shall be responsible for all
alignment and elevation control. The Contractor shall
provide the Engineer a "cut sheet" prior to beginning any
excavation or embankment, indicating all "cuts and fills" as
required on the project.
1.19 WAGE RATES
All employees directly employed on this project by the
Contractor or his sub-contractors shall be paid the
Prevailing Wage Scale for work of a similar character in the
locality, and in no event less than the minimum rates per
hour specified in Appendix B. The wage rates applicable to
the work called for are the minimum to be paid to the
various classes of labor and crafts. The Contractor is at
liberty to pay any amount over and above the rates called
for herein.
The rates contained in Appendix B have not been formally
adopted by the City of Coppell. It is anticipated that
these rates will be adopted prior to the award of this
contract. Should the adopted rates vary from the rates
contained in Appendix B, appropriate compensation will be
negotiated with the Successful Contractor.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
SECTION 00850 - INDEX TO DRAWINGS
PAGE
00850-1
Sheet
No. Description
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
END OF SECTION
COVER SHEET
LOCATION MAP
SHEET INDEX AND SUMMARY OF QUANTITIES
LINE A - STA. 0+00 TO STA. 10+00
LINE A - STA. 10+00 TO STA. 20+00
LINE A - STA. 20+00 TO STA. 30+00
LINE A - STA. 30+00 TO STA. 41+00
LINE A - STA. 41+00 TO STA. 51+00
LINE A - STA. 51+00 TO STA. 61+00
LINE A - STA. 61+00 TO STA. 71+00
LINE A - STA. 71+00 TO STA. 81+00
LINE A - STA. 81+00 TO STA. 91+00
LINE A - STA. 91+00 TO STA. 100+00
LINE A - STA. 100+00 TO STA. 110+00
LINE A - STA. 110+00 TO STA. 120+00
LINE A - STA. 120+00 TO STA. 130+00
LINE A - STA. 130+00 TO STA. 140+00
LINE A - STA. 140+00 TO STA. 150+00
LINE A - STA. 150+00 TO STA. 159+60
LINE B - STA. 9+96.23 TO STA. 20+00
LINE B - STA. 20+00 TO STA. 30+00
LINE B - STA. 30+00 TO STA. 40+00
LINE B - STA. 40+00 TO STA. 50+00
LINE B - STA. 50+00 TO STA. 60+00
LINE B - STA. 60+00 TO STA. 62+26.78
LINE C - STA. 4+85 TO STA. 11+50
LINE C - STA. 11+50 TO STA. 22+50
LINE C - STA. 22+50 TO STA. 30+20
LINE D - MOORE ROAD AND CARTER DRIVE
SD-5 VALVES
SD-16 WATER-FIRE HYDRANT-SERVICE CONNECTION
SD-17 WATER - WATER PIPE DETAILS
SD-18 WATER - WATER PIPE DETAILS
SD-19 SEWER - MANHOLE-CLEANOUTS-CONNECTIONS
TRENCH SAFETY
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENT8
SECTION 00900 - ADDENDA AND MODIFICATION8
PART I - GENERAL
PAGE
00900-1
1.1 GENERAL:
If required, the proposed Contract Documents for this
Work, including the drawings and specifications
prepared by Ginn, Inc. - Consulting Engineers, for the
construction of the Work as shown, shall be modified,
amended or changed; and specific information will be
provided in this section.
Addenda, if issued, will be either mailed, picked up by
bidders, or delivered to all bidders receiving a
complete set of Bidding Documents.
No Addenda will be issued later than four (4) days
prior to the date for receipt of bids, except an
Addendum, postponing the date, or withdrawing the
request for bids.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1
GENERAL REQUIREMENTS
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01010 - SUMMARY OF WORK
PAGE
01010-1
PART i - GENERAL
1.1 DESCRIPTION AND LOCATION OF WORK:
Work covered by the Contract Documents includes the
furnishing of all labor, materials, tools,
equipment, taxes, services, transportation and other
items necessary to perform and complete all of the
work for the construction as indicated on the drawings
and as herein written.
The work consists of furnishing all labor, materials,
equipment and tools related to construct the following:
(not limited to only this list)
All site clearing and grubbing, including waste
material disposal, as required.
Excavation, placement and compaction of select
fill materials, base materials and granular
materials.
Construct water mains including valves, vaults
bends, thrust blocking, tie-ins, and trench safety.
Furnish and install all piping, valves, and
fittings as indicated on the drawings.
1.2 WORK SPECIFIED ELSEWHERE:
General conditions of agreement, special conditions,
standard specifications and special provisions.
1.3 START OF WORK:
1.4
Work shall be started immediately upon issuance of a
notice to proceed order. Prior to this, all contracts
and beginning documents will have been executed and
insurance in force.
COMPLETENESS OF WORK:
The drawings and specifications describe the various
items of work, character of materials and quality of
workmanship and finish. Any appurtenances, parts,
finish of work essential to the entire completion of
the work, though not specifically shown or specified,
shall be provided by the Contractor and included in
the Contract Sum Amount.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENERAL REOUIREMENT8
SECTION 01010 - SUMMARY OF WORK
PAGE
01010-2
Time of Completion: The completion of this work is to
be on or before the time indicated in the Owner
and Contractor Agreement.
1.5 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
Prior to any excavation, it shall be the Contractor's
responsibility to determine the locations of all
existing water, gas, petroleum, sewer, electric,
telephone, telegraph, television and other underground
utilities and structures. Obtain location drawings
and other assistance from the various local Utility
Departments and other applicable agencies, and make
other investigations as required to accomplish this.
After commencing work, use every precaution to avoid
interference with existing underground and surface
utilities and structures, and protect them from damage.
Where the locations of existing underground and surface
utilities and structures are indicated on the drawings,
these locations are generally approximate, and all items
which may be encountered during the work are not
necessarily indicated. It shall be the Contractor's
responsibility to determine the exact locations of all
items indicated, and the existence and locations of all
items not indicated.
1.6 CONTRACTOR'S DUTIES:
A. Except as specifically noted, provide and pay for:
Labor, materials, equipment.
Tools, construction equipment, and machinery.
Water, heat, and utilities required for construction.
Other facilities and services necessary for proper
execution and completion of work.
Pay legally required sales, consumer, use, payroll,
privilege and other taxes.
Secure and pay for, as necessary for proper execution
and completion of work, and as applicable at time of
receipt of bids:
Fees
Licenses
Permits
D. Give required notices.
Comply with codes, ordinances, rules, regulations,
orders and other legal requirements of public
authorities which bear on performance of work.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS
SECTION 01010 - SUMMARY OF WORK
PAGE
01010-3
Promptly submit written notice to Engineer of observed
variance of contract documents from legal requirements.
It is not the contractor's responsibility to make
certain that drawings and specifications comply with
codes and regulations. Appropriate modifications to
contract documents will adjust necessary changes.
Assume responsibility for work known to be contrary to
such requirements without notice.
Enforce strict discipline and good order among
employees. Do not employ on work, unfit persons or
persons not skilled in assigned task.
1.7 COORDINATION:
The prime general contractor is responsible for the
coordination of the total project. All other
contractors and all sub-contractors will cooperate with
the prime general contractor so as to facilitate the
general progress of the work. Each trade shall afford
all other trades every reasonable opportunity for the
installation of their work.
1.8 CONTRACTS:
A. Construct work under a single prime general contract.
1.9 MATERIALS AND WORKMANSHIP:
All material under this contract shall be new and as
specified, suitable for the purpose and subject to
approval by the Engineer. The workmanship shall be
first-class and subject to the approval of the
Engineer as equal to best standard practice.
Contractor shall furnish labor which in no way will
conflict with other labor working on the site. The
Contractor shall at all times enforce strict discipline
and good order among his men and shall not employ any
unfit persons or anyone not skilled in the work
assigned to him. The work shall be protected from
action of the weather and damage from workmen. Surfaces
shall be clean and free from defects.
The Contractor shall remove at his own expense any work
or material condemned by the Engineer as defective and
not in accordance with the contract documents. Failure
to do so shall be deemed as violation of contract and
shall be subject to the procedure established for such
case. Any omission or failure on the part of the
Engineer to disapprove or reject any work or material
shall not be construed to be an acceptance of any such
defective work or material.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
-- PAGE
01010-4
DIVISION I - GENERAL REOUIREMENT8
SECTION 01010 - SUMMARY OF WORK
1.10 REVIEW AND OBSERVATION OF WORK:
All the work of the contract shall be subject to review
and observation by the Engineer and his authorized
representatives, and the Contractor shall afford every
facility for the review and observation of materials and
workmanship. Such access shall include such portions
of the place of manufacture or fabrication as may be
necessary to complete such review. The Contractor shall
notify the Engineer in writing, in ample time, to permit
review and observation at the place of manufacture
should the Engineer so desire. Materials shall be
delivered on the job properly marked for identification
and whether previously observed or not shall be subject
to re-observation and review and final acceptance or
rejection at the site of the work.
If the specifications, Engineer's instructions, laws,
ordinances, or any public authority require any work to
be specially tested or approved, the Contractor shall
give the Engineer timely notice of its readiness for
review and observation, and if review is by another
authority than the Engineer, of the date fixed for such
review and observation.
Re-examination of the questioned work may be ordered by
the Engineer and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to
be in accordance with the Contract Documents, the Owner
shall pay the cost of the re-examination and
replacement. If such work is found not in accordance
with the Contract Documents, the Contractor shall pay
such cost unless he shall show the defect in the work
was caused by another Contractor and, in that event,
the party responsible shall pay such costs.
1.11 SUSPENSION OF WORK - DELAY:
On order of the Engineer, the work may be suspended for
any substantial cause, such as, but not limited to,
unfavorable weather conditions, failure, refusal or
neglect on the part of the contractor and his employees
to comply with the terms and conditions of the Contract
documents. The use of, or attempted use of materials or
methods not in accordance therewith, interference of the
work with other work of a public or private nature
necessary to be done prior to the work herein
contemplated or for any cause of like nature, and the
work so suspended shall not be resumed except with the
consent of the Engineer.
During the time of such suspension of the work, if it
is to be a considerable time, the Contractor shall
have all material neatly piled or removed from the
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 0 10 10 - SUMMARY OF WORK
PAGE
01010-5
line of work, and all equipment shall be located so
as to least interfere with public convenience and
traffic. Should the Contractor refuse or neglect to
take proper care of such materials and equipment, the
Engineer shall cause the same to be properly cared for
and an amount equal to the cost of so doing shall be
deducted from any monies which may be or may become due
to the Contractor.
The Contractor may file proper claims for loss or damage
on account of delays incurred by the Owner. If any
delay is caused by any act of the Owner, or results
from causes hereinbefore mentioned, the Contractor will
be granted an extension of time for the completion of
the work, sufficient to offset such delay if a claim is
made by the Contractor in writing to the Engineer within
seven days from the date upon which such delay is
started. No extension of time shall be granted for time
lost during suspension of the work due to the
Contractor's failure to comply with the conditions or
terms of the contract.
1.12 CHANGES IN THE WORK:
No extra work or change shall be made without a
written order from the Owner, in which event the
Contractor shall proceed with such extra work or
change, and no claim for an addition to the Contract Sum
shall be valid unless so ordered.
However, the Engineer shall have the authority, by
instructions, to make minor changes in the work, not
involving extra cost and not inconsistent with the
purposes of the project. If the Contractor claims that
any such instructions to make minor change do involve
extra cost under the contract, he shall notify the
Engineer in writing, within a reasonable time after
receiving the said instruction and, in any event,
before proceeding with the work as changed thereby or be
barred from making any claim against the Owner for such
extra costs.
Compensation for the work covered by an approved change
order shall be determined according to the General
Conditions of Agreement, Section 6.03, Extra Work, page
G-11.
1.13 LATENT CONDITIONS:
If, in the performance of the Contract, latent
conditions at the site are found to be materially
different from those indicated by the specifications
or unknown conditions not usually inherent in work
of the character specified, the attention of the
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REQUIREMENTS
SECTION 01010 - SUMMARY OF WORK
PAGE
01010-6
Owner and Engineer shall be called immediately to such
conditions before they are disturbed. Upon such
notice, or upon his own observations of such
conditions, the Engineer and Owner shall promptly
make such changes in the specifications as he finds
necessary to conform to the different conditions,
and any increase or decrease in the cost of the work
resulting from such changes shall be adjusted as
provided under Article 6, General Conditions, EXTRA
WORK AND CLAIMS, as amended in the Special Conditions.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS
SECTION 01014 - WORK SEOUENCE
PAGE
01014-1
PART i - GENERAL
1.1 GENERAL:
Construct work so as to provide the least interruption
of use of the existing operations.
At all times throughout construction, existing water,
sewer and electric facilities shall remain in use. No
discontinuation of service for any extended period of
time will be allowed.
Contractor shall submit a written construction schedule
stating how construction will be phased. This schedule
must be submitted and reviewed by the engineer prior to
beginning construction.
D. See Section 01310 - Construction Schedule.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01015 - CONTRACTOR USE OF PREMISES
PAGE
01015-1
PART i - GENERAL
1.1 CONTRACTOR'S USE OF PREMISES:
Ae
Contractor shall limit his use of the premises for work
and for storage to the limits of areas allowed by
owner.
B. Confine operations at site to areas permitted by:
1. Law
2. Ordinances
3. Permit
4. Contract Documents
5. Owner
Do not unreasonably encumber site with materials or
equipment. Coordinate use of premises with Owner/
Engineer and property owners.
Assume full responsibility for protection
safekeeping of products stored on premises.
and
Move any stored products which interfere
operations of Owner or other contractors.
with
Obtain and pay for, use of additional storage of work
areas needed for operations.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01041 - PROJECT COORDINATION
PART I - GENERAL
PAGE
01041-1
1.1 DESCRIPTION:
Scope: To set forth procedures, conditions and
responsibility for coordination of the total project.
Project Coordinator: The Contractor shall keep on his
work during its progress a competent superintendent and
any necessary assistants all satisfactory to the
Engineer. The superintendent shall not be changed,
except with the consent of the Engineer, unless the
superintendent proves to be unsatisfactory to the
Contractor and ceases to be in his employ. The
superintendent shall represent the Contractor in his
absence, and all direction given to him shall be
binding as if given to the Contractor. Important
directions shall be confirmed in writing to the
Contractor. Other directions shall be so confirmed on
written request in each case.
1.2 DUTIES OF PROJECT COORDINATOR:
A. General:
1. Coordination: Coordinate the work of all
subcontractors and material suppliers.
Supervision: Supervise the activities of every
phase of work taking place on the project.
Mechanical/Electrical: Take special care to
coordinate and supervise the work of the plumbing,
heating and cooling and electrical subcontractors.
Communication: Establish lines of authority and
communication at the job site·
Location: The project coordinator must be present
on the job most of the time.
Permits: Assist in obtaining building and special
permits required for construction.
B. Interpretation of Contract Documents:
Consultation: Consult with Engineer to obtain
interpretations.
2. Assistance: Assist in resolution of any question.
Transmission: Transmit written interpretations to
concerned parties.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS PAGE
SECTION 01041 - PROJECT COORDINATION 01041-2
C. Cessation of Work: Stop all work not in accordance
with the requirements of the contract documents.
Division One: Coordinate and assist in the preparation
of all requirements of Division One and specifically as
follows:
Cutting and Patching: Supervise and control all
cutting and patching of other trades' work.
2. Project Meetings: Schedule and preside at all
project meetings.
Construction Schedules: Prepare and submit all
construction schedules. Supervise work to monitor
compliance with schedules.
Shop Drawings Product Data and
Administer the processing of all
required by the Project Manual.
Samples:
submittals
Schedule of Values: Assist in preparation and be
knowledgeable of each entry in the Schedule of
Values.
6. Testing: Coordinate all required testing.
Temporary Facilities and Controls: Allocate,
maintain and monitor all temporary facilities.
Substitutions and Product Options:
processing of all substitutions.
Administer the
Project Closeout: Conduct final inspections and
assist in collection and preparation of closeout
documents.
10.
Cleaning: Direct and execute a continuing
cleaning program throughout construction,
requiring each trade to dispose their debris.
11.
Project Record Documents:
project record documents.
Maintain up-to-date
12. Enforce all safety requirements.
Changes: Recommend and assist in the preparation of
requests to the Engineer for any changes in the
contract.
Application for Payment: Assist in the preparation and
be knowledgeable of each entry in the Application and
Certificate for Payment.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8
SECTION 01041 - PROJECT COORDINATION
PAGE
01041-3
1.3 SUBCONTRACTOR'S DUTIES:
The subcontractor is responsible to coordinate and
supervise his employees in the work accomplished under
his part of the contract.
Schedules: Conduct work to assure compliance with
construction schedules.
Suppliers:
suppliers.
Transmit all instructions to his material
Cooperation: Cooperate with the project coordinator
and other subcontractors.
All prime contractors and all subcontractors shall
coordinate all work, one with the other, so as to
facilitate the general progress of the work. Each
trade shall afford all other trades every reasonable
opportunity for the installation of their work.
If any part of the Contractor's work depends on proper
execution, or results upon the work of any other
contractor, the Contractor shall inspect and promptly
report to the Engineer any defects in such work, that
renders it unsuitable for such proper execution. And,
the result of his failure to inspect and report shall
constitute an acceptance of his work, except as to the
defects which may develop in the other contractor's
work after the execution of his work.
To insure the proper execution of his subsequent work,
the Contractor shall measure work already in place and
shall at once report to the Engineer any discrepancy
between executed work and the drawings.
Justifiable delays, such as strikes, acts of God, etc.,
caused by conditions beyond the control of any Prime
Contractor, which in turn delays other prime
contractors, shall not be considered as constituting a
cause for claiming damages therefore from either the
Prime Contractor or the Owner.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01045 - CUTTING AND PATCHING
PART I - GENERAL
1.1 RELATED REQUIREMENTS SPECIFIED ELSEWHERE:
A. General Conditions
B. Mechanical - Division 15
PAGE
01045-1
1.2 DESCRIPTION:
1.3
Execute cutting including excavating, fitting and
patching required to complete Work or to:
1. Make several parts fit properly.
2. Uncover portions of Work to provide for
installation of ill-timed Work.
3. Remove and replace defective work.
4. Remove and replace work not conforming to
requirements of Contract Documents·
Remove samples of installed work as specified for
testing.
Provide penetrations of non-structural surfaces
for installation of piping and conduit.
In addition to contract requirements, upon written
instructions of Engineer:
Uncover work to provide for Engineer observation
of covered work.
2. Remove samples of installed materials for testing.
Remove work to provide for alteration of completed
work.
SUBMITTALS:
Submit written notice to Engineer in advance of
executing cutting which affects:
1. Work of Owner or any separate contractor.
2. Structural integrity of Work.
Integrity of weather-exposed or moisture-resistant
elements.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENEI~L REOUIREHENTS
SECTION 01045 - CUTTING ~ PATCHING
PAGE
01045-2
4. Efficiency, operation or
operational equipment.
maintenance of
5. Visual qualities of sight-exposed elements.
B. Request shall include:
Identification of Project, description of affected
work, necessity for cutting, effect on other Work,
effect on structural integrity of Project,
description of proposed work. Designate:
a. Scope of cutting and patching.
b. Trades to execute work.
c. Products proposed to be used.
d. Extent of refinishing.
2. Alternatives to cutting and patching.
Written permission of separate contractor whose
work will be affected.
Should conditions of Work, or schedule, necessitate
change of materials or methods, submit written
recommendation to Engineer, including:
1. Conditions indicating change.
Recommendations for alternative materials or
methods.
Submittals as required for substitutions as
specified in Section 01630, if provided.
Submit written notice to Engineer designating time work
will be uncovered to provide for observation.
PART 2 - PRODUCTS
2.1 MATERIALS:
A. For replacement of work removed, comply
Specifications for each specific product involved.
with
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8 PAGE
SECTION 01045 - CUTTING AND PATCHING 01045-3
PART 3 - EXECUTION
3.1 INSPECTION:
A. Inspect existing conditions of Work, including
elements subject to movement or damage during cutting
and patching and during excavation and backfilling.
After uncovering work, inspect conditions affecting
installation of new products, or performance of work.
Do not proceed until unsatisfactory conditions have
been corrected.
3.2 PREPARATION:
Provide temporary shoring, bracing and support to
maintain structural integrity of affected portion of
Work.
B. Provide protection for other portions of Work.
Provide protection from elements for portion of Work
which may be exposed by cutting and patching, and
maintain excavations free of water.
3.3 PERFORMANCE:
Execute fitting and adjustment of products to provide
finished installation to comply with specified
products, functions, tolerances and finishes.
Execute cutting and demolition by methods which will
prevent damage to other work and will provide proper
surfaces to receive installation of repairs and new
work.
Execute excavating and backfilling by methods which
will prevent damage to other work and will prevent
settlement.
Restore work which has been cut or removed; install new
products to provide completed Work in accord with
requirements of Contract Documents.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01050 - FIELD ENGINEERING
PART i - GENERAL
PAGE
01050-1
1.1 GENERAL:
Contractor shall provide and pay for field engineering
services required for the project and include in his
bid the necessary allowance to cover same, including:
1. Survey work required in execution of the project·
Civil, structural, or other professional
engineering services specified, or required to
execute Contractor's construction methods.
The Engineer will identify existing control points
indicated on the drawings, as required.
1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER:
Ae
Qualified engineer or registered land surveyor,
registered in State of Texas, acceptable to Contractor
and Engineer.
1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS:
The Contractor will carefully maintain all bench marks,
monuments, and other reference points. If destroyed or
disturbed, the reference points will be replaced, by the
Contractor, to their original positions. In any case in
which a reference point is disturbed, the Contractor
shall notify the Engineer.
1.4 PROJECT SURVEY REQUIREMENTS:
The Contractor shall accurately stake out all components
of the project and will be held entirely responsible for
any errors in these lines and levels.
The Contractor shall verify all grades, lines and
levels and shall report any inconsistencies to
the Engineer before commencing work.
Establish line and levels,
instrumentation:
locate and layout by
Water line improvements:
a. Stakes for grading,
water llne placement.
excavation, fill and
b. Utility slopes and invert elevations.
2. All appurtenances required by this contract.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIRENENTS
SECTION 01050 - FIELD ENGINEERING
PAGE
01050-2
1.5 RECORDS:
1.6
Contractor shall maintain a complete accurate log
of all control and survey work as it progresses, copies
of which shall be available to the Engineer if requested.
SUBMITTALS:
A. If requested by Engineer, Contractor shall submit:
1. Name and address of surveyor and/or professional
engineer.
2. Documentation to verify accuracy of field
engineering work.
Certificate signed by registered engineer or
surveyor certifying that elevations and locations of
improvement are in conformance, or non-conformance
with Contract Documents.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
PAGE
01070-1
DIVISION I - GENERAL REOUIREMENT8
SECTION 01070 - ABBREVIATION8 AND REFERENCE STANDARD8
PART I - GENERAL
1.1 ORGANIZATION AND SOCIETY ABBREVIATIONS:
Ae
Publications of organizations and societies are
referred in Contract Documents by following abbreviated
designations:
American Concrete Institute
American Institute of Steel Construction
American Iron and Steel Institute
American National Standards Institute
American Society for Testing and Materials
American Society of Civil Engineers
American Welding Society
Concrete Reinforcing Steel Institute
Factory Mutual
Federal Specifications
Portland Cement Association
Precast Concrete Association
Steel Deck Institute
Steel Joist Institute
Steel Structures Painting Council
Underwriters Laboratories
Uniform Building Code
ACI
AISC
AISI
ANSI
ASTM
ASCE
AWS
CRSI
FM
FS
PCA
PCI
SDI
SJI
SSPC
UL
UBC
1.2 REFERENCE STANDARDS - GENERAL:
Publications of organizations and societies listed in
individual Specification Sections shall be considered
integral part of Contract Documents to extent
referenced.
Publications are referred to in text by basic
designation only with organizations and societies
referenced by abbreviations.
When standard is referred to in individual
Specification Section but is not listed in this Section
by title and date, it shall be considered to be latest
revision at date of Project Manual issuance.
D. Following listings include full title and applicable
revision date.
1.3 REFERENCE STANDARDS:
A. American Concrete Institute (ACI):
211.1-81 (R 1985), Standard Practice for Selecting
Proportions for Normal and Heavyweight Concrete.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01070 - ABBREVIATIONS AND REFERENCE STANDARD8
PAGE
01070-2
211.3-75 (R 1980), Recommended Practice for Selecting
Proportions for No-Slump Concrete.
301-84 (R 1985), Specification for Structural Concrete
for Buildings.
304R-85, Guide for Measuring, Mixing, Transporting, and
Placing Concrete.
305R-77, Hot Weather Concreting.
306R-78, Cold Weather Concreting.
308-81 (R 1986), Standard Practice for Curing Concrete.
309-72 (R 1978), Standard Practice for Consolidation of
Concrete.
315-80, Details and Detailing of Reinforced Concrete.
315R-80, Manual of Engineering and Placing Drawings for
Concrete Reinforcement (Synopsis Only).
318-83, Building Code Requirements for Reinforced
Concrete.
347-78, Recommended Practice for Concrete Formwork.
American Institute of Steel Construction (AISC):
Code of Standard Practice for Steel Buildings and
Bridges (with Commentary), September 1, 1976.
Manual of Steel Construction, Eighth Edition.
Specification for Structural Joints Using ASTM A325 or
A490 Bolts, April 26, 1978.
American Society for Testing of Materials (ASTM):
A 36-77a, Specification for Structural Steel.
A 47-77, Specification for Malleable Iron Castings.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01100 - ALTERNATES AND ALTERNATIVES
PAGE
01100-1
PART i - GENERAL
1.1 GENERAL:
This Section identifies each Alternate by number, and
describes the basic changes to be incorporated into the
Work, only when that Alternate is made a part of the
Work by specific provisions in the Owner-Contractor
Agreement.
Related requirements in Other Parts of the Project
Manual:
Method of quotation of the cost of each Alternate,
and the basis of the owner's acceptance of
Alternates: Bidding Documents.
2. Incorporation of Alternates into the Work: Owner-
Contractor Agreement.
Referenced sections of specifications stipulate
pertinent requirements for products and methods to
achieve the work stipulated under each Alternate.
Coordinate pertinent related work and modify
surrounding work as required to properly integrate the
work under each Alternate, and to provide the complete
construction required by Contract Documents.
1.2 DESCRIPTION OF ALTERNATES:
Ductile Iron Pipe - Reference Division 2, Section 02615
for applicable specifications. This item would replace
the Prestressed Concrete Cylinder Pipe (PCCP) line item
found in the Bidding Documents, Division O, Section
00300, under both "Line A" and "Line B". Consideration
of this Alternate shall be given at the time of
Contract Award.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01152 - APPLICATIONS FOR PAYMENT
PART I - GENERAL
PAGE
01152-1
1.1 GENERAL:
Contractor to submit Applications for Payment to
Engineer in accordance with the schedule established by
Modifications to General Conditions, Section 00810,
paragraph 1.1, F, Partial Payments.
1.2 FORMAT AND DATA REQUIRED:
Submit six itemized applications typed on Application
and Certificate for Payment, as approved by Engineer.
1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT:
A. Application Form:
Engineer shall supply the initial application form
to the Contractor.
Fill in required information, including that for
Change Orders executed prior to the date of
submittal of applications.
Fill in summary of dollar values to agree with the
respective totals indicated on the continuation
sheets.
Execute certification on each copy with the
signature of a responsible officer of the Contract
firm. Each copy shall bear an original signature.
B. Continuation Sheets:
Fill in total list of all scheduled component
items of work, with item number and the scheduled
dollar value for each item.
Fill in the dollar value in each column for each
scheduled line item when work has been performed
or products stored.
List each Change Order Number, and description, as
for an original component item of work.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01152 - APPLICATIONS FOR PAYMENT
PAGE
01152-2
1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS:
When the Owner or the Engineer requires substantiating
data, Contractor shall submit suitable information,
with a cover letter identifying:
1. Project
2. Application number and date
3. Detailed list of enclosures
4. For stored products:
Item number and identification as shown on
application·
b. Description of specific material.
Provide photocopy of Purchase Order Request
and/or material supplier's invoice indicating
date PAID.
Submit one copy of data cover letter for each copy of
application.
1.5 SUBMITTAL PROCEDURE:
Submit Applications for Payment to Engineer at times
stated in Section 00810.
B. Number: Six (6) copies of each Application·
C. Sign each copy and have each copy properly notarized.
When Engineer finds the Application properly completed
and correct, he will transmit three (3) copies of the
certificate for payment to the Owner and one (1) copy
to the Contractor.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01202 - PROGRE88 MEETING8
PART I - GENERAL
1.1 DESCRIPTION:
PAGE
01202-1
Contractor shall schedule and administer periodic
progress meetings, and specially called meetings
throughout the progress of the work.
1. Prepare agenda for meetings.
2. Distribute written notice of each meeting four
days in advance of meeting date.
3. Make physical arrangements for meetings.
4. Preside at meetings.
5. Record the minutes; include all significant
proceedings and decisions.
6. Reproduce and distribute copies of minutes within
four (4) days after each meeting.
a. To all participants in the meeting.
b. To all parties affected by decisions made at
the meeting.
c. Furnish three copies of minutes to Engineer.
Representatives of contractors, subcontractors and
suppliers attending the meetings shall be qualified and
authorized to act on behalf of the entity each
represents.
Engineer may attend meetings to ascertain that work is
expedited consistent with Contract documents and the
construction schedules.
Related requirements specified in other sections:
1. Summary of Work: Section 01010
2. Construction Schedules: Section 01310
3. Shop Drawings, Product Data and Samples: Section
01340
4. Project Record Documents: Section 01720.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01202 - PROGRESS MEETING8
1.2 PROGRESS MEETINGS:
PAGE
01202-2
Hold called meetings as required by progress of the
work.
Location of the meetings: The project field office of
the Contractor, or some place designated acceptable to
all concerned.
Attendance:
1.
Engineer, and his professional consultants
needed.
2. Subcontractors as pertinent to the agenda.
3. General Contractor
4. Owner
Minimum Agenda:
2.
3.
4.
5.
6.
7.
8.
9.
Review approved minutes of the previous meeting.
Review work progress since last meeting.
Note field observations, problems and decisions.
Identify problems which impede planned progress.
Review off-site fabrication problems.
Revise construction schedule as indicated.
Plan progress during the next work period.
Review proposed changes.
Complete other current business.
as
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8 PAGE
8ECTION 01300 - SUBMITTAL8 01300-1
PART I - GENERAL
1.1 PRIOR TO BEGINNING WORK:
Submit the following items with the signed agreement form as
a prerequisite to starting the work. The number-of copies
required of each submittal is six (6). The location of
information concerning each submittal is referenced.
Performance Bond· Bidding Documents, Contract Forms,
General and Supplementary Conditions.
Payment Bond. Bidding Documents, Contract Forms,
General and Supplementary Conditions.
Certificate of Insurance.
Conditions.
General and Supplementary
List of Subcontractors. General and Supplementary
Conditions, Bidding Documents.
Schedule of Values. General Conditions and as
specified in the section on Schedule of Values, Section
01370.
Construction Schedule. General Conditions and as
specified in the section on Construction Schedule,
Section 01310.
1.2 DURING CONSTRUCTION:
During the progress of the work, make the following
submittals in a timely manner to prevent any delay in the
work.
Work Schedules. Submit progress schedules monthly as
an evidence that the project will be completed by the
date of contract completion.
Two copies are required.
application.
Submit with monthly pay
Shop Drawings, Product Data and Samples. Submit in
accordance with the section on Shop Drawings, Product
Data and Samples included in Division 1 - General
Requirements, Section 01340.
Mill Certificates. Submit mill certificates on the
following items as required by the specifications
sections.
Reinforcing Steel: Division 3 - Concrete.
Bulk Cement: Division 3 - Concrete.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REQUIREMENTS
SECTION 01300 - SUBMITTAL8
PAGE
01300-2
De
Application for Payment. Submit applications for
partial payment as specified in the General and
Supplementary Conditions and within the time specified
in the agreement.
Change Order Proposal. A proposal for change order may
be submitted to the Engineer whenever a need arises.
The request must be in writing and must include
sufficient information to assess the need for a change
in the work, the contract time, or the contract sum.
1.3 PROJECT CLOSE-OUT:
With a written notice of completion, submit the following
items in the proper form as a condition of final acceptance
of the work.
Project Record Documents. Submit in accordance with
the section on Project Record Documents included in
Division 1 - General Requirements, Section 01720.
Operation and Maintenance Data. As specified in
various sections of the specifications.
Spare Parts and Maintenance Materials.
the various specification sections.
As specified in
Other items as required by other sections of
these documents.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01310 - CONSTRUCTION SCHEDULES
PAGE
01310-1
P~T 1-GENERAL
1.1 GENERAL:
Within 15 days after award of the Contract, the
Contractor shall prepare and submit to the Engineer an
estimated construction progress schedule for the Work,
with dates on which he will start the salient features
of the work and the contemplated dates for completing
the same.
Submit revised progress schedules with each application
for payment. Submit two (2) copies. Failure to submit
these will be cause for payment to be delayed.
1.2 RELATED REQUIREMENTS SPECIFIED IN OTHER SECTIONS:
A. Summary of the Work: Section 01010.
Shop Drawings, Product Data and Samples:
01340.
Section
1.3 FORM OF SCHEDULES:
Prepare schedules in the form of a horizontal bar
chart.
Provide separate horizontal bar for each separate
item or operation.
Horizontal time scale:
year, etc.
Identify by week, month,
3. Minimum sheet size: 8 1/2" x 11".
Format of listings: The chronological order of the
start of each item of work.
Identification of Listings:
section numbers.
By major specification
1.4 CONTENTS OF SCHEDULE:
A. Construction Progress Schedule:
Show the complete sequence of construction by
activity.
Show the dates for the beginning, and completion
of, each major element of construction.
Show projected percentage of completion for each
item, as of the first day of each month.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS
SECTION 01310 - CONSTRUCTION SCHEDULES
PAGE
01310-2
Submittals Schedule for Shop Drawings, Product Data and
Samples. Show:
1. The dates for Contractor's submittals.
2. The dates approved submittals will be required
from the Engineer.
Prepare and submit subschedules for each separate stage
or work specified in Section 01010.
Provide subschedules to define critical portions of
prime schedules.
Indicate progress of each activity to date of
submiss ion.
B. Show changes occurring since previous submission of
schedule.
1. Major changes in scope.
2. Activities modified since previous submission.
3. Revised projections in progress and completion.
4. Other identifiable changes.
C. Provide a narrative report as needed to define:
1. Problem areas, anticipated delays and the impact
on schedule.
2. Corrective action recommended and its effect.
3. The effect of changes on schedules or other prime
contractors.
1.6 SUBMISSIONS:
A. Submit initial schedules within 15 days after award of
contract.
1. Engineer will review schedules and return review
copy within 10 days after receipt.
2. If required, resubmit within 7 days after return
of review copy.
1.5 PROGRESS REVISIONS:
A.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8
SECTION 01310 - CONSTRUCTION SCHEDULE8
PAGE
01310-3
Submit revised progress schedules with each application
for payment.
Submit two copies which will be retained by the
Engineer.
1.7
DISTRIBUTION:
A. Distribute copies of reviewed documents to:
1. Job site file.
2. Subcontractors.
3. Other concerned parties.
B. Instruct recipients to report promptly to Contractor,
in writing, any problems anticipated by the projections
shown in the schedules.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL PROGRE88
SECTION 01320 - PROGRE88 REPORT8
PART I - GENERAL
1.1 GENERAL:
A.
PAGE
01320-1
Contractor to submit weekly progress reports to
Engineer for the duration of the project.
Reports shall be submitted in a form acceptable to the
Engineer and shall include:
1. Date of report (for week beginning to ending)·
2. Project name and location.
3. Contract time remaining.
4. Approximate percent complete.
5. Work completed this period.
6. Work in progress this period.
7. Weather conditions throughout week.
8. Additional comments.
Submit original and one (1) copy to Engineer.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01340 - 8HOP DRAWINGS, PRODUCT DATA AND SAMPLE8
PAGE
01340-1
PART i - GENERAL
1.1 GENERAL:
Contractor to submit Shop Drawings, Product Data and
Samples as required by the Contract Documents and as
specified in other sections of the specifications.
B. Related requirements specified in other sections·
1. Construction Schedules: Section 01310.
2. Record Documents: Section 01720.
3. Sections requiring submittals.
Designate in the construction, or in a separate
coordinated schedule, the dates for submission and the
dates that reviewed shop drawings, product data and
samples will be needed.
Shop drawings, product data and samples are not
considered a part of contract documents.
1.2 SHOP DRAWINGS:
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.
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 Engineer's review and
comment regarding the items involved.
No work requiring shop drawings will be executed until
review and appropriate comment(s) regarding such
drawings has been obtained.
D. Preparation by a qualified detailer is required.
Where necessary for clarity, identify details by
reference to sheet and detail numbers, schedule or room
numbers as shown on the contract drawings.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01340 - 8HOP DRAWINGS° PRODUCT DATA AND SAMPLES
1.3
1.4
1.5
PRODUCT DATA:
A.
PAGE
01340-2
Preparation:
1. Clearly mark each copy to identify pertinent
products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
4. Show wiring diagrams and controls.
Manufacturer's standard schematic drawings and diagrams:
1. Modify drawings and diagrams to delete information
which is not applicable to the work.
2. Supplement standard information to provide
information specifically applicable to the work.
SAMPLES:
A.
Provide samples as
these specifications.
indicated in other parts of
Submit office samples of sufficient size and quantity to
clearly illustrate:
Functional characteristics of product or materials
with integrally related parts and attachment
devices.
2. Full range of color samples.
Erect field samples and mock-ups at the project site in
an acceptable location. Construct each sample complete,
including work of all trades required in finished work.
Include in transmittal letter all information required
for submission.
Ee
CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings
submission·
B. Determine and Verify:
1. Field measurements
2. Field construction criteria
Prepare the number of samples specified.
and Product Data prior to
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8
SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.6
3. Catalog numbers and similar data
4. Conformance with specifications.
PAGE
01340-3
C. Coordinate each submittal with requirements of the work
and of the Contract Documents.
D. Begin no work which 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.
SUBMISSION REQUIREMENTS:
A.
Make submittals promptly and in such sequence as
cause no delay in the work or in the work.
B. Number of submittals required:
to
For shop drawings and product data: Submit the
number of copies which the contractor requires, plus
four which will be retained by the Engineer.
Submittals shall contain:
1.
The date of submission and the dates
previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
d. Subcontractor
e. Engineer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent structure or
features of the work or materials.
7. Applicable standards, such as ASTM
Specification numbers.
of any
critical
or Federal
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01340 - 8HOP DRAWINGS, PRODUCT DATA AND SAMPLES
8. Identification of deviations from
Documents.
PAGE
01340-4
Contract
9. Identification of revisions on resubmittals.
10.
Contractor's stamp, initialed or signed, certifying
to review of submittal, verification of products,
field measurements and field construction criteria,
and 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 registered engineer on all
structural submittals.
14.
A blank space on each shop drawing, approximately 4"
x 4", for the Engineer's Stamp.
D. REVIEW:
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.
Reviewed 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.
Rejected shop drawings will be corrected and
resubmitted to the Engineer for acceptance.
1.7 RESUBMISSION REQUIREMENTS:
Make any corrections or changes in the submittals
required by the Engineer and resubmit until no further
corrections or changes are noted per the Engineer's
review.
B. Shop Drawings and Product Data:
Revise initial drawings or data, and resubmit as
specified for the initial submittal.
2. Indicate any changes which have been made other
than those requested by the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
PAGE
01340-5
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
Affix stamp and initials or signature, and
indicate requirements for resubmittal; or indicate
reviewed with no other comments indicated on submittal.
C. Return submittals to Contractor for
or for resubmission.
distribution,
1.9 ITEMS REQUIRING SHOP DRAWING SUBMITTALS:
The items listed below are items which require shop
drawings submitted as outlined above. Items not listed
shall not be submitted unless specifically required in
writing by the Engineer. In the event additional items
are required for submission, no additional compensation
for this task will be allowed and the below list shall
be considered ammended to include the additional item
and all submittal requirements shall be in full effect
for the item as if it originally appeared on the list.
Manholes
Mechanical Equipment
Pipe Culverts
Headwalls, Wingwalls
Misc. Steel
Steel Piping
Frames, Grates & Covers
Vaults
PVC Piping
All Valves; Gate, Butterfly, etc.
Pipe Couplings
PCCP Piping
Other Items As Specified Ductile Iron Piping
1.10 DISTRIBUTION AFTER REVIEW:
Distribute copies of shop drawings and product data
which carry the Engineer's stamp to, as applicable:
1. Contractor's file.
2. Job site file.
3. Record document file.
4. Subcontractors.
5. Supplier.
6. Fabricator.
Distribute samples as directed.
may be used in construction.
After review, samples
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01370 - SCHEDULE OF VALUES
PAGE
01370-1
PART I - GENERAL
1.1 GENERAL:
Submit a schedule of values at least 15 days prior to
submitting the first application for payment. Upon
request, support values given with data that will
substantiate the amounts. Use schedule of values only
as basis for application for payment.
Submit quantities of designated materials.
quantities of materials specified in unit prices·
List
Payment for materials stored on-site will be limited to
those materials listed in a schedule of unit material
values.
PART 2 - PRODUCTS
2.1 FORM OF SUBMITTAL:
A. Submit typewritten schedule of values on 8-1/2" x 11",
plain bond, white paper. Use the proposal form of
this project manual as a format for listing costs of
work by units.
PART 3 - EXECUTION
3.1 PREPARING SCHEDULE OF VALUES:
A. Itemize separate line item cost for each item of work
as outlined in the Bid Form.
B. Break down installed costs into:
1. Delivered cost of product, with taxes paid.
2. Total installed cost, with overhead and profit.
C. Make sum of total costs for all items listed in the
schedule equal to the total contract sum.
3.2 PREPARING SCHEDULE OF UNIT MATERIAL VALUES:
A. Submit separate schedule of unit prices for materials
to be stored on which partial payments will be made.
B. Make a submittal form parallel to the schedule of
values, with line items identified the same as line
items in the schedule of values.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8
SECTION 01370 - SCHEDULE OF VALUE8
PAGE
01370-2
C. Include in unit prices only:
Cost of material.
Delivery and unloading at site.
Sales taxes.
Make sure that the unit price multiplied by the
quantity given equals the material cost of that item in
the schedule of values.
3.3 REVIEW AND RESUBMITTAL:
After review by the Engineer, revise and resubmit the
schedule of values or material values, if required.
Resubmit revised schedules in the same manner as the
original schedules.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENERAL REOUIRENENTS
SECTION 01410 - TESTING LABORATORY SERVICES
PAGE
01410-1
PART I - GENERAL
1.1 PAYMENT:
The Engineer will employ and pay for services of an
independent testing laboratory to perform specified
testing except for testing required for equipment.
When initial tests requested by the Engineer indicate
non-compliance with the Contract Documents, all
subsequent retesting occasioned by the non-compliance
shall be scheduled by the Contractor and performed by
the same testing laboratory at the sole expense of the
Contractor. The cost of the initial test indicating
non-compliance will also be at the sole expense of the
Contractor under these circumstances.
Inspection or testing performed exclusively for the
Contractor's convenience shall be borne by the
Contractor.
The Contractor shall furnish concrete batch designs,
properties of materials and conformation cylinders made
from batch design at his expense.
Employment of a testing laboratory by the Engineer in
no way relieves the Contractor of his obligation to
perform the work according to the Contract Documents.
1.2 RELATED WORK:
General Conditions of the Contract for Construction.
Inspections and testing required by laws, ordinances,
rules and regulations or orders of public authorities
are the responsibility of the Contractor.
Specification Sections. Contained in the various
specification sections are requirements for
certification of products, testing, adjusting and
balancing of equipment, and other tests and standards.
1.3 WORK INCLUDED:
A. Testing is required for the following item(s) of work:
1. Soils compaction control.
2. Concrete.
B. See paragraph 3.5 this Section for additional
requirements.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICES
PART 2 - PRODUCTS
Not Used
PAGE
01410-2
PART 3 - EXECUTION
3.1 QUALIFICATIONS:
A. Standards.
Meet "Recommended Requirements for Independent
Laboratory Qualification," latest edition,
published by American Council of Independent
Laboratories.
Meet basic requirements of ASTM E329, "Standards
of Recommended Practice for Inspection and Testing
Agencies for Concrete and Steel as Used in
Construction."
Submit copy of report of inspection of facilities
made by Materials Reference Laboratory of National
Bureau of Standards during most recent tour of
inspection; with memorandum of remedies of any
deficiencies reported by inspection.
B. Testing Equipment.
Calibrated at maximum 12-month intervals by
devices of accuracy traceable to either the
National Bureau of Standards or accepted values of
natural physical constants.
Submit copy of certificate of calibration, made by
accredited calibration agency.
3.2 DUTIES:
Cooperate with the Engineer and Contractor; provide
qualified personnel promptly on notice.
Perform specified inspections, sampling and testing of
materials and methods of construction:
Comply with specified standards; ASTM, other
recognized authorities, and as specified.
Ascertain compliance with requirements of the
contract documents.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICE8
PAGE
01410-3
Promptly notify the Engineer and Contractor of
irregularities or deficiencies of work which are
observed during performance of services.
Prepare and distribute reports of inspections and tests
within 3 days of test completion or weekly on
continuous work as follows:
1. Engineer: three copies.
2. Contractor: two copies.
3. Owner: one copy.
Include the following information for each test as well
as additional data specified in the applicable section.
1. Date of test.
2. Location of test.
3. Specified standards.
4. Test results.
5. Remarks.
3.3
3.4
LIMITS OF AUTHORITY:
The laboratory is not authorized to:
A. Release, revoke, alter, or enlarge on requirement of
the contract documents.
B. Approve or accept any portion of the work.
C. Perform any duties of the Contractor.
CONTRACTOR'S RESPONSIBILITIES:
A. Cooperate with laboratory personnel; provide access to
the work or to manufacturer's operations.
B. Provide to laboratory, preliminary representative
samples of materials to be tested, in required
quantities.
C. Furnish copies of mill test reports.
D. Furnish labor and equipment:
1.
To provide access to the work to be tested.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICES
PAGE
01410-4
2. To obtain and handle samples at the site.
3. To facilitate inspections and tests·
For laboratory's exclusive use for storage and
curing of test samples.
Notify the laboratory at least 48 hours in advance of
operations to allow for his assignment of personnel and
scheduling of tests.
Arrange with the laboratory and pay for additional
samples and tests required for the Contractor's
convenience.
In the event of a test failure, the Engineer shall
notify the Contractor in writing of the "failed test"
and identify the area which is not acceptable. It is
the responsibility of the Contractor to order and pay
for fetesting. All retest reports and invoices should
be sent directly to the Contractor with copies to
Engineer/Owner.
3.5
SPECIFIC TESTS, INSPECTIONS AND METHODS REQUIRED PERFORMED
BY TESTING LAB: (AS APPLICABLE THIS PROJECT)
Select Fill: Perform plasticity index tests on
proposed select fill material prior to use to determine
compliance with specified requirements.
1. Atterberg Limit Series: Per job requirements.
2. Standard Procter Density: Per job requirements.
B. Sub-grade Density Testing:
Establish moisture density relationship, ASTM
D698, for each soil type.
Perform field in-place density tests, ASTM D2922,
as follows;
Paving subgrade: One test for each 5000
square feet or fraction thereof, per lift.
3. Trench Backfill:
Make random tests of subsequent lifts of
backfill to assure compliance with plans and
specifications.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICES
PAGE
01410-5
C. Reinforcing Steel:
If reinforcing steel is purchased direct from a
United States mill, manufacturer's approved test
sheets will suffice. If steel is from dealer's
stock, perform tension and bending tests on three
separate samples for each size of bar in every 5
tons of each type of steel as specified in the
appropriate ASTM Specification. Contractor shall
furnish all material for testing and pay for all
such tests. Steel supplier shall furnish mill
certificate reports.
Perform visual inspection prior to placement for
size, type, and quality of materials.
Observe and report on placement of reinforcement,
including size, vertical location, horizontal
spacing, correctness of bends, splices, clearance
between bars and forms, firmness of installation,
and security of supports and ties, immediately
prior to concreting.
D. Inspection and Testing of Concrete:
1. Concrete Mix Designs:
Trial mixtures having proportions and
consistencies suitable for the work shall be
made based on ACI 211.1, using at least three
different water-cement ratios which will
produce a range of strengths encompassing
those required for this project.
Trial mixes shall be designed to produce a
slump within 1/2" of the maximum permitted,
and for air-entrained concrete, within .5
percent of maximum allowable air content.
For each water-cement ratio, at least three
compression test cylinders for each test age
shall be made and cured in accordance with
ASTM C192. Cylinders shall be tested at 7 and
28 days in accordance with ASTM C39, unless
otherwise directed by the Engineer.
From the results of the 28 day tests a curve
shall be plotted showing the relationship
between the water-cement ratio and compressive
strength. From this curve, the water-cement
ratio to be used in the concrete shall be
selected to produce the average strength
required.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICES
PAGE
01410-6
strength. From this curve, the water-cement
ratio to be used in the concrete shall be
selected to produce the average strength
required.
The cement content and mixture proportions to
be used shall be such that this water-cement
ratio is not exceeded when slump is the
maximum permitted. Control in the field shall
be based upon maintenance of proper cement
content, slump, and air content.
Mix designs furnished by the concrete supplier
and accompanied by test data showing an
acceptable strength history, will be
considered as an acceptable alternative to the
procedure described in paragraphs 'a through
d' above.
Temperature of concrete in test data shall
be within 5 degrees F of maximum
temperature specified or expected for this
project.
Strengths indicated in test data shall be
in accordance with ACI 318.
2. Inspection:
Inspect and control concrete mixing and
loading of transit-mix trucks at plant at
start of each day's mixing. Prevailing
conditions shall be compared to criteria
indicated on appropriate design mix
(temperature, moisture, condition of
aggregates, etc.). Report significant
deviances immediately; make corresponding
adjustments to mix before materials are
discharged.
Control addition of water to concrete at job
site and length of time concrete is allowed to
remain in truck during placement.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL NEOUIREMENTS
SECTION 01410 - TESTING LABORATORY SERVICE8
PAGE
01410-7
Certify each delivery ticket indicating class
of concrete delivered, amount of water added
and time at which cement and aggregate was
discharged into truck, and time at which
concrete was discharged from truck.
Temperature: Determine temperature
concrete sample of each strength test.
of
3. Test Cylinders:
During progress of work, make test cylinders
in accordance with ASTM C172. Make 3 test
cylinders for each 100 cubic yards or fraction
thereof placed for any one day, for each
different class of concrete.
Mold and cure cylinders in accordance with
ASTM C31; test cylinders in accordance with
ASTM C39 (1 at 7 days and 2 at 28 days).
Engineer may waive test requirements for
placements of 25 cubic yards or less.
Slump Tests: Make slump assurance tests at
beginning of each day's placement and for each set
of test cylinders in accordance with ASTM C143.
Air Content: Determine total air content of air
entrained normal weight concrete for each strength
test in accordance with ASTM C231.
E. Inspection and Testing of Structural Steel:
Inspect structural steel during fabrication
and after erection for conformance with Contract
Documents and approved shop drawings.
Fabricator and Erector shall provide the Testing
Laboratory with names of welders to be employed on
work, together with certification that each of
these welders has passed qualification tests
within the last year using procedures covered in
the American Welding Society Standard.
Inspect erected
conformance with
including:
structural framework for
requirements specified,
a. Location and adequacy of bracing.
Location and set of anchor bolts and other
inserts.
c. Required alignment, plumbness, camber, etc.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01410 - TESTING LABORATORY SERVICE8
PAGE
01410-8
Inspection of high strength bolted construction:
In accordance with Section 6, AISC Specification
for Structural Joints, and as follows:
Visually inspect all high strength bolted
connections.
Check at least two bolts of every third
connection between beams and girders with
calibrated torque wrench for proper torque.
Check at least two bolts of every connection
between girders and columns as above, but not
less than 10% of bolts.
Inspection of Field Welds: In accordance with
Section 6 of AWS Building Code and as follows:
Visually inspect welds in accordance with
Article 605.
Test full penetration welds by ultrasonic
method in accordance with ASTM E164.
Special Inspections: If after the commencement of
the work, the Engineer determines that any part of
the work requires special inspection, testing or
approval, he will instruct the Contractor to order
such special inspection, testing or approval. If
such special inspection or testing reveals a
failure of the work to comply with the
requirements of the Contract Documents, or with
respect to the performance of the work, with laws,
ordinances, rules, regulations or the orders of
any public authority having jurisdiction; the
Contractor shall bear all costs thereof, including
Engineer additional services made necessary by
such failure.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENERAL REQUIREMENT8 PAGE
SECTION 01420 - RESIDENT PROJECT REPRESENTATIVE 8ERV. 01420-1
P~T 1-GENEI~L
1.1 SCOPE:
This section summarizes the duties, responsibilities and
limitations of authority of the Resident' Project
Representative (RPR) in connection with his observation and
review of the work.
1.2 AUTHORITY:
Services of the RPR are set forth in the General
Conditions of the Contract for Construction. In
particular, the definition of the Engineer's duties
provide authority for observation and review of the
work.
The RPR's authority to require special inspection or
testing in connection with rejected work is also
provided in the General Conditions. Furthermore, the
provisions that, upon request by the Contractor, the
RPR review and accept or reject any material furnished
is also granted in the General Conditions.
The provision for removing work for inspection by the
inspector is set forth in the General Conditions in the
paragraph concerning uncovering of work.
1.2 DEFINITIONS:
Resident Project Representative (RPR). A representative
of the Engineer or Owner will be assigned authority to
observe and review the work.
Working Day. RPR's are not required to work on
Saturdays, Sundays, or legal holidays. If the
Contractor plans work on a Saturday or legal holiday,
prior arrangements should be made for an RPR not later
than 2:00 p.m. on the working day before the Saturday
or legal holiday.
Unobserved or Unreviewed Work. Any work performed on a
Saturday, Sunday, or legal holiday without benefit of
any observation or review by the RPR may require
removal and replacement if so directed by the RPR.
Removal and replacement will be completed at no
additional cost.
1.3 FULL-TIME PROJECT REPRESENTATIVE:
Ae
Assist the Contractor's superintendent in understanding
the intent of the contract documents.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01420 - RESIDENT PROJECT REPRESENTATIVE 8ERV.
PAGE
01420-2
Conduct on-site observations and spot checks of the
work in progress as a basis for determining conformance
of work, materials and equipment with the contract
documents.
Consider and evaluate suggestions or recommendations
which may be submitted by the Contractor to the
Engineer and report them with recommendations to the
Engineer for final decision.
Be alert to the construction schedule and to conditions
which may cause delay in completion, and report same to
the Engineer.
Maintain liaison with the Contractor and all
subcontractors on the project only through the
Contractor's superintendent.
Attend conferences held at the project site as directed
by the Engineer. Report to the Engineer the results of
such meetings.
Advise the Engineer in advance of the schedules of
tests and observe that tests at the project site which
are required by the contract documents are actually
conducted; observe, record and report to the Engineer
all details relative to the test procedures.
If inspectors representing local, state or federal
agencies having jurisdiction over the project visit the
site, accompany such inspectors during their trips
through the project; record and report to the
Engineer's office the results of these inspections.
Receive samples which are required to be furnished at
the site; record date received and from whom, and
notify the Engineer of their readiness for examination;
record Engineer's approval or rejection; and maintain
custody of approved samples.
Review applications for payment submitted by the
Contractor and forward them with recommendations to the
Engineer for disposition.
After substantial completion, check each incomplete or
defective item as it is corrected.
If a situation arises during construction which
requires that work be rejected, report such situation
immediately to the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01420 - RESIDENT PROJECT REPRESENTATIVE 8ERV.
PAGE
01420-3
The project representative shall not:
1. Authorize deviations from the contract documents.
2. Personally conduct any tests.
Enter into the area of responsibility of the
Contractor's superintendent.
Expedite the work for the Contractor.
Advise on, or issue directions relative to any
aspect of construction means, methods, techniques,
sequences or procedures, or for safety precautions
and programs in connection with the work.
Authorize or suggest that the Owner occupy the
project, in whole or in part, prior to substantial
completion.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REQUIREMENT8 PAGE
SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS 01500-1
PART I - GENERAL
1.1 GENERAL:
Ae
The facilities and controls specified in this section
are considered minimum for the project. The Contractor
may provide additional facilities and controls which he
considers necessary for the proper execution of the
work and to meet his responsibilities for protection of
persons and property.
1.2 QUALITY ASSURANCE:
A. Regulation:
Comply with governing regulations for the
installation and use of temporary construction
facilities, and operation of security and
protection facilities, including health and safety
regulations.
Comply with pollution, environmental protection,
and conservation regulations for the use of water
and energy, and for the control of dust, air
pollution, noise, trash and similar nuisances.
ContraCtor shall assign responsibilities for
installation and maintenance of temporary facilities
security and protection, and compliance with
regulations.
1.3 JOB CONDITIONS:
Scheduled Uses: Provide temporary construction
facilities at the time first needed to avoid delays in
the performance of the work. Maintain, expand, and
modify as needed through the progress of work.
Conditions of Use: Operate, maintain, control, and
protect temporary construction facilities in a manner
which will prevent over-loading, freezing, pollution,
contamination of water source, flooding, unsanitary
conditions, hazardous exposures, fire, disease, erosion
of site, damage or deterioration of completed work,
public nuisances, trash and similar deleterious
effects.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01500 - TEMPORARY FACILITIES AND CONTROL8
PAGE
01500-2
PART 2 - PRODUCTS
2.1 MATERIALS OF TEMPORARY FACILITIES:
Either new or used materials and equipment, which are
in substantially undamaged condition and without
significant deterioration.
Use materials and equipment which are recognized in the
construction industry by compliance with appropriate
standards, as being suitable for the intended use in
each case, and capable of being maintained properly
through the course of anticipated use of the project
site.
PART 3 - EXECUTION
3.1 TEMPORARY CONSTRUCTION FACILITIES:
A. Access:
Construct and maintain in good condition all
temporary roads and other points of access to the
project site.
Deliver construction materials only from locations
designated by the Engineer and Owner.
Protect curbs with timber bridging. At the
completion of work, restore all damaged curbs to
their original condition.
Temporary Drainage Control: From commencement to
completion of construction, maintain the site,
excavations, and the construction free of accumulated
water. Slope ground to drain surface water away from
building and provide pumping and bailing equipment to
keep excavations dry.
3.2 TEMPORARY GENERAL SERVICE FACILITIES:
Ae
Temporary Field Offices: Minimum 100 sq. ft. for use
of the Owner and Engineer's field representative,
equipped with a desk, plan table, two chairs, and
a direct line telephone· (Not Applicable this Project)·
Provide temporary field office at the site on an
approved location. The building shall be weatherproof
with a lockable door, properly heated and air
conditioned with adequate illumination· (Not Applicable
this Project).
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS
PAGE
01500-3
Temporary Sanitary Facilities: Toilets, drinking
water, and wash facilities for the use of all
construction personnel. Portable facilities, properly
maintained, may be used as approved by the County
Health Department.
Temporary Telephone Service: For use by construction
personnel and the Engineer's representative. The
Contractor shall pay for all local calls and charges.
(Not Applicable this Project).
E. Temporary Water Supply:
Provide all water necessary for construction
purposes. Make temporary connection to existing
main to provide temporary water.
The Contractor shall make the necessary
arrangements with the City Water Department and
include all expenses in the Contract Amount, or
make arrangements to pay for them separately.
3.3
SECURITY AND PROTECTION:
A. Barriers and Fences:
Comply with recognized standards and applicable
city ordinances for the erection of substantial
and structurally adequate barricades and fences
required during construction.
Provide barricades wherever needed to insure
prevention of accidents and losses. Paint with
appropriate colors and warning signs to inform
personnel and general public of the hazard
present.
B. Temporary Fire Protection:
During the construction period and until the time
certain protection needs may be fulfilled by
permanent facilities, install and maintain
whatever types and forms of fire protection
temporary facilities may be needed to adequately
protect against fire losses which are reasonably
predictable and controllable.
Comply with the applicable City Ordinances for
fire protection.
Locate extinguishers where most convenient and
effective.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS
SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS
PAGE
01500-4
Store combustible materials in fire-safe locations
and containers.
3.4
TERMINATION AND REMOVAL:
At the time the need has ended for each temporary
facility, or at substantial completion of the project,
promptly remove the facility.
Any work that is damaged or otherwise affected by
temporary facilities shall be restored to its original
condition by the Contractor.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8 PAGE
SECTION 01600 - MATERIAL AND EOUIPMENT 01600-1
PART I - GENERAL
1.1 GENERAL:
A. Material and Equipment Incorporated into the Work·
1. Conform to applicable
standards.
specifications and
Comply with size, make, type and quality
specified, or as specifically approved in writing
by the Engineer.
3. Manufactured and Fabricated Products.
Design, fabricate and assemble in accord with
the best engineering and shop practices.
Manufacture like parts of duplicate units to
standard sizes and gages, to be
interchangeable.
Two or more items of the same kind shall be
identical, by the same manufacturer·
Products shall be suitable for service
conditions.
Equipment capacities, sizes and dimensions
shown or specified shall be adhered to unless
variations are specifically approved in
writing.
Do not use material or equipment for any purpose
other than that for which it is designed or is
specified.
B. Related Requirements Specified in Other Sections.
1. Summary of Work: Section 01010.
2. Shop Drawings, Product Data and Samples: Section
01340.
1.2 REUSE OF EXISTING MATERIAL:
Except as specifically indicated or specified,
materials and equipment removed from the existing
facilities shall not be used in the completed work.
For material and equipment specifically indicated or
specified to be reused in the work:
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENTS PAGE
SECTION 01600 - MATERIAL AND EOUIPMENT 01600-2
1. Use special care in removal, handling, storage and
reinstallation, to assure proper function in the
completed work.
Arrange for transportation, storage and handling
of products which require off-site storage,
restoration or renovation. Pay all costs for such
work.
1.3 MANUFACTURER'S INSTRUCTIONS:
When contract documents require that installation of
work shall comply with manufacturer's printed
instructions, obtain and distribute copies of such
instructions to parties involved in the installation,
including two copies to Engineer. Maintain one set of
complete instructions at the job site during
installation and until completion.
Handle, install, connect, clean, condition and adjust
products in strict accord with such instructions and in
conformity with specified requirements.
Should job conditions or specified requirements
conflict with manufacturer's instructions, consult
with Engineer for further instructions.
2. Do not proceed with work without clear
instructions.
Perform work in accord with manufacturer's
instructions. Do not omit any preparatory step or
installation procedure unless specifically modified or
exempted by contract documents.
1.4 TRANSPORTATION AND HANDLING:
Arrange deliveries of products in accord with
construction schedules; coordinate to avoid conflict
with work and conditions at the site.
Deliver products in undamaged condition, in
manufacturer's original containers or packaging,
with identifying labels intact and legible.
Immediately on delivery, inspect shipments to
assure compliance with requirements of contract
documents and approved submittals, and that
products are properly protected and undamaged.
Provide equipment and personnel to handle products by
methods to prevent soiling or damage to products or
packaging.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION i - GENERAL REOUIREMENT8
SECTION 01600 - MATERIAL AND EOUIPNENT
1.5 STORAGE AND PROTECTION:
PAGE
01600-3
Store products in accord with manufacturer's
instructions, with seals and labels intact and legible·
Store products subject to damage by the elements
in weathertight enclosures.
Maintain temperature and humidity within the
ranges required by manufacturer's instructions·
B. Exterior Storaqe.
Store fabricated products above the ground, on
blocking or skids, prevent soiling or staining.
Cover products which are subject to deterioration
with impervious sheet coverings; provide adequate
ventilation to avoid condensation.
Store loose granular materials in a well-drained
area on solid surfaces to prevent mixing with
foreign matter.
Arrange storage in a manner to provide easy access for
inspection. Make periodic inspections of stored
products to assure that products are maintained under
specified conditions, and free from damage or
deterioration.
Protection After Installation. Provide substantial
coverings as necessary to protect installed products
from damage from traffic and subsequent construction
operations. Remove when no longer needed.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS
PAGE
01630-1
PART i - GENERAL
1.1 GENERAL:
Ae
Products List. Within 30 days after contract date,
submit to Engineer a complete list of major products
proposed to be used, with the name of the manufacturer
and the installing subcontractor.
B. Contractor's Options.
For products specified only by reference standard,
select any product meeting that standard.
For products specified by naming several products
or manufacturers, select any one of the products
or manufacturers named, which complies with the
specifications.
For products specified by naming one or more
products or manufacturers and "or equal,"
Contractor must submit a request as for
substitutions for any product or manufacturer not
specifically named.
For products specified by naming only one product
and manufacturer, there is no option.
C. Substitutions.
For a period of 30 days after contract date,
Engineer will consider written requests from
Contractor for substitution of products.
Submit a separate request for each product,
supported with complete data, with drawings and
samples as appropriate, including:
Comparison of the qualities of the proposed
substitution with that specified.
Changes required in other elements of the work
because of the substitution.
c. Effect on the construction schedule.
Cost data comparing the proposed substitution
with the product specified.
e. Any required license fees or royalties.
Availability of maintenance service, and
source of replacement materials.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS
PAGE
01630-2
Engineer shall be the judge of the acceptability
of the proposed substitution.
Contractor's
substitution
Contractor:
Representation.
constitutes a
A request for a
representation that
Has investigated the proposed product and
determined that it is equal to or superior in all
respects to that specified.
Will provide the same warranties or bonds for the
substitution as for the product specified.
Will coordinate the installation of an accepted
substitution into the work, and make sure other
changes as may be required to make the work
complete in all respects.
Waives all claims for additional costs, under his
responsibility, which may subsequently become
apparent.
Engineer will review requests for substitutions with
reasonable promptness, and notify Contractor, in
writing, of the decision to accept or reject the
requested substitution.
Substitutions will not be considered if:
They are indicated or implied on Shop Drawings or
Product Data submittal without formal request
submitted in accordance with this section.
Acceptance will require substantial revision of the
Contract Documents.
If substitution is not approved or accepted, Contractor
shall furnish specified product.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS PAGE
SECTION 01700 - CONTRACT CLOSEOUT 01700-1
PART I - GENERAL
1.1 GENERAL:
Ae
Contractor shall comply with requirements stated in
Conditions of the Contract and specifications for
administrative procedures for closing out the work.
B. Related requirements specified in other sections:
Record Documents: Section 01720
Warranties: Section 01750
Operation and Maintenance Data:
Section 01730.
1.2 SUBSTANTIAL COMPLETION:
When Contractor considers the work is substantially
complete, he shall submit to the Engineer:
A written notice that the work, or designated
portion thereof, is substantially complete.
2. A list of items to be completed or corrected.
Within a reasonable time after receipt of such notice,
Engineer will make a review to determine the status of
completion and shall furnish the Contractor a complete
list of items of work to be completed or corrected.
The list so developed shall, in no way, release the
Contractor, or subcontractors from furnishing and
installing or correcting items or work required by the
Contract Documents.
Should Engineer determine that the work is not
substantially complete:
Engineer will promptly notify the Contractor in
writing, giving the reasons therefor.
Contractor shall remedy the deficiencies in the
work, and send a second written notice of
substantial completion to the Engineer.
3. Engineer will re-observe the work·
When Engineer concurs that the work is substantially
complete, he will:
Prepare a tentative Certificate of Substantial
Completion accompanied by Contractor's tentative
list of items to be completed or corrected, as
verified and amended by the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01700 - CONTRACT CLOSEOUT
PAGE
01700-2
Submit the tentative Certificate to Owner and
Contractor for their written acceptance of the
responsibilities assigned to them.
After due consideration of any objections to the
tentative certificate that have been made by the
Owner as provided in the General Conditions, the
Engineer will execute and deliver to the Owner and
Contractor a definite Certificate of Substantial
Completion with a revised list of items to be
completed or corrected.
1.3 FINAL REVIEW AND OBSERVATION:
When Contractor considers the work is complete, he
shall submit written certification that:
1. Contract Documents have been reviewed.
work has been inspected for compliance with
Contract Documents.
Work has been completed
Contract Documents.
in accordance with
Equipment and systems have been tested in the
presence of the Owner's representatives and are
operational.
Work is completed and ready for final review and
observation.
Engineer will make a review to verify the status
of completion with reasonable promptness after
receipt of such certification.
Should Engineer consider that the work is incomplete or
defective:
Engineer will promptly notify the Contractor in
writing, listing the incomplete or defective work.
Contractor shall take immediate steps to remedy
the stated deficiencies, and send a second written
certification to Engineer that the work is
complete.
When the Engineer finds that the work is
acceptable under the Contract Documents, he shall
request the Contractor to make closeout
submittals.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01700 - CONTRACT CLOSEOUT
PAGE
01700-3
1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
Upon final acceptance by the Owner, and completion of
all work, the Contractor shall submit to the Owner,
through the Engineer, the following data:
Certificate stating that all accounts for labor,
equipment and material are paid in full; or in the
case of outstanding accounts because of this work,
the Contractor shall furnish a release of claims
by the individual or concerned party. This
certificate shall be notarized and signed by the
Contractor.
The Contractor's Bonding Company shall furnish a
release to the Owner, that it is with their
consent that final payment be made to the
Contractor.
The Contractor shall furnish a letter guarantee of
all workmanship to be free of defects for a period
of one year, unless required longer by any
division of the specifications, and should any
defects arise, then such defects shall be restored
to the original condition at no expense to the
Owner. This shall include all necessary cutting
and patching as may be required to correct the
defective work.
The Contractor shall submit accurate and detailed
"As-Built Drawings" covering all changes to the
work. Submit two (2) copies and one (1) original
mylar.
The Contractor shall submit all guarantees,
warranties, brochures, and operating instructions
as required by the different divisions of the
specifications.
The Contractor shall submit a request for final
payment, which shall include an audit of the
account of the contract and said audit shall fully
cover amounts paid by the Owner to the Contractor,
and amounts due Contractor because of this work,
all of which shall be fully covered by the
contract documents and approved change orders.
7. Certificate of Occupancy, if applicable.
8. Certificates of inspection, if applicable.
Operation and Maintenance Data, Instructions to
Owner's Personnel. To requirements of respective
sections in specifications.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01700 - CONTRACT CLOSEOUT
1.5
1.6
10. Spare Parts and
specified in
specifications·
FINAL ADJUSTMENT OF ACCOUNTS:
A. Submit a final statement of
(Final pay application)
B. Statement shall reflect all
sum:
1.
2.
Maintenance
respective
PAGE
01700-4
Materials.
sections
accounting to
adjustments to
Original contract sum.
Additions and deductions resulting from:
a. Previous change orders.
b. Unit prices.
c. Deductions for uncorrected work.
d. Deductions for liquidated damages.
e. Other adjustments.
Total contract sum, as adjusted.
Previous payments.
Sum remaining due.
FINAL PAYMENT:
As
Engineer.
contract
Final payment shall be made upon submission of the documents
called for above, and as covered under the general
conditions and any modification thereto.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01720 - PROJECT RECORD DRAWINGS
PART I - GENERAL
1.1 GENERAL:
1.2
PAGE
01720-1
Prepare and maintain record documents for the project
to accurately reflect the construction as built.
Documents must be submitted at work completion as a
condition of final acceptance.
Related Requirements Specified Elsewhere:
1. Shop Drawings, Product Data & Samples: Section
01340
MAINTENANCE OF RECORD DOCUMENTS:
A. Maintain at the job site, one copy of:
2.
3.
4.
5.
6.
Contract drawings.
Specifications·
Addenda.
Reviewed shop drawings.
Change orders and field orders.
Other contract modifications.
D.
E.
F.
7. Field test records.
8. Correspondence.
Store documents in approved location, apart from
documents used for construction.
Provide files and racks for storage of documents.
Maintain documents in clean, dry legible condition.
Do not use record documents for construction purposes.
Make documents available at all times for inspection by
Engineer and Owner.
PART 2 - PRODUCTS
2.1 MARKING DEVICES:
A. Mark all changes with red pencil.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 01720 - PROJECT RECORD DRAWINGS
PART 3 - EXECUTION
PAGE
01720-2
3.1 RECORDING:
A e
Keep record documents current. Do not conceal
any work until required information has been recorded.
Label each document "PROJECT RECORD" in neat, large,
printed letters. Legibly mark contract drawings to
record actual construction:
Depths of various elements of foundations in
relation to benchmark elevation.
Horizontal and vertical location of underground
and underslab utilities and appurtenances
referenced to permanent surface improvements.
Location of internal utilities and appurtenances
referenced to permanent surface improvements.
4. Field changes of dimension and detail.
5. Changes made by change order or field order.
6. Details not on original contract drawings.
C. Legibly mark specifications and addenda to record:
Manufacturer, trade name, catalog number and
supplier of each product and item of equipment
actually installed.
2. Changes made by change order or field order.
3. Other matters not originally specified.
Legibly annotate the shop drawings to record changes
made after review.
E. Final Drawings:
Upon completion of Work, furnish Owner with one
(1) complete set of marked-up reproducibles with
"PROJECT RECORD DOCUMENTS" clearly printed in
lower right hand corner of each sheet.
Engineer when requested, will furnish set of
reproducibles of mylars for mark-up. (Cost of
reproducibles to Contractor)
Accurately and neatly transfer changes and
deviations from construction progress set to final
set.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01720 - PROJECT RECORD DRAWINGS
PAGE
01720-3
3.2
Prepare record Drawings where specified and as
required. Provide reproducibles plus two (2) sets
of blue line prints.
F. Final Specifications:
Upon completion of Work, furnish Owner with one
(1) copy to Engineer with complete set marked-up
with "PROJECT RECORD DOCUMENTS" clearly printed on
cover.
Engineer, at cost of reproduction to Contractor,
will furnish Specifications for mark-up.
With black ink, accurately and neatly transfer
annotations from construction progress set to
final set.
Samples: Record on transmittal, if not indicated,
manufacturer, trade name, catalog number, color, and
supplier.
Endorsement: Sign each final record drawing and cover
of final record Specifications. Note thereon that
record documents are complete and accurate.
SUBMITTALS:
Ae
Collect and protect items submitted by manufacturer,
supplier or subcontractor which accompany materials and
equipment, such as bonds and warranties, special tools,
extra maintenance parts and materials, and printed
information regarding operation, lubrication, parts and
maintenance. Submit to Owner upon completion of job,
in bound tabbed volume.
Upon completion of job, bind one copy of approved shop
drawings and catalog of equipment actually installed in
job, and post construction submittals, into tabbed,
trade related volumes, and deliver to the Engineer for
transmittal to the Owner.
Preparation of Reproducibles: In preparation for
Certification of Substantial Completion of the work,
review completed mark-up of record drawings with
Engineer. When authorized, proceed with preparation of
a full set of corrected reproducibles for contract
record drawings. Incorporate changes and additional
information previously marked-up on print sets, by
erasing and redrawing where applicable; refer instances
of uncertainty to Engineer for determination. Identify
and date each updated drawing.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01720 - PROJECT RECORD DRAWINGS
PAGE
01720-4
De
Accompany submittal with transmittal
duplicate, containing:
letter,
in
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. Title and number of each record document.
Certification that each document as submitted is
complete and accurate.
6. Signature of Contractor, or his
representative.
authorized
At Contract close-out, deliver one set of reproducibles
and two sets (blue line prints) of record documents
(as-built) to Engineer for the Owner. Cost of
reproducibles and blue lines will be borne by the
Contractor.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENT8
SECTION 0 1730 - OPERATION AND MAINTENANCE DATA
PAGE
01730-1
PART I - GENERAL
1.1 DESCRIPTION:
Compile product data and related information
appropriate for Owner's maintenance and operation of
products furnished under Contract.
Prepare operation and maintenance data as specified in
this Section and as referenced in other pertinent
sections of Specifications.
Instruct Owner's personnel in maintenance of products
and in operation of equipment and systems.
1.2 QUALITY ASSURANCE:
A. Preparation of DATA shall be done by personnel:
Trained and experienced in maintenance and
operation of described products.
2. Familiar with requirements of this Section.
Skilled as draftsman and writer to extent required
to communicate essential data.
PART 2 - PRODUCTS
2.1 MATERIALS:
A. Data
1.
Compile product data and related information
appropriate for Owner's maintenance and operation
of products furnished under Contract.
Format:
a. Size: 8-1/2" x 11".
Text: Manufacturer's printed data, or neatly
typewritten.
Drawings: Provide reinforced punched binder
tab, bind in with text; fold larger drawings
to size of text pages.
Provide tabbed fly-leaf for each separate
product or each piece of operating equipment.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENERAL REOUIREMENT8
SECTION 01730 - OPERATION AND MAINTENANCE DATA
PAGE
01730-2
Cover: Identify each volume with typed or
printed title "OPERATION AND MAINTENANCE
DATA", project title and name of Contractor.
Binders: Commercial quality three-ring
binders with durable and cleanable plastic
covers.
PART 3 - EXECUTION
3.1 PREPARATION OF MANUAL:
A. General
1. Prepare data in form of instructional manual.
When multiple binders are used, correlate data
into related consistent groupings.
List, with each product, name, address, and telephone
number of:
1. Subcontractor or installer.
2. Maintenance contractor, as appropriate.
3. Identify area of responsibility of each.
4. Local source of supply for parts and replacement.
Identify each product by product name and other
identifying symbols as set forth in Contract Documents.
Product Data: Include only those sheets pertinent to
specific product. Clearly identify pertinent data;
line out inapplicable text.
Drawings: Supplement product data with drawings as
necessary. Coordinate drawings with information in
Project Records Documents to assure correct
illustration of completed installation.
Written text, as required to supplement product data
for particular installation.
Content for each unit of equipment and system, as
appropriate:
1. Description of unit and component parts.
2. Operating and maintenance procedures.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 1 - GENEI~L REOUIREHENTS PAGE
SECTION 01730 - OPEI~TION ~qD M~INTENKNCE DATA 01730-3
Servicing and lubrication.
Description of sequence of operation by control
manufacturer.
Original manufacturer's parts list, illustrations,
assembly drawings and diagrams.
As installed piping diagrams.
Charts of valve tag numbers, with location and
function of each valve.
List of replacement or maintenance parts, with
local source, if available.
Other data as required under pertinent sections of
specifications.
3.2 SUBMITTALS:
Submit preliminary draft of proposed formats and
outlines of contents at least 14 days prior to final
inspection.
Engineer will review draft and return one copy with
comments.
Submit two copies of approved data in final form within
10 days after final review and observation or
acceptance.
3.3 INSTRUCTIONS OF OWNER'S PERSONNEL:
Prior to final review and observation or acceptance,
fully instruct Owner's designated operating and
maintenance personnel in operation, adjustment and
maintenance of products, equipment and systems.
Operation and maintenance manual shall constitute basis
Of instruction.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION I - GENERAL REOUIREMENTS
SECTION 01750 - WARRANTIES AND BONDS
PAGE
01750-1
PART I - GENERAL
1.1 GENERAL:
Contractor shall guarantee materials and workmanship
for a period of one year from date of completion and
final acceptance by the Owner except where additional
guarantees or warranties are required under the
technical sections of the specifications.
Before final payment is made the General Contractor
shall deliver to the Engineer all material and
equipment guarantees or warranties in writing from sub-
contractors and suppliers.
The General Contractor shall also deliver to the
Engineer before final payment three complete bound sets
of manufacturer's instructions, service and parts
manuals on each piece of equipment furnished under this
contract.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2
SITEWORK
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02100 - SITE PREPARATION
PART I - GENERAL
1.1
PAGE
02100-1
CONDITIONS OF THE CONTRACT AND DIVISION 1 - GENERAL
REQUIREMENTS:
Are hereby made a part of this section
1.2 SCOPE:
Work in this section includes furnishing all labor,
materials, equipment and services required for clearing and
grubbing, removal and disposal of items as specified herein
and on the plans.
PART 2 - PRODUCT8
2.1 No products are required to execute this work, except as the
contractor may deem necessary.
PART 3 - EXECUTION
3.1 CLEARING AND GRUBBING:
Clearing and grubbing shall consist of removing all natural
and artificial objectionable materials from the areas of
construction shown on the plans along the length of the
project.
Ae
In general, clearing and grubbing shall be performed in
advance of excavation and backfill operations and shall
be performed over the area where the pipe will be placed.
All dead trees, logs, stumps, rubbish of any nature,
and other surface debris shall be cleared.
Buried material such as logs, stumps, roots of downed
trees that are greater than one and one-half (1-1/2")
inches in diameter, matted roots, rubbish, and foreign
debris shall be grubbed and removed to a minimum depth
of twelve (12") inches below proposed finished
flOW line grades of the proposed pipe.
Ground covers of weeds, grass, and other herbaceous
vegetation shall be removed prior to stripping and
stockpiling topsoil from areas of excavation operations.
Such removal shall be accomplished by "blading" off the
uppermost layers of sod or rootmatted soil for removal.
3.2 TREES AND SHRUBS TO BE PRESERVED AND PROTECTED:
Unless otherwise specified on the plans, trees shall not be
cleared (removed), outside of the area where pipe is
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - 8ITEWORK
SECTION 02100 - 8ITE PREPARATION
PAGE
02100-2
proposed unless specifically approved by the Engineer.
The Contractor will protect trees from construction
damage such as trunk impacts and scrapes, limb
breakage, compaction of soil within the drip line, and
other injurious construction activities.
If necessary, the Owner may direct the Contractor,
at the Contractor's expense, to erect protective
stockades along the drip lines of trees that the
Owner considers vulnerable to damage. Such
stockades shall be of eight (8') foot long x six
(6") inch diameter posts vertically buried three
(3') feet deep at six (6') foot intervals along
the drip line.
Where excavation or clearing and grubbing operations is
to occur between trees that are to be preserved and
protected, the Contractor will prune the lower branches
of those trees as necessary to prevent their breakage
and to permit access by construction machinery.
Branches will be cut off to the trunk or major limb in
a workmanlike manner. The Engineer may direct that the
Contractor remove additional branches in such a manner
that the tree presents a balanced appearance. Scars
will be treated with a heavy coat of an approved tree
sealant.
3.3 BACKFILLING:
All holes, cavities, and depressions in the ground caused by
the excavation operations will be backfilled and tamped to
stated compaction and and will be graded to prevent ponding
of water and to promote drainage.
3.4 DISPOSAL OF WASTE MATERIALS:
Unless otherwise stated, materials generated by clearing,
grubbing, removal, and demolition shall be known as "waste"
or "spoils" and shall be removed from the site and disposed
of by the Contractor. Similar materials may be unearthed or
generated by excavation operations. Unless otherwise
specified, any merchantable items become the property of the
Contractor.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - 8TRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-1
PART i - GENERAL
1.1 DESCRIPTION:
This section describes requirements for:
The excavation for all structures, backfilling around
completed structures and the disposal of all excess
excavated material. All operations required for the
proper completion of the excavation work, including
sheeting, shoring and bracing, dewatering of
excavations and compaction of backfill are included.
Trenching and backfilling for all pipes under, or a part
of structures.
1.2 RELATED WORK:
Division 2 - Site Work
Division 3 - Concrete·
Appendix "A" - Trench Safety Study
1.3 REFERENCE STANDARDS:
A. American Society for Testing and Materials (ANSI/ASTM).
ANSI/ASTM C 33 - Standard Specification for
Concrete Aggregate.
ANSI/ASTM C 40 - Standard Test Method for Organic
Impurities in Sands for Concrete.
ANSI/ASTM C 136 - Standard Test Method for Sieve
or Screen Analysis of Fine and Coarse Aggregate.
ANSI/ASTM C 150 - Standard Specification for
Portland Cement.
ANSI/ASTM D 423 - Standard Test Method for Liquid
Limit of Soil.
ANSI/ASTM D 424 - Standard Test Method for Plastic
Limit and Plasticity Index of Soils.
ANSI/ASTM D 698 - Standard Test Methods for
Moisture-Density Relations of Soils and Soil-
Aggregate Mixtures Using 5.5-1b. (2.49-Kg) Rammer
and 12-in. (305 mm) Drop.
ANSI/ASTM D 1557 - Standard Test Methods for
Moisture-Density Relations of Soils and Soil-
Aggregate Mixtures using 10-1b. (4.54-Kg) Rammer
and 18-in. (457 mm) Drop.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL~ TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-2
ANSI/ASTM D 2049 - Standard Test Method for
Relative Density of Cohesionless Soils.
U.S. Department of Commerce/National Bureau of
Standards. PS-17-Polyethylene Sheeting (Construction,
Industrial and Agricultural Applications).
1.4 SUBMITTALS:
Submit in accordance with the requirements of the General
Conditions and Division 1 - General Requirements.
Testing laboratory reports, as specified or required,
to show compliance with specifications for material
from off-site locations. The specified tests shall be
performed by a certified independent testing
laboratory.
1.5 PROTECTION OF FACILITIES:
Before the start of excavation operations, adequately
protect existing structures, utilities, trees, shrubs
and other permanent objects. Costs resulting from
damage to permanent facilities due to negligence or
lack of adequate protection will be charged to the
Contractor. The Contractor will also be charged for
damage to facilities scheduled for later removal or
demolition if the damage sufficiently impairs proper
operation to the extent that temporary replacement or
repair is required. Prior to beginning of the project,
a joint inspection will be made by the Engineer and
Contractor to determine the condition of any existing
structures or other permanent objects.
Provide surface drainage during the period of
construction to protect the work and to avoid ponding
of water on adjoining property.
The Contractor shall conduct his operations in such
fashion that trucks and other vehicles do not create a
dirt nuisance in the streets. The truck beds shall be
sufficiently tight, and shall be loaded in such a
manner that objectionable materials will not be spilled
onto the streets. Any dirt, mud, or other materials
that are spilled onto the streets or deposited onto the
streets by the tires of vehicles shall be promptly
cleared away by the Contractor.
1.6 BLASTING:
A. Blasting will not be permitted.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - BITEWORK PAGE
SECTION 02220 - STRUCTUI~L EXCAVATION, FILL XND BACKFILL 02220-3
1.7 QUALITY ASSURANCE:
A testing laboratory, as specified in Division 1 -
General Requirements, will perform compaction tests on
the compacted material. The Contractor shall cooperate
with the testing laboratory in performing these tests.
The Contractor shall notify the Engineer at least 48
hours in advance of the time at which tests will be
required. Any area failing to comply with the
specifications shall be reworked as required to conform
to the specifications.
Initial testing for work in this section will be random
and at the discretion of the Engineer. Re-tests shall
be required to be paid for by the Contractor.
1.8 OBSERVATION OF EXCAVATIONS:
Notify the Engineer at least 48 hours prior to
completion of any excavation so that the excavation may
be observed. Do not place reinforcing steel or
concrete in the excavation prior to observation unless
approval has been given to proceed without such
observation.
Notify the Engineer at least 48 hours prior to
backfilling of pipe trenches. Do not begin backfilling
of pipe trenches until all pipe joints have been
observed or consent has been given to backfill the
trenches without such observation.
1.9 DEWATERING:
The Contractor shall provide and maintain adequate
dewatering equipment to remove and dispose of all
surface and ground water entering excavations,
trenches, or other parts of the work. Each excavation
shall be kept dry during subgrade preparation and
continually thereafter until the structure to be built,
or the pipe to be installed therein, is completed to
the extent that no damage from hydrostatic pressure,
flotation, or other cause will result.
All excavations for concrete structures or trenches
which extend down to or below ground water shall be
dewatered by lowering and keeping the ground water
level beneath such excavations 12 inches or more below
the bottom of the excavation.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEX~S
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-4
Surface water shall be diverted or otherwise prevented
from entering excavated areas or trenches to the
greatest extent practicable without causing damage to
adjacent property.
The Contractor will be held responsible for the
condition of any pipe or conduit which he may use for
drainage purposes, and all such pipes or conduits shall
be left clean and free of sediment.
PART 2 - PRODUCTS
2.1 REGULAR NATIVE MATERIAL:
Ae
Where no other material is specified or shown, use
suitable soils from the excavation. Do not use peat or
other organic matter, silt, muck, debris or similar
materials. Suitable soils shall be defined as
excavated materials that are capable of achieving the
required level of compaction specified or shown for the
location where it is used.
2.2 SELECT MATERIAL:
Where select material is shown or specified, use clayey
sand or sandy clay, from an approved off-site source,
free of roots, grass, trash or other organic material,
having a plasticity index between 4 and 12, as
determined by ASTM D 424. Prior to bringing any of the
proposed material to the site, submit, for review by
the Engineer, an analysis of the proposed material
including, but not necessarily limited to, Atterberg
Limits (ASTM D 423 and ASTM D 424) for clays or Grain
Size Analysis (ASTM D 422) for sands and gravels and a
moisture-density relationship curve (ASTM D 698) by a
certified independent testing laboratory employed and
paid by the Contractor.
Select Material - (Crushed Austin Chalk Limestone).
This select backfill should consist of excavated
crushed Austin Chalk Limestone broken sufficiently so
that all fragments are less than 6 inches in diameter
prior to place in the backfill area.
Crushed Limestone. Crushed limestone shall be Chico
limestone from the Bridgeport, Texas area. Granular
fills shall be placed on suitably prepared subgrades
and compacted. Granular fill material shall be crushed
stone free from dust, clay, or trash, and shall be
graded to ASTM C33 Size No. 3, aggregate. (Max.
nominal size of 1 inch.)
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-5
Where crushed stone fills are to be covered with
concrete, the top surface shall be graded to the
required subgrade and covered with polyethylene film
having a minimum thickness of 6 mils.
Washed Gravel. Washed gravel shall consiat of hard
durable gravel graded from 3/4 inch to No. 4. The
material shall be washed to remove any fines and shall
not have any sharp edges so as to prevent damage to the
protective coatings of the barrels.
Concrete (For fill or thrust blocking). Conform to
ASTM C-94. The compressive strength of the concrete
shall be at least 2000 psi and shall contain at least
four (4) sacks of cement per cubic yard.
2.3 SAND:
Where sand is specified or shown, use reasonably clean
bank sand from an approved source. The sand must be
free from large lumps of clay, rubbish, organic matter
or other deleterious substance, and having a plasticity
index of 12 or less.
PART 3 - EXECUTION
3.1 PREPARATION:
Prepare the construction site and area of excavation
according to Section 02100 - Site Preparation.
3.2 REPAIR OF CONCRETE PAVEMENT
A. Concrete pavement.
(1) Subgrade. Scarify to a depth of 6 inches below the
indicated depth and recompact to 95 percent maximum
density at plus to minus 2% of optimum moisture as
determined by ASTM D 698. The recompacted subgrade
shall be proof-rolled with a pneumatic tired roller
in order to detect any soft areas. Soft and wet
areas not achieving compaction will require removal
and replacement with select material of at least 12
inches compacted thickness. Depressions from stump
removal shall be cleaned of all organic matter and
filled with select material.
(2) Fill. Upon completion of subgrade preparation,
place select material in uniform layers of loose
material, 6 to 8 inches in depth, dried or
moistened as required to obtain at plus to minus 2%
of optimum moisture content, and compact each layer
as specified. Fill shall be placed while subgrade
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-6
iS at its required optimum moisture content range
as specified herein.
B. Compaction·
(1) The subgrade and fill material shall be compacted
to a minimum of 95 percent of maximum density at
plus to minus 2% of optimum moisture as determined
by ASTM D 698. The methods used to secure the
specified compaction and moisture content will be
the Contractor's responsibility. Wet soils shall
be worked by plowing, disking, or scarifying and
air drying as required to reduce the moisture
content to optimum levels. The Contractor may, at
his option, add flue dust or other drying material
acceptable to speed up the drying procedure at no
change in the contract sum.
(2) The compacting equipment and method of compaction
shall be such that uniform density will be obtained
over the entire area and depth of material being
compacted. All fill materials deposited in place
by scrapers, dump trucks, drag lines or similar
equipment shall be thoroughly broken up before
being spread into uniform layers.
3.3 EXCAVATION:
Excavation work shall be unclassified and includes
removal of all types of materials encountered without
exception. Make excavations to lines and grades
indicated on drawings. Complete excavations within the
tolerances specified.
Excavate in such a manner to conform to the dimensions
and elevations indicated on the drawings for each
structure. Extend excavation a sufficient distance
from the walls to allow for placing and removal of
forms, installation of piping, and for Engineer's
observation of work.
Excavation below Water Table. At all times maintain a
dewatered surface in all excavations to prevent
softening of the subgrades and to prevent excessive
settlement of the foundations. Undercut and excavate
all soft materials found at subgrade and replace with
crushed stone, or concrete as directed by the Engineer
at no additional cost to the Owner.
D. Structures.
(1) Wherever practicable, cut all excavations to neat
lines with a tolerance of minus 1 inch or plus 3
inches, and place concrete to bear against earth
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-7
sides.
(2) Excavate to the elevations shown on the drawings
forming a level undisturbed surface free of mud or
other soft material. All excavations will be
observed. Undercut and excavate to deeper levels
when suitable foundation soils are not encountered
at the planned depth. Remove all pockets of soft
or otherwise unstable material and replace with
concrete or with suitable well-compacted material
as directed by the Engineer, at no additional cost
to the Owner.
(3) Fill all unauthorized excessive excavation with
concrete at no change in the contract sum.
(4) Protect all open excavations from rainfall or
excessive drying so as to maintain the foundation
subgrade in a satisfactory, undisturbed condition.
Keep excavations reasonably free of water at all
times and completely free of water during placement
of concrete. Soils below foundation, which become
soft, loose or otherwise unsatisfactory for support
of the foundation as a result of inadequate
excavation, dewatering or other construction
methods shall be removed and replaced with
satisfactory material at the Contractor's expense.
(5) Concrete shall be placed in foundation excavations
the same day that excavation is completed to final
grade. Base of excavations left open for longer
periods shall be protected by a seal slab of lean
concrete or cement-stabilized sand furnished and
placed at Contractor's expense.
3.4
SHEETING AND SHORING:
Except where banks are cut back on a stable slope,
excavation for structures shall be properly and
substantially sheeted, braced, and shored, as
necessary, to prevent caving or sliding, to provide
protection for workmen and the work, and to provide
protection for existing structures and facilities.
Sheeting, bracing, and shoring shall be designed and
built to withstand all loads that might be caused by
earth movement or pressure and shall be rigid,
maintaining shape and position under all circumstances.
In all cases, excavation shall conform to the stricter
of the requirements of the Occupational Safety and
Health Act of 1970 or the Trench Safety Study located
in Appendix "A" of these specifications and shown on
sheet 34/34 in the Construction Plans.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL
PAGE
02220-8
3.5 BACKFILL:
A. General
Do not begin backfilling until authorization has
been obtained from the Engineer.
Complete backfill to the surface of natural ground
or to the lines and grades shown on drawings. Use
regular native material except where special
materials are shown or specified. Deposit
backfill in uniform layers and compact each layer
as specified.
B. Structural Backfill
Place backfill as promptly as practicable after
completion of each structure or portion of a
structure. Do not, however, place backfill against
concrete walls or similar structures until
concrete has been cured at least 7 days. Where
the top of walls are supported by slabs or
intermediate walls, do not begin backfill
operations until the slab or intermediate walls
have been placed and the concrete has cured for a
minimum of 7 days. Remove concrete forms before
starting backfill and remove shoring and bracing
as the work progresses. Take care to prevent any
wedging action of backfill against the structure.
Step cut or serrate the slopes bounding the
excavation as required to prevent wedging. Compact
backfill as specified below in sub-section 3.5-D
C. Non-Structural Backfill
All other backfill placed outside this area
(assuming that no structure or piping will be
placed thereon) may be either regular or select
material as specified on the plans deposited in
layers not to exceed 8" in uncompacted thickness
and mechanically compacted to at least 95 percent
of maximum density at plus to minus 2% of optimum
moisture content as determined by ASTM D698.
Compaction of backfill by rolling will be
permitted provided the desired compaction is
obtained and damage to the structure is prevented.
Compaction of baokfill by inundation with water
will not be permitted.
The material shall contain no wood, grass, roots,
broken concrete, stones, trash, or debris of any
kind.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02220 - STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-9
No backfill shall be deposited or compacted in
water.
D. Compacting Backfill
Place material in uniform layers of prescribed
maximum thickness and wet or dry the material to
approximately optimum moisture content. Compact
using mechanical means and methods able to
consistently achieve the prescribed required
density.
Regular and Select Material. Place in 8-inch
maximum layers, loose measure. Compact to not
less than 95 percent of maximum soil density at
plus to minus 2% of optimum moisture content as
determined by ASTM D 698.
Sand Material. Place in 6-inch maximum layers,
loose measure. Compact to not less than 95
percent of maximum soil density at plus to minus
2% of optimum moisture content as determined by
ASTM D 2049.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
PAGE
02221-1
DIVISION 2 - SITEWORK
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILLING
FOR UTILITIES
PART i - GENERAL
1.1 SCOPE:
Work in this section shall consist of furnishing all
equipment, materials and labor for excavation, trenching and
backfilling for water distribution mains, miscellaneous
water lines and other utility systems and appurtenances.
1.2 RELATED WORK:
A. Division 2, Site Work·
B. Division 15, Mechanical.
C. Appendix A, Trench Safety Study
PART 2 - PRODUCT8
2.1 REGULAR NATIVE MATERIAL FOR BACKFILL:
Where no other material is specified or shown, use
suitable soils from the excavation. Do not use peat or
other organic matter, silt, muck, debris or similar
materials. Suitable soils shall be defined as
excavated materials that are capable of achieving the.
required level of compaction specified or shown for the
location where it is used.
2.2 SELECT MATERIAL FOR BEDDING AND PARTIAL BACKFILL:
Crushed Limestone. Crushed limestone shall be Chico
limestone from the Bridgeport, Texas area. Granular
bedding material shall be crushed stone free from dust,
clay, or trash, and shall be graded to ASTM C33 Size
No. 3, aggregate (Max. nominal size of 1 inch).
Concrete. ( For bedding, encasement, or thrust
blocking) . Conform to ASTM C-94. The compressive
strength of the concrete shall be at least 2000 psi and
shall contain at least four (4) sacks of cement per
cubic yard.
Sand. Where sand is specified or shown, use reasonably
clean bank sand from an approved source. The sand must
be free from large lumps of clay, rubbish, organic
matter or other deleterious substance, and having a
plasticity index of 12 or less.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILLING
FOR UTILITIES
PAGE
02221-2
PART 3 - EXECUTION
3.1 EXCAVATION:
A. Procedure. Excavate to indicated or specified depths.
Excavate by open cut with trenching machine or back
hoe. Where machines other than ladder or wheel
type trenching machines are used, do not use
excavated material composed of large chunks or
clods for backfill, but dispose of such material
and provide other suitable material for backfill
without additional expense.
During excavation, pile material suitable for
backfilling in an orderly manner far enough from
the bank of the trench to avoid overloading, slides
or cave-ins.
Remove from site, or waste as indicated, all
excavated materials not required or suitable for
backfill.
Grade as necessary to prevent surface water from
flowing into trenches or other excavations.
Trench Excavation.
Cut banks of pipe trench in strict accordance with
Appendix "A". Remove stones as necessary to avoid
point-bearing. Undercut and excavate wet or
unstable soil from the trench bottom to permit
construction of a more stable bed for pipe. No
additional payment will be made.
Dig the trench the proper width as shown. If the
trench width below the top of pipe is wider than
specified in this section or shown on the plans,
then the Contractor shall install higher class of
pipe and/or improved bedding as determined by the
Engineer. No additional payment will be made.
Accurately grade the trench bottom to provide
uniform bearing and support for each section of
pipe at every point along its entire length, except
where necessary to excavate for bell holes and for
proper sealing of pipe joints. Dig bell holes and
depressions for joints after the trench bottom has
been graded. Make bell holes and depressions for
joints no deeper, longer or wider than needed to
make the joint properly.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEW0RK
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILLING
FOR UTILITIES
PAGE
02221-3
Do not overexcavate· If any excavation is carried
beyond the lines and grades required or authorized,
the Contractor shall, at his own expense, fill such
space with concrete or other suitable material as
directed by the Engineer. No additional payment
will be made.
Pipe Bedding. Bedding. Accurately grade the bottom of
the trench 6 inches below the bottom of the pipe and to
the width shown. Place the proper bedding material to
the proper depth as required in the plans for the type
utility being installed. Install the pipe and place
initial backfill material of the kind specified in the
plans for the type utility being installed. Compact the
initial backfill material around the pipe to a depth of
not less than 12 inches over the top of the pipe.
Water in Excavation. The Contractor shall, at all
times, take such precautions as are necessary to keep
the work free from ground or surface water. Pumps of
adequate capacity, diversion, or other appropriate
methods shall be provided to remove water from the
excavation in such a manner that it will not interfere
with the progress of the work or the proper placing of
other work. Complete flow restrictions of waterways
will not be permitted.
3.2 BACKFILLING:
Do not backfill trenches until the installed section of
the utility system, desired to be backfilled, conforms
to specified requirements of appropriate sections.
Backfill trenches to ground surface with suitable
native material. Reopen trenches improperly backfilled
to depth required for proper compaction. Refill and
recompact as specified, or otherwise correct the
condition in an equivalent manner.
In the pipe zone, place backfill evenly and carefully
around and over pipe in layers 6"-8" thick (loose
measure). Compact using mechanical means and methods
capable of achieving the required density indicated in
the plans, until there is a cover of not less than 1
foot over pipe lines. Use selected backfill material
in accordance with the plans. Take special care not to
damage pipe wrapping or coating.
Above the pipe zone, deposit backfill in 6 to 8 inch
layers. Compact each layer in accordance with the
plans (shts. 30 & 31) for the type utility applicable.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILLING
FOR UTILITIES
PAGE
02221-4
Any utility not having a required compaction and
backfill procedure outlined in the plans, will be
required to meet the requirements stipulated on sheet
30 in the plans for PVC Water Pipe.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02430 - D1U~INAGE STRUCTURES, PIPES ~ FITTINGS 02430-1
PKRT 1-GENE1U~L
1.1 SCOPE:
This section provides for furnishing, repairing, replacing
or constructing storm sewers, manholes and inlets damaged
during construction of the water lines.
1.2 RELATED WORK:
A. Division 20 Site Work.
1. Site Preparation - Section 02100.
2. Excavation, Trenching and Backfilling for Utilities
- Section 02221.
B. Division 3, Concrete.
1. Concrete Formwork - Section 03100.
2. Reinforcing Steel - Section 03200.
3. Cast-in-Place Concrete - Section 03300.
PART 2 - PRODUCTS
2.1 STORM SEWER PIPE:
Reinforced Concrete Pipe. Provide reinforced concrete
pipe which conforms with ASTM C 76, Class III.
2.2 PIPE JOINT MATERIAL:
Cold Compound Joints. For concrete pipe or box
sections furnish pipe joint material, such as Talcote
No. 052, Gulf States No. GS 702, or Ram-Nek flexible
plastic gasket as manufactured by the K.T. Snyder
Company, Inc., and meeting all requirements of Federal
Specification SS-S-00210, "Sealing Compound, Preformed
Plastic for Pipe Joints," Type 1, rope form. Use a
primer of the type recommended by the manufacturer of
the compound used.
Mortar Joints. Joints in precast pipe sewers shall be
formed in a careful, thorough and workmanlike manner.
All pipe shall be jointed tight and sealed with stiff
mortar, composed of one part portland cement and two
parts sand, so placed as to form a durable watertight
joint. The ends of the pipe shall be cleaned
thoroughly and wetted before making the joint.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02430 - DRAINAGE STRUCTURES, PIPES AND FITTINGS 02430-2
The groove of the pipe last laid and the tongue of the
pipe section being laid shall be plastered thoroughly
with an even layer of mortar; then, the tongue end of
the next section of pipe shall be inserted and the
joint pulled tight, taking care that the inner surfaces
of the abutting pipe sections are flush and even.
After the section is laid and uniformly matched and the
sections have been filled as close as the construction
of the pipe will permit, the entire inner circumference
of the joints of pipe 24 inches and larger in diameter
shall be sealed and packed with mortar and finished
smooth and even with the adjacent section of pipe.
Before this mortar has attained initial set, additional
mortar then shall be applied from the outside and
forced into the unfilled portions of the groove to fill
completely the annular space around the tongue for the
entire circumference of the joint. A bead shall be
formed on the pipe exterior extending at least one inch
on either side of the joint and of approximately
semicircular cross section.
For pipe too small to permit finish of the inside
surface of the joint, a tight stopper of burlap or
other equivalent materials shall be dragged through the
pipe past the new joint to remove any fins of mortar.
After initial set, the mortar on the outside shall be
protected from air and sun with a thoroughly wetted
earth or burlap cover .which shall be kept wet for a
minimum of 48 hours or until the backfill has been
completed. The use of an approved curing compound by
the Contractor to protect the mortar on the outside in
lieu of the wetted earth or burlap cover will be
acceptable.
As specified hereinbefore, joints shall be so made that
the tongue is inserted in the groove and pulled up
tight for the full length of the tongue. To achieve
the radius shown on the plans, it may be necessary to
lay the pipe in such a manner that a portion of the
tongue will be exposed. In no event will more than one
half of the tongue length be permitted to be exposed
either on a tangent or a curve. When a portion of the
tongue is exposed, the annular space shall be carefully
filled with mortar as herein specified to form a sewer
with a smooth and uniform invert.
No jointing shall be done when the atmospheric
temperature is below 40 degrees F, and when necessary
because of a sudden drop in temperature, joints shall
be protected against freezing. After placing, any pipe
which is not in true alignment or which shows any undue
settlement after laying or is damaged, shall be taken
up and relaid or repaired without extra compensation.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02430 - DRAINAGE STRUCTURES, PIPE8 AND FITTING8 02430-3
2.3 MANHOLE AND INLET MATERIAL:
Brick and Mortar, Cast in Place Concrete or Precast
Concrete. Submit shop drawings prior to construction
(Reference Coppell Standard Construction Detail Sheets
SD-8 and SD-9 respectively). Standards available from
Engineer upon request at no addtional cost.
Mortar. Furnish mortar conforming to ASTM C 270,
Mortar Type S using Portland cement.
Aggregate for Mortar.
C 144.
Use aggregate conforming to ASTM
PART 3 - EXECUTION
3.1 EXCAVATION:
Dig the trench and bottom as specified in the section
of Excavation, Trenching and Backfilling for Utilities,
and as detailed on the drawings.
3.2 PIPE BEDDING:
Lay pipe bedding as shown and specified in the section
on Excavation, Trenching and Backfilling for Utilities.
3.3 PIPE INSTALLATION:
Ae
Pipe Sewers and Culverts. Furnish and place in
position, as directed, all necessary stakes, grade and
batter boards for locating work. Do not place pipe
until the excavation has been completed, the bottom of
the trench shaped, proper bedding material placed and
observed by the Engineer for condition, line and grade.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02480 - LKNDSCAPE SPECIFICATIONS
PAGE
02480-1
PART 1 - GENERAL
1.1 SCOPE:
Provide all labor, materials, equipment, tools and related
items required for preparing ground, providing Bermuda grass
or other acceptable sod, fertilizer, mulching with straw, if
necessary, and other management practices required for
erosion control. Areas requiring sodding for erosion
control will be all areas disturbed by the construction of
Line "B", Line"D" and Line "A" (Chevron-Gulf frontage only,
near the Belt Line and Denton Tap intersection).
1.2 RELATED WORK:
A. Division 2o Site Work.
B. Texas Highway Department Standard Specifications, 1982.
Item 162 Sodding for Erosion Control.
Item 166 Fertilizer.
1.3 MODIFICATIONS TO TEXAS HIGHWAY DEPARTMENT SPECIFICATIONS:
Wherever reference is made to the Texas Highway
Department or to the Engineer, it shall be taken to
infer the Owner or the Engineer of the Owner as defined
in the Supplementary Conditions.
Articles 162.9 and 162.10 are hereby deleted from Item
162, Sodding for Erosion Control.
Articles 166.4 and 166.5 are hereby deleted from Item
166, Fertilizer.
1.4 MEASUREMENT AND PAYMENT:
Work and acceptable materials and all incidentals for block
sodding (full cover), fertilizing and watering will be
included and paid per lump sum bid for project. Water will
be provided by the Owner at no cost to the Contractor but
will be required to be metered.
PART 2 - PRODUCTS
2.1 MATERIAL:
Ae
Sod shall comply with the requirements of Item 162,
Article 162.2, and shall be Bermuda grass or other
acceptable sod and comply with the planting dates
specified for Highway District No. 18.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02480 - LANDSCAPE SPECIFICATIONS
PAGE
02480-2
Fertilizer shall comply with the requirements of Item
166, Article 166.2.
PART 3 - EXECUTION
Application of Sod, Fertilizer. To be in accordance
with the requirements of Items 162 and 166 and as
follows:
All sodded areas shall be installed in accordance with
Item 162, Articles 162.3 and 162.5.
B. Cleanup.
Continuously and promptly remove excess and waste
materials. Keep work areas clear. Take all
reasonable precautions to avoid damage to existing
structures and grass.
When sodding an area has been completed,
thoroughly clean the area. Collect debris,
rubbish, subsoil and waste materials and remove
them from the site.
Regrade and sod grass areas damaged by the work.
When work is complete, leave the sodded areas neat
and clean.
Protect the sodded area from other construction
operations.
Maintenance. Until acceptance, maintain sodded areas
with all necessary watering, cultivating, mowing,
weeding, disease and insect control, protective
spraying, replacement and any other procedure
consistent with good horticultural practice necessary
to ensure normal, vigorous and healthy growth of grass.
Watering. Apply water to the sodded areas after
compaction and sodding. Apply water using portable
pipe and hose lines with rotating sprinklers within 24
hours after sod is placed. Sprinkling may be done with
water trucks and hoses in certain locations where it is
impractical to use portable lines or hoses. Supervise
sprinkling to prevent runoff of water. The Contractor
shall furnish all pumps, hoses, pipe lines, water
trucks and sprinkling equipment required. Water with
approved watering equipment in compliance with the
schedule of 14,000 gal/AC weekly for seven weeks. Do
not water at rates exceeding 5,000 gal/AC/hr., to
prevent runoff.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CRO8STOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02480 - LANDSCAPE SPECIFICATIONS
PAGE
02480-3
Weedinq. Keep all sodded areas relatively free from
weeds and undesirable grasses, using approved methods,
materials and timing.
Disease and Insect Pest Control. Upon discovery of any
disease or insect pest infestation, identify or have
identified the nature or species of infestation and
submit the proposed method of control for approval
prior to application of control measures.
Mowinq. Mow the grass should the height reach 4 inches
or greater on the average before final acceptance. Mow
to a height of 2-1/2 inches.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02510 - CONCRETE WALKS
PART I - GENERAL
1.1 SCOPE:
1.2
PAGE
02510-1
Provide 4-inch-thick, reinforced concrete sidewalks in
conformity with the lines, grades and details shown on
drawings. Construct on an approved sand bed.
RELATED WORK:
Division 3o Concrete·
03300.
Cast-In-Place Concrete, Section
PART 2 - PRODUCT8
2.1 CONCRETE:
Provide materials and proportions for concrete and
reinforcing steel which conform to the applicable
requirements of the section on Concrete.
2.2 EXPANSION JOINT FILLER:
Performed bituminous type conforming to ASTM D 994, having
thickness of 3/4-inch unless otherwise shown on the
drawings, or redwood boards, nominally 1" in thickness.
2.3 SAND BED:
Obtain bank sand from an approved source. Use sand that is
free from clay lumps, organic and other deleterious
material, and having a plasticity index of 12 or less.
PART 3 - EXECUTION
3.1 PREPARATION:
Subgrade. Excavate subgrade 6 inches beyond the
outside lines of the sidewalk. Shape to the line,
grade and cross section. Compact the subgrade to a
minimum of 95% of maximum dry density per ASTM D698.
Sand Bed. Immediately after subgrade is prepared,
cover with a 2-inch-thick compacted sand bed. Place
concrete when sand is moist.
Forms. Use wood or metal forms with the proper
section. Select pieces which are straight, unwarped
and nominally 4 inches deep. Securely stake forms to
line and grade and maintain in true position during
concrete placement.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02510 - CONCRETE WALK8
PAGE
02510-2
3.2 REINFORCEMENT:
Install No. 3 reinforcing steel bars on 24-inch centers
longitudinally and across the walk. Lay longitudinal bars
in walk continuously, except through expansion joints.
During concrete placement, see that reinforcement is in the
approximate center of the slab, by use of plastic "chairs".
3.3 EXPANSION JOINTS:
Provide 3/4-inch expansion joints along and across the
sidewalk at walls, and across the walk at intervals of 20
feet or less throughout the entire length of the sidewalk.
Extend the expansion joint filler the full depth of the slab
and the entire width of the walk.
3.4 PLACING AND FINISHING:
Placing· Place the concrete in forms to the specified
depth and tamp thoroughly with a "jitterbug" tamp to
bring the mortar to the surface.
Finishing. Strike off to a smooth finish with a wood
strike board. Finish smoothly with a wood hand float.
Brush across the sidewalk lightly with a fine-haired
brush.
Tool Joints. Unless otherwise shown on drawings, mark
off walks 1/4 inch deep, at spacing equal to the width
of the walk. Use a joint tool as wide as an edging
tool. Finish the edges with a tool having 1/4-inch
radius.
3.5 CURING AND PROTECTION:
Cover the sidewalk with burlap or suitable cotton mats.
Keep the cover wet for 48 hours after the burlap or mats are
placed. Commence curing as soon as the concrete has
hardened sufficiently to be unmarked by the method of
curing. Instead of sprinkling, membrane curing methods may
be used. Refer to the section on Cast-In-Place Concrete.
Protect sidewalks from traffic for 48 hours after pouring.
3.6 BACKFILLING:
After the concrete has set sufficiently, refill the space
along the sides of the sidewalk to the top of the walk with
suitable material. Tamp until firm and solid.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02515 - CONCRETE PAVING
PAGE
02515-1
PART i - GENERAL
1.1 SCOPE:
Provide concrete paving including broom- finished
paving, flatwork, and curbs, for areas designated on
drawings.
To be used for concrete paving destroyed by this
construction.
1.2 RELATED WORK SPECIFIED ELSEWHERE:
Excavation, Fill & Backfill for Utilities - Section
02221.
B. Cast-in-Place Concrete - Section 03300.
1.3 SUBMITTALS:
Concrete Design: Contractor shall be responsible for
and shall pay for design of concrete mixes. An
independent testing laboratory shall determine mixes of
each type concrete based on specified strengths and
materials in accordance with ACI 318-83. Submit 4
copies of design mix for approval.
1.4 COORDINATION:
Notify responsible trades of schedules of concrete
pours so as to allow adequate time for installation of
their work.
PART 2 - PRODUCTS
2.1 MATERIALS:
A. Portland Cement: ASTM C-150-78A, Type I or III.
B. Fine Aggregate: Natural sand, ASTM C-33-78.
Coarse Aggregate: Hard, durable natural gravel or
crushed rock meeting requirements of ASTM C-33-78.
Maximum size and gradation in accordance with Size No.
67 or 467 in Table II of ASTM C-33.
D. Water: Potable
Admixture: Cement-dispersing, water reducing compound
such as Pozzolith 100 series, as made by Master
Builders. Air entraining agent meeting requirements of
ASTM C260.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02515 - CONCRETE PAVING
2.2
Reinforcing Steel: ASTMA615, grade 60.
Wire Mesh: ASTM A185.
PAGE
02515-2
Forms: Nominal 2" thickness dimension fir, or steel
paving forms.
Premolded Expansion Joint Filler: ASTM D-1782, non-
asphaltic.
Dowels and Sleeves: 3/8" plain round bars, with
sleeves.
PROPORTIONING AND MIXING:
A.
Proportions and Design: Concrete shall produce a
mixture of adequate workability, free from segregation,
honeycombing and bleeding, and shall be of following
types:
1. Schedule of Types of Concrete:
MIN. ALL. COMP.
TYPE STRENGTH (28 DAYS]
I 3000 psi
MAX. SIZE
CEMENT % AIR AGGREGATES
Portland 6% 1-1/2"
Broom finished paving, walks, ramps, exterior
concrete steps and flat slabs.
Admixture: Add specified cement-dispersing agent
and air-entraining agent to concrete mixes.
B. Mixing:
C-94.
Ready mixed concrete in accordance with ASTM
Slump: Shall not exceed 4" per ASTM C-143.
PART 3 - EXECUTION
3.1 INSPECTION AND PREPARATION:
Inspect subgrade and report any discrepancies to Engineer
before proceeding. Do not place concrete until layout,
formwork, reinforcing and accessories have been and observed
by the Engineer.
3.2 FORMWORK:
Build form to lines and grades detailed, of sufficient
strength and rigidity so they will not deflect under
pressure of wet concrete. Exercise extreme care in layout,
bracing and aligning forms. Formwork shall be straight,
with no bulges in completed work greater than 1/8" in 10'.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVI8ION 2 - SITEWORK
SECTION 02515 - CONCRETE PAVING
PAGE
02515-3
3.3 REINFORCING:
Place reinforcing steel as detailed and in accordance with
ACI 318-83. Place wire mesh to provide one full mesh lap at
sides, minimum 8" at ends. Place dowels and sleeves at
expansion joints at 24" o.c. unless shown otherwise on the
plans. Provide positive bar supports for all reinforcing.
3.4 PLACING:
Concrete: Convey and place concrete so there is no
separation in ingredients in accordance with applicable
requirements of Chapter 10, ACI standard specifications
for Concrete Pavements and Concrete Bases (ACI 617).
Do not place concrete when temperature is below 40
degrees F. No calcium carbonate shall be added to the
concrete. Do not place concrete which exceeds 95
degrees F., and add a double dose of retarder to all
concrete which is between 90 degrees and 95 degrees F.
Ice shall be used to control the maximum temperature.
Construction Joints: Stoppage of concrete placing
shall occur at expansion joint or other detailed
contraction joints. Construct bulkheads to permit
continuation of reinforcing steel.
Expansion Joints: Place expansion joint fillers where
paving abutts structure or walls and at other locations
detailed. Provide removable tacked-on strips to
provide a recess for joint sealing compound. Provide
expansion joint every 40 feet in curbs and walks, or as
shown on drawings.
Use Zipstrip type control joints.
joints nominally at 20'-0" o.c.
otherwise on drawings.
Locate contraction
or as detailed
3.5 FINISH:
Provide broom finish. Materials exposed to view free
of surface defects such as poor joints, ridges, cracks,
honeycombing, excessive laitance, stone pockets or
other defects. Materials that are defective and cannot
be satisfactorily repaired, shall be removed and
replaced at the Contractor's expense.
Concrete cured by use of curing compound applied after
surfaces taken initial set after finishing. Material
Clear Bond by Guardian Chemical, Kure-N-Seal by
Sonneborn or Dress and Seal, or equal.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROS8TOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PART 1 - GENERAL
PAGE
02610-1
1.1 DESCRIPTION:
This item shall govern for all materials and work
necessary for furnishing and installing all water mains
of the type specified, and any and all distribution
lines as shown on the plans, including all sheeting,
shoring, excavation, dewatering, pipe laying, jointing,
testing, backfilling, and any other work that is
required or necessary to complete the installation as
shown on the plans and as specified herein.
The Contractor shall be responsible for all materials
furnished to him by his material suppliers and shall
replace at his expense all such materials that are
found to be defective in manufacture or that are
damaged in handling.
The Contractor shall install piping to meet all
applicable standards. The contractor shall provide
manufacturer's certificate that materials meet or
exceed minimum requirements as hereinafter specified.
1.2 RELATED WORK:
A. Section 02615 - Cast Iron and Ductile Iron Pipe
B. Section 02617 - Steel Pipe
C. Section 02618 - Prestressed Concrete Cylinder Pipe
D. Appendix A - Trench Safety Study
PART 2 - PRODUCTS
2.1 GENERAL:
All phases of this project shall be installed using the
materials designated on the plans and as specified
herein. All materials shall be new and meet the
following minimum specifications.
2.2 STEEL PIPE AND FITTINGS:
Unless otherwise specified on the plans, all 6" and
under steel pipe shall be ASTM A120, standard weight
(Schedule 40). All steel pipe larger than 6" shall
conform to the requirements of AWWA C-200-80.
All welded fittings shall meet the requirements of ANSI
B-16.9 (Schedule 40) or AWWA C-208-83.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-2
All flanges and flanged fittings shall be flat faced
and meet the requirements of ANSI B-16.5, 150# class or
AWWA C-207-86, Class E. Contractor shall coordinate
matching flanges.
All flange gaskets to be ASTM D-1330, Grade I, red
rubber, ring type, 1/8" thick.
The inside of all pipe and fittings shall be smooth,
clean, and free from blisters, loose mill scale, sand,
and dirt when installed.
All bolts to be ASTM A-193, Grade B-7, with two (2) hex
nuts, ASTM A-194, Grade 2-H attached. Studs to project
1/4 inch beyond outer face of each nut.
The interior of all steel pipe shall be lined with a
protective cement mortar coating, in accordance with
the A.W.W.A. Specification C205-85.
The exterior of steel pipe to be installed underground
shall be given a coat of primer, a corrosion
preventative tape (inner layer), and two layers of a
mechanical protective tape (outer layer). The tape
coating system shall be in accordance with A.W.W.A.
C-214-83 and shall be a minimum of 80 mils thick.
The exterior of steel pipe which will be exposed shall
be thoroughly cleaned and primed with a primer
compatible to the final exterior paint to be used.
Refer to painting specifications, and insulation
specifications for additional pipe protective coatings.
2.3 POLYVINYL CHLORIDE WATER PIPE AND FITTINGS (PVC):
Unless otherwise specified on the plans, 1/2 inch PVC
pipe shall be Class 315, 3/4 inch or larger PVC shall
be Class 200. All thermoplastic PVC pipe shall fulfill
the requirements of ASTM D2241, Class 200, DR 14.
Where specified on the plans, Schedule 40 PVC pipe
shall be PVC 1120 and shall meet requirements of ASTM D
1785.
PVC, DR 14, shall meet or exceed requirements of AWWA
C-900, latest revision, with cast iron outside
dimensions and with rubber ring bell joint which shall
be an integral and homogeneous part of the pipe barrel
conforming to ASTM D 3139, latest revision. Rubber
gaskets shall conform to ASTM F 477.
PVC water pipe shall be listed by Underwriter
Laboratories and approved for use in cities and towns
of Texas by the State Board of Insurance.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE ~ FITTINGS
P~GE
02610-3
The rigid PVC pipe shall bear the seal of approval (or
"NSF" mark) of the National Sanitation Foundation
Testing Laboratory for potable water pipe.
Pipe shall be made from NSF approved Class 12454-A or B
PVC compound conforming to ASTM D 1784 resin
specification.
2.4
CAST IRON PIPE/DUCTILE IRON PIPE AND FITTINGS (C.I.P.)
(D.I.P.):
Unless otherwise specifically shown on the plans, or
approved in writing, shall conform to ANSI A21.51 (AW'WA
C151, latest revision), 200 psi working pressure, and
shall be centrifugal cast pipe of rubber gasket type
joint, furnished in 16' or 18' nominal laying lengths.
All such pipe shall bear a mark denoting approval by
the Underwriters Laboratories.
Cast iron pipe under these specifications shall have a
tensile strength of 21,000 lbs. per square inch and
45,000 lbs. per square inch modulus of rupture. All
such pipe shall be manufactured in accordance with ANSI
"Manual for Thickness Design of Cast Iron Pipe", and
shall be designed for 200 lbs. water working pressure,
12 feet of cover, and field condition B.
Ductile iron pipe shall be manufactured from metal
having a minimum tensile strength of 60,000 lbs. per
square inch, a minimum yield strength of 40,000 lbs.
per square inch and a minimum elongation of 18 percent
(60-40-18), and shall meet all requirements of AWWA
Specification C150 and C151, latest revision, Class 51.
D. Joints for cast iron or ductile iron pipe shall be:
Push-on joint with rubber gasket conforming to
ANSI A21.11 (AWWA Clll) of latest revision, or
Mechanical joint conforming to ANSI A21.11 (AW'WA
Clll) of latest revision, or
Bell and spigot joints conforming to ANSI A21.11
(AWWA Clll), of latest revision, or
Flanged joint conforming to ANSI/AWWA -
Cl10/A21.10, 250 psi working pressure, drilled and
faced to match ANSI B-16.1, 125# Class.
Fittings for cast iron or ductile iron pipe shall be
rated for a minimum of 250 psi working pressure and
shall be: (shown on plans)
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEX~S
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-4
Mechanical joint fittings conforming to ANSI
A21.11 (AWWA Clll), of latest revision, or
Bell and spigot fittings, conforming to ANSI
A21.11 (AWWA Clll), of latest revision.
Flanged fittings, 250 psi working pressure,
conforming to ANSI A21.10 (AWWA Cll0), with rubber
ring gaskets, drilled and faced to match ANSI B-
16.1, 125# Class.
All ductile iron pipe shall have a standard thickness
of cement mortar lining as specified in ANSI A21.4,
latest revision (AWWA C104), except for flanges, which
will receive an inside tar coating in place of the
cement mortar lining.
All ductile iron pipe, valves, and fittings shall be
coated on the outside with hot dipped coal tar varnish
conforming to Federal Specification WW-P-421 or, in
lieu of coal tar coating, polyethylene encasement may
be used for ductile iron pipe in accordance with
ANSI/ASTM C 105/A21.5 latest revision. The film shall
have a minimum nominal thickness of 0.008 inches (8
mils.).
Bolts and nuts for mechanical joints or flanged ends
shall be of a high-strength low-alloy corrosion-
resistant steel and shall conform to ASTM Designation A
325 (Type 3).
2.5 POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS:
All pipe and fittings shall be suitable for use as a
gravity sewer conduit and shall conform to ASTM D3034
(SDR 35), latest revision, minimum pipe stiffness, 46
psi. Pipe shall be similar to Certainteed Fluid-Tits
PVC pipe, Johns-Manville Ring-Tite PVC Gravity Sewer
Pipe, or approved equal.
Joints for PVC sewer pipe shall be integral bell
gasketed joint designed so that when assembled, the
elastomeric gasket inside the bell is compressed
radially on the pipe spigot to form a positive seal.
The joint shall be so designed to avoid displacement of
the gasket when installed in accordance with the
manufacturer'~ recommendation. Joints shall conform to
ASTM D3212, latest revision. Gaskets shall conform to
ASTM F477, latest revision.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-5
2.6 DUCTILE IRON SEWER PIPE AND FITTINGS:
Ductile iron gravity sewer pipe shall conform to ASTM
A746, latest revision. ANSI A21.51 or AWWA C151,
latest revisions, Class 52.
B. Joints for ductile iron pipe shall be:
Mechanical joint, conforming to ANSI A21.11 (AWWA
Clll) of latest revision, or
Push-on joint, with rubber gasket as described in
ANSI A21.11 (AWWA Clll) latest revision.
C. Cement-mortar lining shall conform to ANSI A21.4.
PART 3 - EXECUTION
3.1 SCOPE:
The work to be performed under this section shall
include all labor, materials, equipment,
transportation, all excavation, installation, and all
backfill, testing and facilities necessary for proper
installation of all water lines, and all distribution
lines as shown on the plans, and/or as herein
specified.
All lines shall be constructed from the utility mains,
shown on the drawings or connecting to utility service
lines. The contractor shall be responsible to check
all elevations of inverts of existing pipes before
construction of station piping or mains.
Utility extension, rerouting and connection costs shall
be paid and arranged for by contractor. All costs
involved in extending, rerouting and connecting the
utilities whether or not part of the work must
necessarily be performed by the various utility company
crews shall be paid by this contractor. Any charges
for connections to mains, valving, extending to
property line or building, furnishing equipment, etc.,
shall be paid for as a part of the work of this
section. Regardless of whether the Owner may have to
sign with the utility company for any or all of these
services, the contractor shall include in his bid all
fees, city inspection charges, permit charges, work
charges, etc., and shall be ready to deposit with the
utility company said fees when required at time of
Owner's signing for same.
All welding operations shall be in strict accordance
with AWWA C206 and AWS Di.1, Structural Welding Code.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-6
The Contractor shall submit qualification test results
for all welders prior to commencing construction.
3.2 EXISTING SITE CONDITIONS:
Existing Utilities: Locations and sizes o~ existing
utilities as shown on the drawings are based on the
best available information and may not be entirely
correct. Exact location, depth and size must be
verified by the contractor in the field. Additional
compensation will not be allowed if damage to the
utilities results because of minor discrepancies
between locations shown on the drawings and actual
field locations. Relocation of utilities in place
shall be done whether or not such work is specifically
shown on the drawings.
Any existing utilities that may be shown on the
drawings or the location of which is made known to the
contractor prior to excavation shall be protected from
damage during the excavation and backfilling of
trenches and, if damaged, shall be repaired by the
contractor at his expense.
Any existing utility that is not shown on the drawings
or the location of which are not known to the
contractor in sufficient time to avoid damage, if
inadvertently damaged during excavation, shall be
immediately repaired by the contractor due to the
existence of utilities that are not shown on the
drawings or the location of which is not known to the
contractor at the time of bidding.
Any existing utility lines and services shall be
maintained at all times, except for such short periods
of time as may be necessary to actually make
connections to new work to the existing system. When
it is necessary to temporarily interrupt service for
the above purpose, such shall be done only at such date
and time as may be established in advance by the
Engineer. Those lines shown on the drawings to be
abandoned or removed shall not be abandoned or removed
until after it has been determined that they are no
longer required for service and until such action has
been approved by the Owner and the Engineer.
3.3 LINES, GRADES, STAKES AND TEMPLATES:
Ae
The Contractor shall, at his own expense, furnish all
stakes, templates, patterns, platforms and labor,
including a person qualified to lay out all of the
work.
The engineer will furnish, upon request from the
Contractor, limit marks and bench marks reasonably
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-7
necessary for the execution of the work.
It shall be the Contractor's responsibility to protect
these limit marks and bench marks set by the Engineer.
Should the marks become destroyed or damaged, the cost
of their replacement will be at the Contractor's
expense.
The Engineer may furnish a representative to check
alignment and grade, after it has been laid out ready
for construction; however, this will in no way lessen
the responsibility of the Contractor to see that grade
and alignment are correct at all times.
The lines and grade of the piping, as well as the
location of valves, tees, meters and all other
appurtenances, will be as shown on the plans or as
directed by the Engineer.
The Engineer reserves the right to indicate which
phases of the project will receive priority in
construction.
The Contractor shall give the Engineer a minimum of
forty-eight (48) hours notice for any engineering or
inspection necessary to continue or complete the work.
No deviation shall be made from the required line or
grade without written approval from the Engineer.
3.4 EXCAVATION:
Prior to beginning any excavation, the Contractor shall read
and familiarize himself with the ,,TRENCH SAFETY STUDY, FOR
THE CROSSTOWN WATER LINE, LINES A B AND C " which is
included in Appendix A of this document. The Contractor
shall perform the work of excavation in strict accordance
with the requirements of Appendix "A" and those shown on
sheet 34 of the Drawings, entitled "Waterline Trench
Safety".
The Contractor shall perform all excavation that may be
required for the installation of any and all parts of
this section.
All excavations shall be made by open cuts except as
shown on the plans. The sides of the trench shall be
kept as nearly vertical as possible, especially from
the trench floor to a level on one (1) foot above the
top of the pipe. Trench bottoms shall not be less than
12 inches wider nor more than 16 inches wider than the
outside diameter of the pipe laid therein, and shall be
excavated true to line, so that clear space of not less
than 6 inches nor more than 8 inches in width is
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-8
provided on each side of the pipe. The bottom of
trenches shall be accurately graded to provide uniform
bearing and support for each section of pipe or
undisturbed soil at every point along its entire
length, except for positions of the pipe sections
where it is necessary to excavate for bell holes. Bell
holes shall be excavated only to an extent sufficient
to permit accurate work in the making of the joints and
to insure that the pipe, for a maximum of its length,
will rest upon the prepared bottom of the trench. The
bottom of all trenches shall be rounded so that at
least one-fourth (1/4) of the circumference of the pipe
rests firmly on undisturbed soil. If the Contractor
should, be error, excavate below the proper elevation
for the bed of the pipe or should he desire to
substitute an approved granular backfill, properly
tamped, for supporting the pipe to the same extent as
the shape trench bottom, then the Contractor must bring
the trench bottom to the proper grade by refilling, at
the Contractor's expense, with an approved granular
backfill. This backfill material shall be sand of fine
gravel that does not contain large rocks or other
deleterious materials and should be placed so that it
is at least 2 inches deep below the bottom and so that
the lower one-third (1/3) of the pipe is uniformly
supported on undisturbed soil.
All excavation shall be placed on one side of the
trench, unless permission is given by the Engineer to
place it on both sides. Excavated materials shall be
placed so as not to endanger the work, and so that free
access may be had at all times to all parts of the
trench.
The Contractor shall provide, without additional
compensation, suitable temporary channels for the water
that may flow along or across the site of the work.
Any water pumped from the trenches, or other
excavations, must be disposed of in a manner
satisfactory to the Engineer.
3.5 BRACING AND SHORING:
The Contractor shall, when necessary or when directed
by the Engineer, furnish, put in place, and maintain
all without additional compensation, such sheeting,
bracing, etc., as may be required to support the sides
of the excavation and to prevent any movement which can
in any way damage adjacent pavement or other
structures, damage or delay the work or construction,
or endanger life and health. Care shall be taken to
prevent voids outside the sheeting, but, if voids are
formed, they shall be immediately filled and rammed to
the satisfaction of the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORX
SECTION 02610 - PIPE ]~TD FITTINGS
02610-9
For the purpose of preventing injury to persons,
corporations or property, whether public or private,
(where the liability for damage on account of which is
to be assumed entirely and solely by the Contractor
under this contract) he may also leave in place, to be
embedded in the backfill of the trench any and all
sheeting, bracing, etc., in addition to that ordered in
writing by the Engineer to be left in place.
All voids left by the withdrawal of sheeting shall be
immediately refilled and compacted by ramming
or otherwise, as may be directed.
De
The right of the Engineer to order sheeting and bracing
left in place shall not be construed as creating an
obligation on his part to issue such orders; and his
failure to exercise his right to do so shall not
relieve the Contractor from liability or damages to
persons or property, occurring from or upon the work of
constructing the sewer occasioned by negligence or
otherwise, growing out of the failure of the Contractor
to leave in place in the trench sufficient sheeting and
bracing to prevent any caving or moving of the ground
adjacent to the banks of the trench.
3.6 DEWATERING:
The Contractor shall at all time during construction,
provide and maintain ample means and devices with which to
promptly remove and properly dispose of all water entering
the pipe trenches or excavations, and keep said excavations
dry until the structures are poured and the concrete has
set. No pipes shall be laid, nor pipe joints made, in
water; not shall water be allowed to rise over masonry or
mortar until the concrete or mortar has set at least twenty-
four ( 24 ) hours.
3.7 BEDDING MATERIAL:
Six inches of granular material shall be used to
receive the pipe barrel and each pipe section, when in
place, shall have a uniform bearing on the granular
material for the full length of the pipe barrel. Pipe
shall not be laid unless the granular material is free
of water and in a condition satisfactory to the
Engineer. Adjustments of the pipe to line and grade
shall be made by scraping away or filling in with
gravel, or approved selected material, and not by
wedging or blocking up the bell. After pipe is in
place, 12" of sand shall be placed above the pipe prior
to backfilling with select material.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-10
Bedding material will not be measured or paid for as a
separate item. The cost thereof will be included in
the lump sum price bid.
In no case will extra compensation be allowed for
furnishing any bedding material required to complete
the installation of pipe.
3.8 PROTECTION AND INSTALLATION:
Care and precautions shall be taken to prevent the
introduction of foreign materials into the existing
system. Well fitted stoppers or bulkheads shall be
securely place in all openings and in the end of the
line when construction is stopped temporarily and at
the end of each day's work. It shall be the
responsibility of the Contractor to deliver to the
Owner a pipeline which is clean throughout its entire
length.
Bell holes of ample size shall be cut under and around
all joints to provide adequate room for making joints
and to assure that the barrel of the pipe rests
uniformly and in continuous contact with the supporting
ground for its entire length.
Water will not be permitted in the trenches while the
pipe is being laid. The Contractor shall not open up
more trenches than the available pumping facilities are
able to dewater to the satisfaction of the Engineer.
A tolerance of 1" from the established grade may be
permitted, if approved by the Engineer, in order to
prevent excessive breaks in alignment at the joints to
such an extent that the joints cannot be properly made.
The interior of the pipe shall be clean and joint
surfaces shall be clean and dry when the pipe is
lowered into the trench. Each pipe, fitting, and valve
shall be lowered into the trench carefully and laid
true to line and grade.
All joints shall be made in strict accordance with the
manufacturer's specifications.
3.9 THRUST BLOCKS:
3000 psi concrete shall be placed for blocking at each
change in direction of all pressure pipelines in such
manner as will substantially brace the pipe against
undisturbed trench walls. Concrete blocking, made from
Type 1 cement, shall have been in place four days prior
to testing the pipeline as hereinafter specified. Test
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE )d~D FITTINGS
P~GE
02610-11
may be made in two days after completion of blocking if
Type III cement is used.
At all points where wet connections are made to
existing, mains, the tapping connection fittings shall
be supported by blocking up to the spring line with
3000 psi concrete.
All valves shall be supported by a 3000 psi concrete
pad, 6 inches thick and of sufficient size to rest
against undisturbed earth, unless shown otherwise on
plans.
3.10 CONNECTIONS AND APPURTENANCES:
The Contractor shall make the alterations and the
necessary connections to existing water mains as shown
on the plans. Such connections shall be made at such
times and in a manner that will be agreeable to the
Owner in each case, when the work is started, it shall
be prosecuted expeditiously and continuously until
completed.
Where it is necessary or indicated in the plans,
connections to existing mains under pressure shall be
made by tapping connection fittings. Where it is
possible to valve off the section of existing main
where the connection is to be made, the Contractor may
have the option of either connecting by means of
tapping connection fittings or by cutting the main and
using standard fittings.
Tapping sleeves, crosses and valves shall be of
standard manufacture and mechanical joint type to fit
AWWA pipe specifications in Classes A, B, C, and D.
Tapping sleeves and crosses shall be designed for
minimum working pressure of 200 pounds per square inch.
Connecting flanges on tapping sleeves, crosses and
valves shall be ASA Class 125. Tapping valves shall be
designed for minimum working pressure of 200 pounds per
square inch.
3.11 CLEANUP:
In areas where. the piping has been backfilled, the
Contractor shall clear the surrounding ground, and
shall dispose of all waste materials and debris
resulting from his operations. He shall fill and
smooth over holes and ruts and shall repair all
miscellaneous and unclassified ground damage done by
him, and shall restore the ground to such stable and
usable conditions as may reasonably be required,
consistent with the conditions of the ground prior to
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN~FATER LINE
CITY OF COPPELL, TEX~S
DIVISION 2 - 8ITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-12
the laying of the piping.
3.12 TESTING OF WATER LINES:
After all pipe is installed and flushed of dirt and
foreign material, the pipe shall be filled with water,
care being exercised to expel all air from the pipe.
During the test period, pipe, valves, meter, fittings,
and joints shall be carefully examined for defects.
Any observed leaks or defective pipe shall be
satisfactorily repaired or replaced at the expense of
the Contractor and the test repeated until the section
under test is within the limits prescribed. All new
piping or parts thereof shall be tested under
hydrostatic pressure of 150 pounds per square inch, for
a period of two hours if joints are exposed, or for a
twenty-four (24) hour period if joints are covered, or
as directed by the Engineer.
Care shall be taken to insure that water mains existing
prior to this contract are not pressure tested. Any
old mains damaged by pressure testing shall be repaired
at the expense of the Contractor.
Leakage shall be measured by an approved calibrated
meter through which all of the water required to
maintain test pressure is pumped.
All testing shall be performed in the presence of the
Engineer.
The Contractor shall furnish the pump, pipe,
connections, closure fittings, gauges meters, water and
all other necessary apparatus and shall furnish all
labor and do all work required to make the tests. All
costs of testing shall be borne by the Contractor.
Testing operations shall remain in operation for a
minimum of two (2) hours or until approved by the
Engineer. For cast iron, ductile iron, PVC, and PCCP
pipe, the allowable leakage shall not exceed 11.65
gallons of water per day per mile of pipe per inch of
nominal diameter, for pipe in 18 foot lengths when
evaluated at a pressure of 150 psi in accordance with
AWWA C600, Section 4. There shall be no allowable
leakage from steel pipe. No allowance will be made for
possible leakage through any valve without the
Engineers approval. If the line under test contains
sections of various diameters, the allowable leakage
will be the sum of the computed leakage for each size.
Any and all known leaks shall be stopped regardless of
the test requirements.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02610 - PIPE AND FITTINGS
PAGE
02610-13
3.13 DISINFECTION:
After completion of the installation, the water lines
shall be thoroughly flushed out to remove dirt and
foreign matter, hydrostatically tested, and then be
sterilized in accordance with the requirements of the
Texas Department of Health and AWWA C601.
When the piping is sterilized, at least two (2) samples
of water shall be extracted from the system for
examination by the Texas Department of Health to
determine whether the system is free of organisms of
the Coil-Aerogenes group. If the samples submitted do
not show negative for such organisms, the piping shall
be disinfected and redisinfected by the Contractor in
accordance with the requirements of the Texas
Department of Health until the system is free of
contamination. All materials and labor required for
complete sterilization of the piping shall be furnished
by the Contractor at no additional expense to the
Owner.
3.14 MEASUREMENT:
A. PIPING
Piping, fittings, and flanges will be measured for
payment. The cost of these items shall be included in
the Contract Unit Price for the item. This item
includes all nuts, bolts, gaskets, and other
incidentals needed for completion of the project as
specified on the plans.
3.15 PAYMENT:
Payment for Piping will be included in the Contract Unit
Price, which price shall constitute full compensation for
furnishing all pipe, pipe joints, fittings, specials and all
other materials not particularly specified; for furnishing
all labor, tools, equipment and incidentals and performing
all work including preparation of right-of-way, excavation,
pipe installation, painting, backfill (where required),
testing, sterilization, cleanup and any other operations
essential to completing the work as shown on the Contract
Drawings.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24n CROSBTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK PAGE
SECTION 02615 - DUCTILE IRON PIPE 02615-1
PART 1-GENERAL
1.1 SCOPE:
Ductile iron pipe, fittings and specials are to be installed
at the line and grade shown on the plans and as specified in
these Contract Documents·
1.2 RELATED WORK:
A. Section 02610 - Pipe and Fittings
B. Section 02221 - Excavation, Trenching and Backfilling
for Utilities·
C. Appendix "A" - Trench Safety Study
PART 2 - PRODUCT8
2.1 MATERIALS:
A. For description of designated materials to be used on
this project, see Section 02610.
PART 3 - EXECUTION
3.1 PIPE HANDLING:
Ae
All pipe, fittings and specials shall be lowered into
the trench by derrick, tripod, crane or other suitable
method. Rolling or dumping it into the trench will not
be permitted. Pipe and fittings shall be handled in
such a manner as not to damage the coating. All dirt
and trash shall be removed from the barrel and the ends
of the pipe while it is suspended. Slings shall be
used to handle all pipe and fittings; no hooks will be
permitted.
Where it becomes necessary to deflect the pipe to avoid
obstruction the deflection of each joint must be
approved by the Engineer.
The pipe is to be kept clean during the laying
operation and free of all dirt and trash and, at the
close of each operating day, the open end of the pipe
is to be effectively sealed against the entrance of all
objects and, especially, water.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVIBION 2 - BITEWORK
SECTION 02615 - DUCTILE IRON PIPE
PAGE
02615-2
3.2 JOINT-MAKING:
The types of joints to be used for the various sizes of
pipes will be as specified in Section 02610, Pipe and
Fittings. The methods of making each type of joint will be
as follows:
A. Mechanical Joints:
The Contractor shall wire brush and thoroughly clean
the surfaces with which the gasket comes in contact on
the bell and spigot. The cleaned surfaces of the bell
and spigot shall then be lubricated with a nontoxic
vegetable soap lubricant just prior to slipping the
gasket over the spigot end and into the bell. The
follower ring shall than be bolted into compression
against the gasket, with the follower bolts tightened
to the following torque range:
Bolt Size in Inches
Range of Torque in Foot Lbs.
5/8 40 - 60
3/4 60 - 90
1 70 - 100
1-1/4 90 - 120
A torque indicating wrench shall be used to obtain the
specified torque range. The gland shall be tightened
toward the flange, maintaining approximately the same
distance between the gland and the face of the flange
at all points around the socket. If effective sealing
is not attained at the maximum torque indicated above
the joint shall be disassembled and reassembled after
thorough cleaning. Overstressing of bolts to
compensate for poor installation practice will not be
permitted.
B. Slip-On Joints:
Slip-on joints, such as Tyton, Bell-Tite, or Fastite,
shall be made in the following manner. The gasket and
the gasket seat inside the bell shall be wiped clean of
all extraneous matter. Place the gasket in the bell in
thin film of nontoxic vegetable soap lubricant to the
inside of the gasket and the outside of spigot prior to
entering the spigot into the bell. Force the spigot
home in the bell by use of a crow bar or a fork tool on
sizes 2 inches through 8 inches or by use of a jack on
sizes 10 inches and larger. When using a field cut
plain end piece of pipe taper the outside cut end of
the pipe about 1/8 inch back at an angle of 30 degrees
with a portable grinder or a coarse file before making
up joint.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02615 - DUCTILE IRON PIPE
PAGE
02615-3
C. Flanged Joints:
Flanged connections shall be made by means of erection
bolts and drift pins without undue forcing and with no
restraint on the ends of the pipe or fitting which
would prevent pressure from being evenly and uniformly
applied to the gasket. The pipe or fitting must be
free to move in any direction while bolting. Bolts
shall be gradually tightened, each in turn, at a
uniform rate around the entire flange. Flange bolts
shall be installed with all bolt heads in one direction.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-1
PART i - GENERAL
1.01 SCOPE
This section covers prestressed reinforced concrete pipe
with a steel cylinder and steel fittings lined and coated
with concrete or mortar, to be furnished and installed in
the following lines:
As shown on the drawings, Line A, B, C and D.
Pipe shall be furnished and installed complete with all
jointing materials and accessories, anchors and blocking,
and other necessary appurtenances.
1.02
1.03
GOVERNING STANDARD
Except as modified or otherwise provided herein, the
manufacture of prestressed concrete cylinder pipe shall be
governed by AWWA C301. The supplementary information
required in the foreword of the governing standard is as
follows:
Tabulated Layout Schedule (Sec. 1.5.2) Required.
Identification Marks (Sec. 1.6) Required.
Steel Test Reports & Specimens
(Sec. 1.9.3) Not required.
Rubber Gasket Test Results (Sec. 1.9.5) Not required.
Affidavit of Compliance (Sec. 1.10) Required.
Concrete Aggregate Samples (Sec. 2.4) Not required.
Design Calculations (Sec. 3.2.1) Required.
Welding Details (Sec. 3.5.2) Not required.
Specials and Fittings (Sec. 4.1) As specified herein.
Structural Steel Connections Interior lining
(Sec. 4.5) required.
THRUST RESTRAINTS
In lieu of concrete thrust blocks, contractor may weld
joint rings, designed to resist thrust of test pressures.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-2
PART 2 - PRODUCTS
2.01 MATERIALS
Unless otherwise specified herein,
the manufacture of pipe, fittings,
conform to AWWA C301.
all materials used in
and accessories shall
A. Fine Aggregate
Clean natural sand, ASTM
C33. Artificial or
manufactured sand will
not be acceptable.
B. Gaskets
AWWA C301, Sections 2.11
and 3.4, except polymer
shall be synthetic rubber.
Natural rubber will not
be acceptable.
C. Joint Diapers
24 Inch Pipe and Smaller
Cotton or fiberglass
fabric with wire in hems
or burlap fabric with
steel strap in hems, at
least 7 inches wide.
30 Inch Pipe and Larger
Burlap or fiberglass
fabric with steel strap
in hems, at least 9
inches wide.
D. Flanges AWWA C207.
E. Joint Harness
Bolts
ASTM A193, Grade B7.
Nuts
ASTM A194, Grade 2H.
2.02
BASIS OF DESIGN
Ae
Design Criteria. All pipe, fittings and specials shall
be designed for a combination of the following
internal, external and surge pressures:
Internal Pressure: 100 psi minimum or higher as
indicated in Pipeline Schedule.
o
External Pressure: 6.0 feet of cover minimum or
such greater pressures and earth loads as shown on
the drawings.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-3
3. Surge Pressure: As specified in Pipeline Schedule.
Inspection and Testing.
Shop Inspection. When specified in Job Conditions,
pipe, fittings and specials will be inspected at
the manufacturer's plant by the Owner's Agent. The
costs of such inspection will be paid by the Owner.
Shop Visits. The Owner's Agent shall at all times
have free access to the manufacturer's plant while
production is in progress.
Shop Testing. In accordance with the requirements
of AWWA C301, Section 1.9. Pipe manufacturer
shall provide copies of mill test reports, steel
specimens, gasket rubber and related test reports
when requested by Owner's Agent.
Shop Welding. Manual-welding operators shall be
qualified under Section IX, Part A, of the ASME
Boiler and Pressure Vessel Code.
Inspection by the Owner's Agent, or failure to pro-
vide inspection, shall not relieve the Contractor
of his responsibility to provide materials and per-
form the work in accordance with the specifications.
Pipe Rejection. Pipe may be rejected for failure to
meet any of the following items:
If adequate means and methods are not provided so
as to insure the manufacture of a product of
uniform quality.
2. A piece broken out of the pipe.
Any crack extending entirely through the barrel of
the pipe or to the steel cylinder or rods.
4. Any shattering or flaking of concrete at a crack.
Any excessive surface cracking due to temperature
conditions. Pipe manufacturer shall control these
cracks by adequate concrete mix, curing or
preservation of moisture in pipe interior during
yard storage and shipment to job site.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSST0WNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-4
D. Reference Standards
Specifications of the American Water Works
Association (AWWA) listed below shall apply to this
Section:
C-207
Steel Pipe Flanges
C-301
Prestressed Concrete Pressure Pipe,
Steel Cylinder Type, For Water and
Other Liquids
Specifications of the American Society for Testing
and Materials (ASTM) listed below shall apply to
this Section:
A194
Carbon and Alloy Steel Nuts for
Bolts for High Pressure and High
Temperature Service
A325
Specification for High-Strength
Bolts for Structural Steel Joints,
including Suitable Nuts and Plain
Hardened Washers
2.03
FITTINGS AND SPECIALS
In addition to straight pipe, all bends, tees, adapters,
closure pieces, blowoff fittings, and other fittings or
specials shall be furnished as indicated on the drawings
or required to complete the work. Except as modified or
otherwise provided herein, the design and manufacture of
fittings and specials shall be governed by the same
requirements as the connecting piping.
Connections. Connections to concrete pipe shall be of
the types indicated on the drawings. The following
requirements shall govern connections to concrete pipe.
1. Flanges
Ring type except where
otherwise permitted.
Diameter, Drilling
and Thickness
ANSI B-16.1, 125# Class or
AWWA C207, Class E.
Finish
Flat faced with concentric
or spiral serrated finish.
Bolts and Gaskets
As specified for connec-
ting piping.
Tapped Holes
ANSI Bi.1, coarse thread,
Class 2B fit.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
' DIVISION 2 - SITEWORK PAGE
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE 02618-5
2. Mechanical Joints
ANSI A21.11.
3. Threaded Connections
ANSI B2.1, NPT.
4. Mechanical Couplings
Plain end steel spigots
at least 12 inches long.
Blowoffs. Each blowoff shall be arranged to provide a
horizontal flanged drain line connection. One of the
following arrangements shall be employed:
1. Tangential flanged outlets.
Radial flanged outlets, plus a 60 degree flanged
cast iron or cast steel bend for each.
Fittings. Fittings shall comply with Section 4 of
AWWA C301. Fittings shall be designed for the same
loads and internal pressures as the adjacent pipe.
Anchored Joints. Where indicated on the drawings,
joints shall be anchored by clamps, set screws, bolt
harness assemblies, or other method acceptable to the
Engineer. Welding the joint rings will be acceptable.
Harness bolts, if used, shall be designed on a basis of
60,000 psi. Each anchored pipe shall be designed to
resist thrust of the magnitude, resulting from
application of the specified hydrostatic test pressure.
Reducers. Tapered reducers shall be provided at the
locations indicated on the drawings. Reducers shall
be concentric and shall have a diametrical reduction
of not more than 3 inches per foot of length.
2.04 MARKING
Each pipe, fitting, or special section shall have
and permanently marked thereon:
plainly
A. Pipe class.
B. Date of manufacture.
C. Manufacturer's name or trademark.
D. On bends, the angle turned thereby.
Identification of specials to show proper location in
line.
Markings shall be idented in the pipe or painted thereon
with waterproof paint.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24', CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-6
PART 3 - EXECUTION
3.01 HANDLING
Concrete pipe and fittings shall be handled carefully and
shall not be bumped or dropped. Hooks shall not be
permitted to come in contact with joint surfaces.
3.02 CLEANING
The interior of all pipe and fittings shall be thoroughly
cleaned of foreign matter before being installed and shall
be kept clean until the work has been accepted. All joint
contact surfaces shall be kept clean until joinring is
completed.
Every precaution shall be taken to prevent foreign
material from entering the pipe during installation. No
debris, tools, clothing, or other materials shall be
placed in the pipe.
Whenever pipe laying is stopped, the open end of the pipe
shall be sealed with a watertight plug which will prevent
trench water from entering the pipe.
3.03
ALIGNMENT
Piping shall be laid to the lines and grades indicated on
the drawings. Pipelines or runs intended to be straight
shall be laid straight. Curves may be formed by using
fittings or beveled joints or by opening the joints. The
Contractor is responsible for using approved methods to
maintain the alignment and grade of the pipe.
3.04
LAYING PIPE
Pipe shall be protected from lateral displacement by pipe
embedment material installed as specified in the excavation
and trenching section. Under no circumstances shall pipe
be laid in water and no pipe shall be laid under unsuitable
weather or trench conditions.
Pipe shall be laid with bell ends facing the direction of
laying except when reverse laying is specifically permitted
by the Engineer.
3.05
JOINTING
Rubber and steel joints shall be installed in accordance
with the pipe manufacturer's recommendations. Immediately
before the pipe is jointed, all exterior spigot and
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-7
interior bell surfaces shall be thoroughly cleaned and well
lubricated. Lubricant shall be suitable for use in potable
water, shall be stored in closed containers, and shall be
kept clean. The rubber gasket shall then be stretched
over the spigot and settled into the spigot groove, and the
pipe pushed or pulled into final position.
The position and condition of the rubber gasket shall be
checked before the next piping unit is installed. In
jointing 30 inch or larger concrete pipe, steel inserts
shall be used to prevent the pipe from entering to the
full depth of the bell until the position of the gasket
has been checked.
Joint space outside the rubber gasket shall be filled with
grout. To prevent entrance of earth into the joint space
before grouting and to serve as a form for the grout, a
diaper shall be placed around the outside of the joint.
Grout shall be composed of one part portland cement and 2
parts sand, mixed to a pouring consistency and constantly
stirred while being poured to prevent segregation. Sand
for grout shall be clean masonry sand passing a 16 mesh
sieve. Grout shall be poured between the diaper and the
pipe and allowed to run down around to the bottom of the
pipe. The grout shall be rodded, while being poured, with
a stiff wire curved to the approximate radius of the pipe.
The joint recess shall be completely filled at all joints.
Not less than two lengths of pipe shall be in final
position in advance of joint grouting. If pipe embedment
operations are resumed before the grout has attained
initial set, extreme care shall be taken to prevent damage
to the grout while placing and compacting embedment
material.
After trench backfilling operations over the pipe have
been completed, the inside joint recess of all 30 inch or
larger concrete pipe shall be filled with stiff mortar
mixed in proportions of one part portland cement to 2
parts masonry sand passing a 16 mesh sieve. Joint
surfaces shall be damp, but free from surface water when
the mortar is placed. Mortar shall be thoroughly
compacted and finished smooth. All excess mortar shall be
removed from the pipe.
3.06 CONNECTIONS WITH EXISTING LINES
Where connections are made between new work and existing
piping, such connections shall be made using suitable
fittings for the conditions encountered. Each connection
with an existing pipe shall be made at the time and under
conditions which will least interfere with service to
customers affected thereby, and as authorized by the
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-8
Engineer. Facilities shall be provided for proper
dewatering and for disposal of all water removed from the
dewatered lines and excavations without damage to adjacent
property.
Special care shall be taken to prevent contamination when
dewatering, cutting into, and making connections with
existing pipe. No trench water, mud, or other
contaminating substances shall be permitted to get into
the lines. The interior of all pipe, fittings, and valves
installed in such connections shall be thoroughly cleaned
and then swabbed with a solution having a chlorine content
of 200 milligrams per liter.
3.07 CONCRETE ENCASEMENT AND BLOCKING
Concrete encasement and blocking shall be installed where
and as indicated on the drawings. Concrete and reinforcing
steel shall be as specified in the cast-in-place concrete
section. All pipe to be encased shall be suitably
supported and blocked in proper position and shall be
anchored against flotation. Blocking shall bear against
undisturbed earth.
3.08 PROTECTIVE COATINGS
Unless otherwise specified, metal surfaces shall be
protected as specified herein.
Shop Coatings. Bolts, flange faces, and steel joint
rings shall be shop coated with rust preventive
compound, Houghton "Rust Veto 344" or Rust-Oleum "R-9."
All other metal surfaces shall be shop primed with
Koppers "Bitumastic Mill Undercoat" or Valspar "35-J-6
Bituminous Black."
Surfaces Exposed Underground. All metal surfaces which
will be in contact with backfill after installation
(not encased in concrete) shall be cleaned to remove
all rust and foreign materials, primed, and wrapped
with two half-lapped layers of coal tar saturated
fabric, Protecto Wrap "200GT" or Tapecoat "CT". The
wrapping shall be applied in accordance with the
manufacturer's recommendations.
Backfill adjacent to wrapped surfaces shall consist of
clean sand or pea gravel.
Surfaces Exposed in Manholes. All metal surfaces
exposed inside manholes after installation shall be
cleaned and given two coats of Kppers "Bitumastic Super
Service Black," Tnemec "450 Heavey Tnemecol," or Porter
"Tarmastic 100."
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
PAGE
02618-9
3.09 LEAKAGE
All joints shall be watertight and free from leaks. Each
leak which is discovered during the pressure and leakage
tests shall be repaired by and at the expense of the
Contractor.
3.10 PRESSURE TEST
The following lines shall be subjected to a hydrostatic
pressure test. The test pressure shall be maintained for
at least two hours while the line is inspected.
Line
Test Pressure
A 200 psi
B 200 psi
C 150 psi
D 150 psi
The Contractor shall provide all necessary pumping
equipment, piping connections between the piping and the
nearest available source of test water, pressure gages,
and other equipment, materials, and facilities necessary
for the tests.
All pipe, fittings, valves, pipe joints, and other
materials which are found to be defective shall be removed
immediately and replaced with new and acceptable material,
by and at the expense of the Contractor.
3.11 PIPELINE SCHEDULE
Working Working
Line Pressure Surge
Line A 125 psi 75 psi
Line B 125 psi 75 psi
Line C 100 psi None
Line D 100 psi None
3.12
DRAWINGS AND DATA
Drawings, specifications, installation schedules, and
other data showing complete details of the design,
fabrication, construction, field locations and elevations,
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - BITEWORK PAGE
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE 02618-10
and installation of pipe, fittings, specials, and
connections, together with complete data covering all
materials proposed for use in connection therewith, shall
be submitted in accordance with the submittals section.
The drawings and data shall include but shall not be
limited to the following for each size and class of pipe.
A. Pipe design.
B. Details of specials.
C. Laying schedule.
3.13
TRENCH SAFETY
The provisions of Appendix "A", Trench Safety Study and
Sheet 34 must be strictly adhered to during installation
of all piping.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02640 - VALVES, COCKS AND HYDRANTS
PAGE
02640-1
PART 1 - GENERAL
1.1 GENERAL:
This item shall include furnishing of all labor, materials
and equipment and installation of all valves in accordance
with contract drawings and these specifications and required
for construction of the Crosstown Water Line and
Miscellaneous Water lines.
1.2 SUBMITTALS:
A. Catalog Data: Submit manufacturer's literature and
illustrations.
B. Weights: Statement of net assembled weight of each
size of valve furnished.
C. Shop Drawings of Valves and Operators.
1. Dimensions
2. Construction details
3. Materials
D. Installation Instructions: Complete manufacturer's
installation instructions.
E. Maintenance Data:
1. Maintenance instructions
2. Parts lists
F. Certificates: Submit manufacturer's certification that
valves and accessories meet or exceed specification
requirements.
1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING:
A. Prepare valves and accessories for shipment according
to AWWA C500 and:
1. Seal valve ends to prevent entry of foreign matter
into valve body.
2. Box, crate, completely enclose, and protect valves
and accessories from accumulations of foreign
matter.
B. Store valves and accessories in area protected from
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02640 - VALVES, COCKS AND HYDRANTS
PAGE
02640-2
weather, moisture, or possible damage.
Do not store materials directly on ground.
Handle items to prevent damage to interior or exterior
surfaces.
PART 2 - PRODUCTS
2.1 GATE VALVES:
Gate valves for below ground service shall be Clow,
Mueller, M & H, or approved equal, resilient wedge
valves with epoxy coated body, non-rising stem, AWWA
C500, latest revision. Valves shall be of equal, or
greater, pressure class than the piping in which they
are to be installed. Equipped with "0" ring seals at
top of stem, and 2" square operating nut. Valves shall
open by turning counter-clockwise.
Gate valves for above ground service shall be Clow,
Mueller, M & H, or approved equal, resilient wedge
valves with epoxy coated body, OS&Y stem, AWWA C500,
latest revision. Valves shall be of equal, or greater,
pressure class than the piping in which they are to be
installed. Valves shall be flanged, conforming to ANSI
B-16.5, 150# Class or ANSI B-16.1 125# Class for cast
iron, be equipped with "0" ring seals at top of stem,
and have a handwheel for operation. Valves shall open
by turning counter-clockwise.
Valve Stem Packing Box: The valve stem packing box,
consisting in part in the valve bonnet, and in part in
a restraining flange (O-ring plate) shall contain,
restrain in position, and seal the valve stem.
The valve bonnet and restraining flange shall
contain bronze stem collar thrust bushings.
The valve stem shall contain a raised thrust
collar.
3. The valve stem shall be sealed with "0" rings.
Accessories: All gate valves shall have the following
accessories provided as part of the gate valve
installation.
A keyed extension stem of sufficient length to
bring the operating nut up to within one foot (1')
of the surface of the ground when the operating
nut on the gate valve or bypass valve is three
feet (3') or more beneath the surface of the
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02640 - VALVES, COCK8 AND HYDRANT8
PAGE
02640-3
ground.
a. Extension stems shall not be bolted or
attached to the valve operating nut.
Extension stems shall be cold roll steel one
inch (1") square, fittings loosely enough to
allow deflection.
Valves installed in above ground piping shall be
provided with handwheel operators.
Joint components such as gaskets, packing rings,
bolts, etc., shall be furnished with each valve as
required for a complete installation.
2.2 BUTTERFLY VALVES:
See Section 15220.
2.3 AIR RELEASE AND VACUUM RELIEF VALVES
Individual air release valves and combination air release
and vacuum relief valve assemblies shall be installed in
the locations indicated on the drawings. Each valve
assembly shall be installed complete with appurtenant
piping and valves as specified or shown.
Individual air release valves shall have two inch (2")
inlet connection and shall be Golden Anderson "Figure SAR",
Crispin as manufactured by Multiplex Co. or equal.
Combination air release and vacuum relief valves shall be
of the integral type with a valve assembly which functions
as both an air and vacuum valve and an air release valve.
Valves shall have a 6 inch inlet connection, and shall be
Golden Anderson "Figure GH-7K", Multiplex "Crispin Universal
Air Valves," or Valve and Primer "Apco Standard
Combination Air Release Valves."
The valves shall be designed for a water working pressure
of 125 psi, shall have stainless steel floats, and all
working parts shall be brass, stainless steel, or other
noncorroding materials.
The exhaust from each valve shall be piped to drain as
shown on the drawings. A shutoff valve shall be provided
in the piping to each combination air release and vacuum
relief valve assembly.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - 8ITEWORK
SECTION 02640 - VALVES, COCKS AND HYDRANTS
PAGE
02640-4
2.4 CURB STOPS
Curb stops shall be bronze construction, tee head type,
Ford Meter Box "Ball Valve," Hays "Nuseal Plug Valve," or
Mueller "Mark II Oriseal."
2.5 FIRE HYDRANT (if applicable this contract)
Fire hydrant shall be of the center stem compression
type construction with break away flanges as
manufactured by Waterous Co., Mueller Company, or M&H
and have a minimum valve opening of 5-1/4". The
hydrants shall meet all the requirements of AWWA
Specification C502 and shall be equipped as follows:
Two hose nozzles (2-1/2"); one pumper nozzle (4-1/2"
steamer); packing (0" ring); Inlet connection (6" MJ);
groundline to centerline hose nozzles (18"). The
contractor shall furnish for approval of the Engineer,
specifications and shop drawings of the hydrant
proposed for installation in the system. Hydrant must
meet the 150 lbs. psi working pressure and 300 psi
hydrostatic pressure.
2.6 VALVE BOXES:
Valve boxes shall be three piece, screw type, 5-1/4"
shaft. Contractor shall supply boxes with the correct
base for all valves and in correct lengths for field
conditions. Special valve boxes shall be constructed
as shown on the plans. Valve boxes shall be cast iron
and shall be of sufficient length and diameter to
operate all valves buried in the ground. Covers shall
be marked "Water." The boxes shall rest on the valve
and be adjusted so that the cover may be set flush with
finished grade.
PART 3 - EXECUTION
3.1 P[ANDLING AND INSTALLING VALVES:
Valves shall be carefully handled and lowered into
position by mechanical equipment in such a manner as to
prevent damage to any part of the valve. The valve
shall be placed in the proper position and held
securely until all connections have been made.
Where valves are to be placed in a concrete structure,
the floor shall be completed before installing the
valve. The valves shall be securely blocked so that
its weight is carried by the floor rather than being
supported by the connected piping.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 2 - SITEWORK
SECTION 02640 - VALVES, COCKS AND HYDRANTS
PAGE
02640-5
Valves not housed in structures shall be supported on
the same material as that supporting the connecting
pipe. An adjustable cast iron valve box and cover
shall be provided for all buried valves (including
bypass valves) with stem extension when depkh exceeds
three (3) feet. The valve shall be set with the stem
in a truly vertical position with the box correctly
centered over the operating nut.
De
When the valve box is in position and the top of the
box adjusted to the proper elevation, select backfill
material shall be firmly tamped around the outside.
3.2 FREEZE PROTECTION:
All 8" and smaller piping exposed to outside air
temperature shall be provided with electric pipe
heating tape. Heating tape shall have a rating of five
watts per foot and be for 115 volts. Heating cable
shall be wrapped around pipe at one half turn per foot,
and the pipe shall be insulated with not less than 2-
inch thick glass fiber insulation wrapped with a
waterproof covering.
A remote bulb thermostat with a weatherproof case for
the heating tape control shall be provided. Strap the
bulb against the pipe on opposite side from the heating
element under the insulation. Set the thermostat at
40F.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3
CONCRETE
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03100 - CONCRETE FORMWORK
PAGE
03100-1
PART I - GENERAL
1.1 SCOPE:
Ae
Furnish all labor materials, tools, equipment and
related items required for the complete installation of
concrete forms as indicated by the Contract Documents.
The Contractor shall follow the recommendations of ACI
"Recommended Practice for Concrete Formwork". All
forms and formwork shall conform to the applicable
standards of O.S.H.A. Earth cuts and excavations shall
not be used as forms for vertical surfaces unless
otherwise shown on the plans.
1.2 STANDARDS AND TOLERANCES:
A. Reference Standards:
1. ACI Formwork for Concrete, SP-4.
2. U.S. Product Standard for Softwood Plywood,
Construction and Industrial PS-1.
3. Standard Grading Rules, Western Wood Products.
All formwork shall be adequately designed for the loads
and pressures, including windloads, to which the forms
may be subjected. Where it is necessary to maintain
specified tolerances the formwork may be cambered to
allow for anticipated deflections due to weight and
pressure of fresh concrete and other construction
loads. Positive means of adjustment (wedges or jacks)
of shoring and struts shall be provided and all
settlement taken up during concrete placing. All
shoring and struts shall be adequately braced to
prevent lateral movement.
Allowable Tolerances: Except when close coordination
and fitting of various trades' work precludes allowance
of tolerance, maximum total permissible deviations from
established lines, grades and dimensions shall be as
stated below. Set and maintain forms in such manner as
to ensure completed work within specified tolerance
limits.
Variation from plumb; in lines and surfaces:
1/4" in 10'-0".
Variations from level or from indicated grades:
1/4" in 10'-0".
Variations in sizes and locations of sleeves, floor
and wall openings: 1/4".
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03100 - CONCRETE FORMWORK
1.3
PAGE
03100-2
Variation in cross sectional dimensions
thickness of slabs and walls: 1/4".
in
Variations in footings:
a. Variations in dimensions of plan: Minus 1/2"
to plus 2" (applies to concrete only).
b. Reduction in thickness: none allowed.
6. Variation in location of anchor bolts unless
provided with sleeves or other means of adjustment:
1/4".
SUBMITTALS:
Ae
Shop Drawings: Diagram of proposed construction joints
not indicated on drawings.
PART 2 - PRODUCTS
2.1 MATERIALS:
Forms: Wood metal, or other approved material that
will not adversely affect surface of concrete and will
provide or facilitate obtaining specified surface
finish:
1. Wood:
Unexposed Surface: No. 2 Common or Better
Southern Yellow Pine lumber, sufficient
thickness to sustain loads to be imposed,
dressed to uniform smooth contact surfaces,
readily removable.
Exposed Surfaces: Commercial Standard Douglas-
Fir, moisture resistant, concrete form plywood,
not less than 5 ply, at least 3/4" thick, one
side smooth.
2. Steel:
Sectional steel forms may be used only if
called for on the plans, or if their use is
specifically approved in writing by the
Engineer. The forms must be free of dents and
have a smooth surface.
If sectional steel forms of the "pan" type are
used, only new pans will be acceptable. All
steel forms must be inspected by the Engineer
prior to their use.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOM WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
8ECTION 03100 - CONCRETE FORMWORK
PAGE
03100-3
Metal forms for shall be of such thickness that
the forms will remain true to shape. The
minimum thickness of metal used in forms shall
be 3/16". Forms may be made in sections of
such length as will facilitate the placing of
concrete and the removal of forms. The joints
of sections must be closely fitted so as not to
result in offset joints. All bolt and rivet
heads on the facing sides shall be countersunk.
Clamps, pins or other connecting devices shall
be designed to hold the forms rigidly together
and to allow removal without injury to the
concrete. Metal forms which do not present a
smooth surface or line up properly shall not be
used. Special care shall be exercised to keep
metal free from rust, grease or other foreign
material such as will tend to discolor the
concrete.
B. Form Ties and Accessories:
1. Metal form ties of an approved type shall be used
to hold forms in place. Such ties shall be of a
type especially designed for use in connection with
concrete work, and they shall have provision to
permit ease of removal of the metal as hereinafter
specified. The use of wire form ties will not be
permitted except for minor or special form areas
when the use of rigid type metal ties would be
impractical, and then only with the specific
approval of the Engineer. The use of metal form
ties of a type that are encased in paper or other
materials to allow the removal of the complete tie,
leaving a hole through the concrete structure, will
not be permitted.
Metal ties shall be held in place by devices
attached to walls. Each device shall be capable of
developing the strength of the tie.
All metal accessories used inside of forms to hold
them in correct alignment shall be removed to a
depth of at least one (1) inch from the surface of
the concrete and shall be so constructed that the
metal may be removed without undue injury to the
surface by chipping or spalling. Such devices,
when removed, shall leave a smooth opening in the
concrete. Burning off of rods, bolts or ties will
not be permitted. Where wire ties are used, all
wires, upon removal of the forms, shall be cut back
at least one (1) inch from face of the concrete
with a sharp chisel or nippers.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CRO88TOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE PAGE
SECTION 03100 - CONCRETE FORMWORK 03100-4
4. All cavities produced by the removal of metal ties
shall be carefully cleaned and completely filled
with retempered sand cement mortar mixed in
proportion of one to three, and the concrete shall
be left smooth and even.
Form Oil: Non-Staining, paraffin-base oil having
specific gravity between 0.8 and 0.9.
Construction Joint Form: Burke Concrete Products
"Keyed Kold Joint" or approved equal by the
Engineer.
PART 3 - EXECUTION
3.1 INSTALLATION:
A. Formwork:
Construct forms to slopes, lines and dimensions
shown, plumb and straight, and sufficiently tight
to prevent leakage. Securely brace and shore forms
to prevent displacement and to safely support
construction loads. Provide access openings for
cleaning and inspecting forms and reinforcing prior
to depositing concrete. Do not coat forms with
material that will stain or cause injury to exposed
concrete surfaces. Keep forms wet as necessary to
prevent shrinkage. Forms for exposed concrete
shall provide for 1" radius or flat bevel on
external corners.
Shoring: Shore horizontal surfaces to support
concrete loads and construction loads without
deformation. In long spans, where intermediate
supports are not possible, calculate deflection in
forms due to weight of fresh concrete and
compensate in design of forms to that finished
concrete members will have true surfaces conforming
accurately to desired lines, planes and elevations.
Form Ties: Coat ties that are to be pulled from
walls with cup grease or other approved material to
facilitate removal.
wetting and Oiling Forms: Soak inside surface of
forms with clean water prior to placing concrete.
Treat plywood with approved form oil. Wipe excess
oil off with rags to leave surface of forms just
oily to touch.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03100 - CONCRETE FORMWORK
PAGE
03100-5
B. Construction Joints:
Unless otherwise indicated on drawings, each
footing, wall, and slab shall be considered as a
single unit, and concrete shall be placed
continuously in order to provide monolithic unit of
construction. Obtain Engineer's approval of
construction joint locations should they prove
unavoidable.
Locate joints at midpoint of spans, and either
plumb or level, or as shown on plans.
For horizontal joints in exposed concrete faces,
tack continuous strip of dressed lumber, 1" thick,
to inside of wall or grade beam form, with lower
edge at line of construction joint· Approximately
1 hour after placing concrete in lower part of wall
or grade beam, remove strip, level off any
irregularities with wood float and remove any
laitance present.
3.2
Inserts and Fasteners for Work of Other Trades:
Install inserts and devices required for attachment
of other work. Properly locate in cooperation with
other trades and secure in position before concrete
is poured.
Leave sufficient time between erection of forms and
placing of concrete to allow various trades
sufficient time for proper installation of their
work.
3. Maintain in position sleeves, chases, inserts, and
devices which are provided and placed in forms by
various trades and protect until concreting is
completed.
FORM REMOVAL:
To permit proper surface finish, forms in general shall
be removed as soon after the concrete has set as is
practicable and safe. In the determination of the safe
time for removal of falsework and forms, consideration
shall be given to the location and character of the
structure, the weather and other conditions influencing
the setting of the concrete, and the materials used in
the mix.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03100 - CONCRETE FORMWORK
PAGE
03100-6
De
Clamps and tie rods may be loosened 24 hours after
concrete is placed and all but a sufficient number to
hold forms in place may be removed.
Completely remove wood forms from under floors, ramps,
steps, etc.
Remove forms in accordance with ACI 301, without damage
to concrete and in manner to insure complete safety of
structure. Leave shoring in place until concrete
member will safely support its own weight, plus live
loads which may be placed upon it.
Results of suitable control tests shall be used as
evidence that concrete has attained sufficient strength
to permit removal of supporting forms. In general,
supporting forms or shoring shall not be removed until
strength of control test specimens has attained a value
of at least 75% of designed compressive strength.
Exercise care to assure that newly unsupported portions
of structure are not subject to heavy construction or
material loading.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03200 - CONCRETE REINFORCEMENT
PAGE
03200-1
PART i - GENERAL
1.1 SCOPE:
Ae
Reinforcing steel shall be of the type,. size and
quantity designated for use in structures as shown on
the plans and in accordance with these requirements.
All reinforcing steel shall be of domestic manufacture.
Tests: Mill tests shall be made as required by ASTM
specifications A615 and A185, and certified copies of
all tests shall be provided to the Engineer prior to
acceptance of any materials.
Shop Fabrication: Insofar as possible, all bending of
bars shall be done in the shop. Bending shall be done
cold, and true to the shapes shown on the plans. Bar
schedules shall be submitted prior to fabrication for
approval of the Engineer. Bars shall be detailed and
bent in accordance with the requirements of ACI
Standard 315.
Storing: Steel reinforcement shall be stored above the
surface of the ground upon platforms, skids, or other
supports, and shall be protected insofar as practicable
from mechanical injury and surface deterioration caused
by exposure to conditions producing rust. When placed
in the work, it shall be free from dirt, scale, dust,
paint, rust, oil, or other foreign material.
1.2 RELATED WORK:
A. Section 03100 - Concrete Formwork
B. Section 03300 - Cast-in-place Concrete
PART 2 - PRODUCT8
2.1 GENERAL:
All bar reinforcement shall be new billet steel
conforming to the requirements of ASTM Specification
A615, Grade 60. All bars shall be deformed as defined
in "Building Code Requirements for Reinforced Concrete"
(ACI-318) except those used for expansion joint dowels,
where smooth bars are indicated on the plans.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03200 - CONCRETE REINFORCEMENT
PAGE
03200-2
B. Reinforcement:
Deformed Bars. Use deformed bars conforming to
ASTM A615 including Supplementary Requirements SI,
grade as shown on drawings. Where grade is not
shown on the drawings, use Grade 60.
Smooth Bars· Use smooth bars conforming to ASTM
A36, ASTM A615, Grade 60, or ASTM A675, Grade 70
for all bars shown on the drawings to be smooth
bars.
C. Welding:
Welding of reinforcing bars is prohibited.
Welded Wire Fabric: Welded wire fabric shall be
electrically-welded, cold-drawn wire (70,000 psi yield
point) of gage and mesh size shown on the drawings and
shall conform to "Specifications for Welded Steel Wire
Fabric for Concrete Reinforcement" (ASTM-185). Wire
size and spacing shall be as shown on the plans. Flat
sheets shall be furnished where noted.
PART 3 - EXECUTION
3.1 BENDING
Reinforcement bars shall be bent cold to the shape indicated
on the plans. All bending of hard grade new billet steel
bars shall be done in the shop. Bends shall be true to the
shapes indicated.
3.2 STORAGE
Reinforcement shall be stored above the ground surface upon
skids, platforms or other supports and shall be protected
from mechanical injury and surface deterioration by exposure
to the weather. When placed in the work, the reinforcements
shall be free from dirt, rust, scale, paint, oil, or other
foreign materials.
3.3 SPLICES
No splices of bars, except when shown on the plans, will be
permitted except upon the written permission and approval
of the Engineer. Bars shall be rigidly clamped or wired at
all splices in a manner approved by the Engineer.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03200 - CONCRETE REINFORCEMENT
3.4 DETAILING
PAGE
03200-3
Completely detailed shop drawings and schedules should be
submitted by the Contractor for review by the Engineer
prior to fabrication. Shop drawings may not be made by
reproducing the plans or contract documents.
The bars shall be supplied in lengths which will allow them
to be conveniently placed in the work and provide
sufficient lap at joints. Dowels of proper length, size
and shape shall be provided for tying walls, beams, floors
and the like together where shown, specified or ordered.
Steel reinforcement shall be of the type and size, cut to
lengths and bent to shapes as indicated on the plans. Un-
less otherwise indicated, hooks, laps. splices, and other
details of reinforcement shall be provided asset forth in
the ACI Building Code (ACI-318) and the "Manual of Standard
Practice for Detailing Reinforced Concrete Structures"
(ACI-315) to develop the full tensile strength of the bar.
3.5 PLACING REINFORCEMENT:
Metal reinforcement when placed shall be free from mill and
rust scale or any other coating that would destroy or
reduce its bond with the concrete. When there is a delay
in concreting operations and the reinforcement has been in
place more than two (2) days, it shall be reinspected and,
when necessary, cleaned.
Metal reinforcement shall be accurately positioned and
dimensional in accordance witht he plans and
specifications. The bars and mesh shall be tightly secured
against displacement by ties of annealed wire, of not less
than No. 16 gauge, or suitable clips at intersections.
Wall reinforcement shall be supported and held securely
against displacement in its proper position clear of the
forms as indicated on the plans.
Nails shall not be driven into the wall forms to support
reinforcement nor shall any other device used for this pur-
pose come in contact with the form in the waterside of any
water containing structure.
The main reinforcement of slabs in contact with the ground
shall be supported in its proper position, as indicated on
the plans, by means of precase cement mortar blocks, or
approved dimensions, resting on the slabs' subbase. Such
precast blocks shall be made of mortar composed of one part
Portland cement and two parts sand with annealed wirecast
into each block. The length of the Blocks shall be spaced
at the intervals required to maintain the reinforcement in
its required position in the slab during the pacing of the
concrete. The slab reinforcement shall not be used to sup-
port planking or runways used in placing concrete.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03200 - CONCRETE REINFORCEMENT
PAGE
03200-4
In the case of floor slabs, galleries, deck slabs, and
beams, metal chairs, spacers and other metal accessories
necessary to provide the required clear distances and
proper alignment and spacing between bars shall be used
subject to the approval of the Engineer.
Additionally, placement of reinforcement shall comply with
the following:
A. Comply with ACI 318.
B. Placing:
Comply with recommendations of Concrete Reinforcing
Steel Institute's "Recommended Practice for Placing
Reinforcing Bars" and "Recommend Practice for
Placing Bar Supports".
Support and wire reinforcing bars together to
prevent displacement by construction loads.
Lap welded wire fabric at least 1-1/2 meshes plus
end extension of wires but not less than 12" in
structural slabs.
Lap at least 1/2 mesh plus end extension of wires
but not less than 6" in slabs on ground.
5. Extend mesh across supporting walls.
Adequate support for mesh shall be provided by the
use of "chairs" to ensure that the mesh is
completely surrounded by concrete and not less than
3 inches above the bottom of slabs on ground or
1/2-inch above form work.
Offset vertical bars in walls at least one bar
diameter at lap splices. To insure proper
placement, templates shall be furnished for all
column dowels.
8. Make splices only as indicated on Drawings.
Do not bend reinforcement after being partially
embedded in hardened concrete except for field bent
dowels.
10.
Clean reinforcement of form oil or other bond
inhibitors prior to placing concrete.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWlqWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03200 - CONCRETE REINFORCEMENT
PAGE
03200-5
3.6
3.7
11.
Where parallel reinforcement is placed in two or
more layers, place reinforcing steel in upper layer
directly above those in bottom layer with clear
distance between layers not less than one bar
diameter or 1".
CONCRETE PROTECTION FOR REINFORCEMENT
Steel reinforcement shall be placed and held in position so
that the concrete cover, as measured from the surface of
the bar shall be as specified on the plans or specified by
ACI-318.
PAYMENT
No separate payment will be made for work performed in
accordance with this section of the specifications, and the
cost thereof shall be included in the proper items of the
Proposal and Bid Schedule.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03251 - CONSTRUCTION JOINTS AND WATERSTOP8
PART I GENERAL
PAGE
03251-1
1.1
SCOPE
This section of the specifications covers construction
joints, expansion joints and the placing of waterstops and
seals where shown.
PART 2 PRODUCTS
2.1
2.2
POLYVINYL PLASTIC WATERSTOP
Waterstops shall be installed in construction joints at
locations shown in the plans. All waterstops shall be con-
tinuous throughout their lengths.
The waterstops shall be heavy duty polyvinyl waterstop con-
forming to Corps of Engineers Specification CRD-C-572, lat-
est edition, as manufactured by Serviced Products Division
of W. R. Grace and Company; B. F. Goodrich Company;
Electrovert, Inc.; W. R. Meadows, Inc.; Vinylex Corp.; Wal-
John, Inc.; or an approved equal of the same type and
material and approximately equal in dimensions and weight
but not necessarily of exactly the same shape. Waterstops
shall be 6-inch in the direction perpendicular to the
construction joint.
The waterstop shall be extruded from polyvinyl chloride
resin plastic having the following minimum properties:
Tensile Strength ........... 1,700 psi
Ultimate Elongation .......... 350 %
Brittleness Temp (ASTM D 746) ..... -35 degrees F
All waterstop shall be installed so that one-half its width
will be embedded on one side of the joint and one-half on
the other. The Contractor shall employ a method of placing
the waterstop to insure that the waterstop will be held
securely in true vertical position and in straight
alignment with the joint, and to completely enclose the
waterstop in the concrete.
JOINTS AND WATERSTOPS
All waterstops shall be continuous and so jointed at all
points of contact in the same plane, or at intersections
with waterstops in different planes, as to form a complete
barrier to the passage of water through any construction,
contraction or expansion joint and all joints shall be made
by heat welding as specified herein.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03251 - CONSTRUCTION JOINTS AND WATERSTOPS
PAGE
03251-2
Joints in PVC waterstops shall be made by heating the two
surfaces to be joined until the material has softened to
the point where it is just short of being fluid and then
bringing the two softened surfaces together with a slight
rubbing motion followed by firmly pressing them together so
that a solid and tight bond is made.
The joints in strips of waterstop made in the above manner
shall be such that the entire cross section of the joint
shall be dense, homogeneous and free of all porosity. All
finished joints shall have a tensile strength of not less
than 75 percent of the material of the strip as extruded.
The heating of the surfaces to be joined shall be done by
means of an electric hot plate splicer designed for the
specific purpose and controlled by means of a voltage regu-
lator. It shall be rated at 1,000 watts for use with 115
volt electric current. The size of the plate shall be ap-
proximately 2-inch by 10-inch, with a Teflon cover, and
shall be used simultaneously.
The voltage regulator to be used in conjunction with the
above described hot plate shall be rated at 7.5 amps, 115
volt input and 0-135 volt output.
In use, the heat of the hot plate shall be so regulated as
to prevent too rapid melting and accompanying charring of
the waterstop material.
The Contractor shall provide such jigs as will assist in
making the joints in a proper and workmanlike manner and in
holding the strips so that the alignment of joined strips
in correct and angles are true to those required.
Prior to embedment all joints in the waterstops strips will
be carefully inspected by the Owner's Representative and
any found defective shall be corrected.
2.3 PROTECTION OF WATERSTOP BETWEEN POURS
The Contractor shall take such steps as are necessary to
protect exposed waterstops at all times.
2.4 EXPANSION JOINTS
Expansion joints of the size and type shown on the plans,
or specified herein, shall be placed in concrete pavement
or structure as shown on the plans.
a. Preformed Asphalt Fiber Joint Material
Asphalt fiber sheet filter shall consist of performed
strips of inert material impregnated with asphalt. It
shall be of the thickness shown on the plans or
indicated in these specifications.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03251 - CONSTRUCTION JOINTS AND WATERSTOP8
PAGE
03251-3
2.5
The sheet filler shall conform to the requirements of
AASHO Specifications M-59 with the following additional
provisions:
The asphalt content shall be 35 to 50 percent by weight
of the joint filler after drying at 325 degrees F for
one (1) hour.
The sheet filler shall be of such character that it
will not be deformed by ordinary handling during hot
weather nor become hard and brittle in cold weather.
It shall be of tough, resilient, durable material not
affected by weathering.
b. Other Premoulded Joint Filler
Where premoulded cork-asphalt joint filler is required
by the plans, it shall be of the dimensions indicated
on the drawings and shall be the material designated as
Code No. 1321 by the Serviced Products Corporation of
Chicago, Illinois, or approved equal.
c. Hot Poured Rubberized Tar Joint Sealer
Hot poured rubberized mastic joint sealer shall consist
of a mixture of durable, elastic rubber, coal tar pitch
and other materials which will form a resilient and
adhesive compound capable of effectively sealing
concrete joint surfaces against repeated expansion and
contraction. The material shall be that designated as
Code 2341, Para-Plastic as manufactured by the Serviced
Products Corporation, or approved equal, and shall be
installed in accordance with the manufacturer's
recommendation.
PREFORMED PLASTIC ADHESIVE WATERSTOP
Waterstops shall be installed in construction joints at
locations shown on the plans. All waterstops shall be con-
tinuous throughout their length.
The waterstops shall be preformed plastic adhesive water-
stops conforming to Federal Specification SS-S-00210.
Plastic waterstops shall be SYNKO-FLEX as manufactured by
Synko-Flex Products, Inc., Houston, Texas or equal.
These shall be installed in accordance with manufacturer's
recommendations.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03251 - CONSTRUCTION JOINTS AND WATERSTOP8
PAGE
03251-4
PART 3 EXECUTION
3.1 PAYMENT
No separate payment will be made for work performed in ac-
cordance with this section of the specifications, and the
cost thereof shall be included in the proper items of the
Proposal and Bid Schedule.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE PAGE
SECTION 03300 - CAST-IN-PLACE CONCRETE 03300-1
PART I - GENERAL
1.1 RELATED REQUIREMENTS:
Comply with Division 1 - General requirements and
referenced documents.
This section of the specifications shall govern for the
construction of structures or structural units
requiring the use of concrete.
All concrete structures and/or structural units shall
be constructed in accordance with the design
requirements and details shown on the plans, shall
conform to other items of the specifications which are
applicable to a complete installation, and shall be in
conformity with the requirements contained herein.
Form design shall be the full responsibility of the
Contractor.
1.2 RELATED WORK:
A. Section 03100 - Formwork
B. Section 03200 - Concrete Reinforcement
1.3 SUBMITTALS:
A. Shop Drawings:
Show reinforcement fabrication, bar placement
location, splices, spacing and bar designation, bar
type, length, size, bending, number of bars, bar
support type, and other pertinent information,
including dimensions. Information must correspond
directly to data listed on the bill of materials.
Submit bills of materials to be reviewed with shop
drawings.
2. Indicate location of construction joints.
Do not make shop drawings using reproductions of
Contract Drawings. Detail in accordance with ACI
315.
Submit in writing any request for modifications to
Drawings and Specifications. Submitting shop
drawings for review does not constitute "in
writing" unless it is brought to attention of
Engineer that specific changes are being suggested.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-2
Submit to Engineer for review by Testing Laboratory for
proof of compliance with Specifications as follows:
1. Concrete:
a. Proposed concreting materials.
b. Proposed concrete mix designs.
2. Reinforcing Steel:
Submit the manufacturer's certificates giving the
properties of steel proposed for use. List the
manufacturer's test number and heat number,
chemical analysis, yield point, tensile strength
and percent elongation. Also identify on the
certificates the proposed location of the steel in
the work.
3. Cement.
cement.
Submit mill certificates for all bulk
Design Mix. Submit the design mix and test data on the
proposed design mix for each type and strength of
concrete in the project. The design mixes shall be
prepared by a certified independent testing laboratory
employed and paid by the Contractor. The design mix
submittal shall include manufacturer's technical
information for each type of admixture proposed for use
on the project.
Product Data. Submit manufacturer's technical
literature, including application instructions, on the
following products proposed for use by the Contractor,
to the Engineer for approval:
1. Air entraining agent.
2. Admixtures.
3. Concrete bonding agent.
4. Joint sealant.
5. Waterstops.
Submit material samples along with the manufacturer's
technical data on the waterstops.
1.4 STORAGE OF MATERIALS:
Comply with detailed recommendations of ACI 304.
Store cement in weathertight buildings, bins, or silos
which provide protection from dampness and
contamination and minimize warehouse set.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-3
C. Aggregates:
Arrange stockpiles to avoid excessive segregation
or contamination with other materials or with other
sizes of aggregates.
Ensure that conditions are met by testing for
conformance to requirements for cleanliness and
grading of samples secured from aggregates at point
of batching.
Fine and coarse aggregates shall be regarded as
separate ingredients.
Each size of coarse aggregate and combination of
two or more shall conform to grading requirements
of ASTM C33 or C330, as required.
PART 2 - PRODUCT8
2.1 CONCRETE MATERIALS:
A. Cements:
1. Portland Cement: ASTM C150 Type I.
2. Air Entrained Portland Cement: ASTM C150.
3. Do not use different cements interchangeable.
B. Admixtures:
1. Air Entraining Admixtures: ASTM C260.
2. No fly ash or calcium chloride shall be permitted.
3. Chemical Admixtures: ASTM C494.
Two or more admixtures may be used in same
concrete, provided admixtures are added separately
during batching sequence. Admixtures used in
combination shall retain full efficiency and have
no deleterious effect on concrete or on properties
of each other.
Water:
1. Fresh, clean and potable.
Use nonpotable water only if water produces mortar
cubes having seven (7) day strengths equal to
strength of similar specimens made with distilled
water when tested in accordance with ASTM C109.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-4
2.2 PROPORTIONING:
Concrete for work shall be homogenous. When hardened,
concrete shall have required strength, resistance to
deterioration, durability, resistance to abrasion,
watertightness, appearance, and other specified
qualities.
Type: Ultimate strength type concrete for use in
structures or structural elements which have been
analyzed and proportioned by ultimate strength design
theory.
C. Strength:
Normal Weight Concrete: Base strength
requirements on 28 day compressive strengths,
unless high early strength is used, in which case
required strengths shall be obtained at seven (7)
days.
D. Durability:
Provide concrete which will be subject to
potentially destructive exposure, other than wear
or loading, such as freezing and thawing, severe
weathering or chemicals.
2. Water-cement ratio for air entrained concrete shall
not exceed 5.75 gallon per sack of cement, unless
otherwise approved by Engineer.
E. Slump:
Slump of concrete of normal weight, as determined
by ASTM C43, shall be in accordance with Table A.
TABLE A - SLUMPS FOR VARIOUS KINDS OF CONSTRUCTION
KINDS OF CONSTRUCTION
SLUMP (IN.)
Maximum Minimum
Footings, Walls, Columns
Slabs, Beams
4 1
5 3
F. Maximum Size of Coarse Aggregate:
1. Nominal Maximum Size of Aggregate:
a. Slabs: 1"
b. Walls and beams: 1"
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE PAGE
SECTION 03300 - CAST-IN-PLACE CONCRETE 03300-5
2. Coarse Aggregates in Concrete of Normal Weight:
One size for concrete placed in one day when
quantities to be placed are too small to permit
economical use of more than one mix design.
When single mix design is used, maximum nominal
size shall be as required for most critical
conditions of concreting, in accordance with
requirements of preceding section.
G. Air Entrainment:
Air entrainment in concrete of normal weight shall
conform to Table 5.3.3,ACI 211.1.
Determine air content by either ASTM C231 or ASTM
C138.
H. Admixtures:
Air Entrained Admixtures, and Proprietary Chemical
Admixtures: In accordance with manufacturer's
recommendations.
2.3 MIXING:
A. Comply with recommendations of ACI 304R-85.
Mix and transport ready mixed concrete in accordance
with ASTM C94. The ready mix producer shall be
certified for compliance to the Standards of NRMCA.
The mixing shall be done in a batch mixer of
approved type and size which will insure the
uniform distribution of the material throughout the
mass so that the mixture will be uniform in color
and smooth in appearance.
Concrete shall be mixed only in such quantities as
are required for immediate use and shall be used
before initial set has taken place. All concrete
in which initial set has begun shall not be used in
the work and no concrete shall be retempered.
The maximum elapsed time between the introduction
of the mixing water and the discharge of the
concrete shall be 11/2 hours if the temperature of
the concrete is below 80F (27C). If the
temperature of the concrete is between 80F and 90F
(27 and 32C) the maximum elapsed time shall not
exceed one (1) hour.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CABT-IN-PLACE CONCRETE
PAGE
03300-6
Concrete improperly mixed shall not be placed in
any structure. The rate of delivery of mixed
concrete shall be so arranged that a cold joint is
not allowed for form between loads, and shall be
placed within the time limits stipulated-above.
Concrete that is transported shall be constantly
agitated and mixed until placement.
Whenever a concrete mixer of any kind is not
adequate or suitable for the work, it shall be
removed from the site upon order from the Engineer,
and a suitable mixer shall be provided by the
Contractor.
The transit mixer shall be of an approved revolving
drum or revolving blade type so constructed as to
produce a thoroughly mixed concrete with a uniform
distribution of the materials throughout the mass.
It shall be equipped with a discharge mechanism
which will insure the discharging of the mixed
concrete without segregation.
The mixer drum shall be water-tight when closed and
shall be equipped with a locking device which will
automatically prevent the discharging of the mixer
prior to receiving the required number of
revolutions.
The entire quantity of mixing water shall be
accurately measured and controlled. Any additional
mixing shall be done at a lower speed specified by
the manufacturer for agitation and shall be
continuous until the batch is discharged.
C. Central Mixing Plant
A central mixing plant will be allowed provided the
method of mixing and handling has first been
approved by the Engineer, and concrete produced is
in conformity with the specification requirements.
The batch mixer shall conform to the requirements
of the Mixer Manufacturer Bureau of the A.G.C. The
mixer shall have a manufacturers rating plate
showing the capacity and recommended RPM. It shall
be equipped with a suitable charging hopper, water
storage tank and measuring device, and shall be
capable of thorough mixing of aggregates, cement,
and water to provide a uniform mass within the
specified time and capable of discharging the
concrete without segregation.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE PAGE
SECTION 03300 - CAST-IN-PLACE CONCRETE 03300-7
The batch shall be so charged into the mixer that
some water will enter in advance of the cement and
aggregates. Water shall continue to flow for a
period which may extend to the end of the first 25%
of the specified mixing time. Controls shall be
provided to insure that the batch cannot be
discharged until the required mixing time has
elapsed; and to insure that no additional water may
be added during mixing. Controls shall be provided
to prevent batched ingredients from entering the
mixer before the previous batch has been completely
discharged.
Each batch of one (1) cubic yard or less shall be
mixed for not less than one (1) minute. The mixing
time shall be increased 15 seconds for each
additional cubic yard or fraction thereof. At
least three-quarters of the required mixing time
shall take place after the last of the mixing water
has been added.
The mixer shall be clean and the pick-up and throw-
over blades in the drum shall be replaced when they
have lost 10 percent of their original depth.
D. Weather Conditions:
1. General:
Detailed recommendations for placing concrete
during extreme weather conditions are given in
ACI 306, "Cold Weather Concreting" and ACI 305,
"Hot Weather Concreting". The Contractor
shall, on request, furnish a thermometer for
measuring the ambient temperature and a
thermometer for measuring the temperature of
the concrete.
Concrete shall not be placed during rain, fog,
sleet, or snow. Rainwater shall not be allowed
to increase the mixing water nor damage the
surface finish.
2. cold Weather:
In cold weather, the temperature of the
concrete when delivered at the site of the work
shall conform to the following temperature
limitation:
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-8
Air Temperature
Deg. F.
Minimum Concrete
Temperature, Deg. F.
For Sections With For Sections With
Least Dimension Least Dimension
Less Than 12 in. 12 in. or Greater
30 to 45 60 50
0 to 30 65 55
Below 0 70 60
If water or aggregate has been heated, the
water shall be combined with the aggregate in
the mixer before cement is added. Cement shall
not be added to mixtures of water and aggregate
when the temperature of the mixture is greater
than 100 degrees Fahrenheit.
3. Hot Weather:
The ingredients may be cooled before mixing if
necessary to maintain the temperature of the
concrete below the maximum placing temperature of
90 degrees F (32C).
2.4 RELATED MATERIALS:
Expansion Bolts: Phillips "Red-Heads",
Anchors" by Molly or Hilti, or equivalent.
indicated on Drawings.
"Capsule
Size as
Sealers and Hardeners: "Floorcron" non-metallic
hardener by Gifford-Hill or "Non-Metallic Hardener" by
The Burke Company.
C. Embedded Items:
All sleeves, inserts, frames, anchors and other
embedded items required shall be placed prior to
placing concrete. Blocking out instead of placing
embedded items will require the approval of the
Engineer.
2. All embedded items, including expansion joint
material, waterstop, etc., shall be accurately
positioned and supported against displacement.
Voids in sleeves, anchor slots, etc., shall be
protected to prevent the intrusion of concrete
during the pour.
D. Construction Joints:
Construction joints shall be placed as shown on the
plans unless otherwise specifically authorized by
the Engineer, in which case the joints shall be so
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-9
placed and formed as to least impair the strength
and appearance of the structure. All construction
joints shall be made on horizontal and vertical
planes. Sufficient section shall be provided in
horizontal and vertical keys to resist shear.
All reinforcing steel and wire fabric shall be
continued across joints. The surface of the old
concrete at all joints shall be thoroughly cleaned
and all laitance removed, by sand blasting, and
prior to the new pour, wetted with water and
slushed with a grout mix.
E. Expansion Joints:
Expansion joints shall be placed where shown on the
plans and according to the detailed drawings. All
reinforcing steel of other embedded items bonded to
the concrete (except expansion dowels bonded on one
side only of a joint), shall not be permitted to
extend continuously through any expansion joint.
The concrete surface of the finished concrete at
the joint shall be thoroughly cleaned by
sandblasting prior to the installation of expansion
joint filler and sealer.
Expansion Joint Filler. Use preformed bituminous
type conforming to ASTM D994 or cane fiber asphalt
impregnated type conforming to ASTM D1751. Provide
3/4-inch-thick filler unless otherwise shown.
PART 3 - EXECUTION
3.1 PREPARATION PRIOR TO PLACING CONCRETE:
The Contractor shall give the Engineer at least 24
hours advance notice that he intends to pour concrete
in any structure to permit the inspection of forms, of
the placement of reinforcing steel and of the
preparations for the mixing and placing of the
concrete. The Contractor shall arrange for inspection
of the reinforcing steel by the Engineer prior to
closing the forms. All hardened concrete and foreign
materials shall be removed from the inner surface of
concrete pumps, hoppers, buckets, and other conveying
equipment, all vibrators, handling and finishing tools.
Semiporous subgrades shall be sprinkled sufficiently to
eliminate suction and extremely porous subgrades shall
be sealed in an approved manner.
Formwork shall have been completed and cleaned; excess
water shall have been removed; reinforcement shall have
been secured in place; expansion joint material,
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-10
anchors, and other embedded items shall have been
positioned. In the event concrete is anticipated to be
placed after daylight hours, the Contractor shall
demonstrate that he has sufficient lighting, power
generators, etc., to accomplish the work in a
satisfactory manner. The Contractor shall ensure that
adequate facilities are provided for concrete testing
and control.
3.2 PLACING CONCRETE, GENERAL:
The sequence of placing concrete shall be the
contractor's option. The operation of depositing and
compacting the concrete shall be conducted so as to
form a compact, dense, impervious mass of uniform
texture which shall show smooth faces on all surfaces.
The placing shall be so regulated that the pressures
caused by the plastic concrete shall not exceed the
loads used in the design of forms.
No concrete shall be placed in any structure prior to
completion of the form work and the placement of the
reinforcing and other steel.
The method and manner of placing shall be such as to
avoid the possibility of segregation or separation of
the aggregate or the displacement of the reinforcement.
Concrete shall not have a free fall sufficient to cause
segregation of materials. Tremies shall be used in
order that the free fall of mix shall be held to a
maximum of three (3) feet, unless otherwise approved by
the Engineer.
Each part of the forms shall be filled by depositing
concrete as near its final position as possible. The
coarse aggregate shall be worked back from the face of
the forms and the concrete shall be forced under and
around the reinforcement bars without displacing them.
Depositing large quantities at one point in the forms
and running or working it along the forms will not be
allowed. After the concrete has taken initial set, the
forms or the reinforcing steel shall not be jarred or
any strain placed on projecting reinforcement.
Chutes, troughs, or pipes used as aids in placing
concrete shall be arranged and used so that the
ingredients of the concrete will not be separated.
When steep slopes are necessary the chutes shall be
equipped with baffle boards or be made in short lengths
that reverse the direction of movement. Open troughs
and chutes shall extend, if necessary, down inside the
forms or through holes left in the forms, or the ends
of such chutes shall terminate in vertical downspouts.
All chutes, troughs, and pipe shall be kept clean and
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-11
free from coating of hardened concrete by a thorough
flushing with water before and after each placement.
Water used for flushing shall be discharged clear of
the concrete in place. The use of chutes in excess of
thirty-five (35) feet total length for conveying
concrete will not be permitted except by specific
authorization from the Engineer.
F e
Where the Contractor's operations involve the placing
of concrete from above, that is, directly into an
excavated area or through the completed forms,
particularly in the cast of columns, walls, floors,
slabs and footings, all concrete so placed shall be
deposited through a vertical sheet metal or other
approved pipe no less than six (6) inches nor more than
ten (10) inches in diameter. The pipe shall be made in
sections so that the outlet may be adjusted to proper
heights during placing operations.
Concrete shall be placed in continuous horizontal
layers approximately 12 inches in thickness. The rate
of delivery shall be so arranged that a cold joint is
not allowed to form between loads. The Contractor
shall avoid unauthorized construction joints by placing
required portions of abutments, piers, walls, floors,
slabs, columns, or superstructures in one continuous
operation. Openings in the forms shall be provided for
the removal of laitance and other foreign material.
All concrete shall be well compacted and the mortar
slushed to the surface of the forms by continuous
working with concrete spading implements and mechanical
vibrators of an approved type. Vibrators of the type
which operate by attachment to reinforcement will not
be permitted. Vibrators of a type for the attachment
to the outside of forms may be used after written
permission is given by the Engineer and if forms are so
designed to permit such use without damage thereto.
The vibrators shall be applied to the concrete
immediately after deposit and shall be moved throughout
the mass, thoroughly working the concrete around the
reinforcement, embedded fixtures, and into the corners
and angles of the forms until it has been reduced to a
plastic mass. The mechanical vibrator shall not be
operated so that it will penetrate or disturb layers
placed previously which have become partially set or
hardened. The vibration shall be of sufficient
duration to accomplish thorough compaction and complete
embedment of reinforcement and fixtures but shall not
be done to an extent that will cause segregation.
Vibration shall be supplemented by hand spading to
insure the flushing of mortar to the surface of all
forms. Vibrators shall not be moved horizontally.
Vibrators shall be of the high frequency and high
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE PAGE
SECTION 03300 - CAST-IN-PLACE CONCRETE 03300-12
amplitude type and a standby vibrator shall be provided
for use at all times, at each location of concrete
placement.
3.3 PLACING JOINTS AND EMBEDDED ITEMS:
A. Construction Joints:
Make and locate to least impair strength of
structure.
Locate horizontal joints in concrete only where
they normally occur or where indicated.
3. Make joints perpendicular to main reinforcement.
4. Continue reinforcing steel and mesh across joints.
Thoroughly clean surface of concrete at joints and
remove laitance.
6. Obtain bond by one of the following methods:
a. Chemical retarder:
Comply with ASTM C494, which delays but
does not prevent setting of surface mortar.
Remove retarded mortar within four (4)
hours after placing to produce exposed
aggregate bonding surface.
Roughen surface of concrete in a manner which
will expose aggregate uniformly and leave
contact surface clean, free of laitance,
loosened particles of aggregate or damaged
concrete. Intentionally roughen surface to a
full amplitude of approximately 1/4".
Joints shall be thoroughly wet before placing new
concrete.
B. Other Embedded Items:
Place sleeves, inserts, anchors, and embedded items
required for adjoining work or for support prior to
concreting.
Give ample notice and opportunity to introduce or
furnish embedded items and work related to concrete
or support before concrete is placed.
Position expansion joint material, waterstops, and
embedded items accurately and support against
displacement.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-13
Fill voids in sleeves, inserts, and anchor slots
temporarily with removable material to prevent
entry of concrete into voids.
Horizontal sleeves through walls and vertical
sleeves through slabs less than 12" may be placed
as required provided no conflict with scheduled or
detailed reinforcement occurs.
Conduit to be embedded in slabs which are not
indicated on Drawings may be placed in concrete
within the following limitations:
Conduit shall not be larger in outside
dimensions than one third of the overall
thickness of slab in which they are embedded
and not spaced less than 3 diameters or widths
on center.
Place conduit in slabs between top and bottom
reinforcement.
In slabs with only one mat of reinforcement,
provide the following concrete cover to
conduit, including fittings:
Concrete exposed to earth or weather, 1-
1/2".
Concrete not exposed to weather or in
contact with ground, 3/4"
Notify Engineer of any conduit to be embedded
which cannot meet the herein stated
limitations.
Position embedded items to avoid conflicts with
reinforcement. Provide 1" clear cover between
reinforcement and inserts, anchors and embedded
items, and 1-1/2" clear cover between sleeves and
reinforcement. Notify Engineer of conflicts
between embedded items and reinforcement prior to
correction.
No embedded items made of aluminum shall be
permitted unless coated effectively or covered to
prevent aluminum-concrete reaction or electrolytic
action between aluminum and steel.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-14
3.4 REPAIR OF SURFACE DEFECTS:
Removal: After forms have been removed, remove
concrete which is not formed as required, which is out
of alignment or level beyond specified tolerances or
which shows defective surface that cannot be properly
repaired or patched.
B. Repairing and Patching:
1. Patch tie holes and repair defective areas
immediately after form removal.
2. Defective Areas:
Remove honeycombed and other defective concrete
to sound concrete, but in no case to depth of
less than 1".
Dampen area to be patched and area at least 6"
wide surrounding to prevent absorption of water
from patching mortar.
Mix bond coat of approximately 1 part neat
portland cement to 1 part fine sand passing No.
30 mesh sieve and water to consistency of thick
cream. Brush mix into surface.
Make patching mixture of same material and of
approximately same proportions as used for
concrete, except omit coarse aggregate and use
mortar that consists of not more than 1 part
cement to 2-1/2 parts sand by damp loose
volume.
Substitute white Portland Cement for part of
gray Portland Cement on exposed concrete in
order to produce color matching color of
surrounding concrete, as determined by trial
patch.
Add only quantity of mixing water necessary for
handling and placing.
Mix patching mortar in advance and allow to
stand with frequent manipulation with trowel,
without addition of water, until mortar has
reached stiffest consistency to permit placing.
After surface water has evaporated from area to
be patched, brush bond coat into surface.
When bond coat begins to lose water sheen,
apply premixed patching mortar.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-15
Thoroughly consolidated mortar into place and
strike off to leave patch slightly higher than
surrounding surface.
ke
To permit initial shrinkage, lea~e mortar
undisturbed for at least 1 hour before being
finally finished.
1. Keep patched area damp for seven (7) days.
Do not use metal tools in finishing patch in
formed surface which will be exposed.
Tie Holes: After cleaning and thoroughly
dampening, fill tie holes solid with patching
mortar.
4. Proprietary Patches:
Proprietary compounds for adhesion or as
patching ingredients may be used in lieu of or
in addition to specified patching procedures.
Use compounds in accordance with manufacturer's
recommendations.
3.5 FINISHING OF FORMED SURFACES:
Ae
General: Finishes are an integral part of concrete
placing and the following schedule of types of finish
shall be used unless otherwise shown on the plans or
directed by the Engineer.
Steel Trowel Finish:
Interior floor slabs, wall
tops.
Brush or Broomed Finish: Sidewalks, curb and gutter,
exterior slabs.
Rubbed Surface Finish: Interior work areas.
Smooth Form Finish:
Exposed exterior walls 12"
below grade and above; exposed
interior walls of liquid
containers to 12" below water
level; exposed undersides of
slabs.
Sealers and Hardeners: Non-metallic floor hardener
surface treatments shall be applied in accordance with
the manufacturer's recommendations or as directed by
the Engineer. Surface treatments shall be applied to
all interior concrete floor surfaces that do not
receive tile or other toppings.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSBTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-16
3.6 FLATWORK:
A. Edge Forms and Screeds:
Set edge forms and intermediate screed strips
accurately to produce designated elevations and
contours in finished surface and still be
sufficiently strong to support vibrating bridge
screeds or roller pipe screeds if nature of finish
specified requires use.
Align concrete surface to contours of screed strips
by use of strike off templates or appropriate
compacting type screeds.
When formwork is cambered, set screeds to same
camber to maintain proper concrete thicknesses.
B. Consolidation:
1. Thoroughly consolidate concrete in slabs.
Use internal vibration in beams and girders of
framed slabs and along bulkheads of slab on grade·
Obtain consolidation of slabs and floors with
vibrating bridge screeds, roller pipe screeds, or
other appropriate means.
Concrete to be consolidated shall be as dry as
practicable and surfaces shall not be manipulated
prior to finishing operations.
C. Jointing:
1. Locate joints in slabs on grade as indicated·
2. Time cutting of saw cut joints properly with set of
concrete.
3. Start cutting as soon as concrete has hardened
sufficiently to prevent aggregates from being
dislodged by saw.
4. Complete before shrinkage stresses have developed
sufficiently to induce cracking.
5. Install control joint form in accordance with
manufacturer's recommendations.
D. Finishes:
1. Floated Finish:
After concrete has been placed, struck off,
consolidated and leveled, do not work concrete
further until ready for floating.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-17
Begin floating when water sheen has disappeared
or when mix has stiffened sufficiently to
permit proper operation of power driven float.
Consolidate surface with power driven floats of
impact type except in thin sections such as pan
slabs.
Use hand floating with wood or cork faced
floats in locations inaccessible to power
driven machine.
Recheck trueness of surface at this stage with
10' straightedge applied at not less than two
different angles.
Cut down high spots and fill low spots to
produce planes checking true under straight
edge in any direction, with tolerances not
exceeding 1/8" in 10'.
Refloat slab immediately to uniform smooth,
granular texture.
2. Troweled Finish:
Finish surface first with impact power floats,
where applicable, then with power trowels, and
finally with hand trowels.
Perform first troweling after power floating
with power trowel to produce smooth surface
which is relatively free of defects but which
may still contain some trowel marks.
Perform additional trowelings by hand after
surface has hardened sufficiently.
Final troweling shall be done when ringing
sound is produced as trowel is moved over
surface.
Thoroughly consolidate
troweling operations.
surface by hand
Finished surface shall be free of trowel marks
and uniform in texture and appearance.
Remove defects of sufficient magnitude by
grinding.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
8ECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-18
3. Brush Finish or Broom Finish:
Following the steel trowel finish, surface of the
concrete shall be brushed lightly with a soft-
bristled brush, or broom. The brush shall be kept
clean and shall be dipped in water frequently so
that it will be clean and wet at all times.
Brushing shall be limited to that necessary to
remove the glaze and produce a non-slip surface.
4. Rubbed Surface Finish:
Surfaces to receive a rubbed finish shall be
rubbed with carborundum fluted surface stones
providing an abrasive which, when applied in
surface rubbing at the proper time in the
concrete aging process, will remove form marks,
surface imperfections, and otherwise smooth,
shape or finish the surface. Surface rubbings
shall proceed as soon as forms are removed.
On removal of forms all necessary pointing
shall be done. When the pointing has set
sufficiently to permit rubbing, all surfaces
requiring surface finish shall be wet and given
a surface rubbing with a No. 16 Carborundum
Stone or an abrasive of equal quality. The
rubbing shall be continued sufficiently to
bring the surface to a paste, to remove all
form marks, and projections, and to produce a
smooth dense surface without pits or
irregularities. The material that has been
ground into a paste shall be carefully spread
or brushed uniformly over the surface and
allowed to take a reset. The use of cement to
form a surface will not be permitted.
In general, chamfered corners shall not be
rubbed in the first surface rubbing.
The surface of the entire structure requiring
finish shall then be cleaned of all drip marks,
dirt and discolorations and shall be given a
final finish rubbing with a No. 30 Carborundum
Stone or an abrasive of equal quality. On
completion of this rubbing, the finished
surfaces shall be allowed to take a reset.
After the mortar has taken a reset, the surface
shall be washed down with clean water. The
entire structure shall be left with a clean,
neat, and uniform appearing finish and shall be
uniform in color.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24sm CROS8TOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-19
If necessary to obtain bond between a rubbed
surface and concrete wall, use of an admixture
or epoxy bonding compound with rubbing will be
allowed; however, plastering in lieu of rubbing
will not be permitted.
5. Smooth Form Finish:
On formed surfaces, where rubbing or special
surface treatment is not required, the
Contractor, immediately after removing forms,
shall point up all honey-comb and other
defects, and remove all fins, areas where there
has been concrete leakage at joints, etc.,
examine the surface for "form air pockets,"
particularly but not limited to cement laitance
that may cover or conceal defective areas, and
point up such defective areas by use of
retempered cement from the concrete areas.
Simple "plastering" will not be permitted.
Contractor shall use whatever means required to
expose such areas, if necessary with a light
sandblasting. Repairs shall be to the
Engineer's complete satisfaction.
3.7 CURING AND PROTECTION:
A. Curing:
1. Comply with recommendations of ACI 308-81.
2. General:
Protect freshly deposited concrete from
premature drying and excessively hot or cold
temperatures.
b. maintain without drying at relatively constant
temperature or period of time necessary for
hydration of cement and proper hardening of
concrete.
3. Initial Curing:
a. Immediately follow finish operations.
Keep concrete continuously moist at least
overnight.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-20
c. Use one of the following materials or methods:
1. Ponding or continuous sprinkling.
Absorptive mat or fabric kept continuously
wet.
3. Sand or other covering kept continuously
wet.
Continuous steam not exceeding 150 degrees
F or vapor mist bath.
5. Curing compounds:
a. Apply in accordance with recom-
mendations of manufacturer·
Do not use on surfaces against which
additional concrete or other
cementitious finishing materials are to
be bonded, over surfaces to receive
waterproofing, or on surfaces on which
curing is prohibited by Specifications.
Final Curing: Immediately following initial curing
and before concrete has dried, accomplish
additional curing one of the following materials or
methods.
a. Continuing method used in initial curing.
b. Waterproof paper complying with ASTM C171.
5. Duration of Curing:
Final curing shall continue until cumulative
number of days or fractions, not necessarily
consecutive, during which temperature of air in
contact with concrete is above 50 degrees F has
totaled seven (7) days.
If high early strength concrete has been used,
final curing shall continue for total of three
(3) days.
Rapid drying at end of curing shall not
interfere with subsequent finish.
6. Formed Surfaces:
Keep steel forms heated by sun and wood forms
in contact with concrete during final curing
period wet.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-21
If forms are to be removed during curing
period, employ one of the above curing
materials or methods immediately.
c. Continue curing for remainder of curing period.
B. Curing Temperature:
1. Cold Weather:
a. Comply with recommendations of ACI 306R-78.
When mean daily temperature of atmosphere is
less than 40 degrees F, maintain temperature of
concrete as placed for the length of time
indicated in Table 1.4.2,ACI 306R.
When necessary, make arrangements in advance of
placement to maintain required temperature and
moisture conditions without injury to concrete.
2. Hot Weather:
a. Comply with recommendations of ACI 305R-77.
When necessary, make arrangements in advance of
placement, and take protective measures as
quickly as concrete hardening and finishing
operations will permit.
Excessive Temperature Changes: Changes in
temperature of concrete shall be as uniform as
possible and shall not exceed 5 degrees F in any
one (1) hour or 50 degrees F in any 24 hour period.
Protection: Protect freshly placed concrete from rain,
flowing water, hail, sleet, etc., until concrete has
hardened.
3.8 FIELD QUALITY CONTROL:
Testing laboratory will conduct strength tests of
concrete in accordance with following procedures.
Secure composite samples in accordance with ASTM
C172.
Obtain each strength test from different batch of
concrete on representative, truly random basis,
avoiding selection of test batch other than by
number selected at random before commencement of
concrete placement.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-22
When pumping or pneumatic equipment is used,
samples shall be taken at discharge end.
Mold three specimens from each sample in accordance
with ASTM C31 and cure under standard moisture and
temperature conditions in accordance with ASTM C31,
Section 7(a).
Test two specimens at 28 days in accordance with
ASTM C39, and one specimen at 7 days.
28 day test result shall be average of strengths of
two (2) specimens.
When high early strength is required, specimens
shall be tested at seven (7) days.
Make one (1) strength test for each 100 cubic yards
or fraction thereof for each mix design of concrete
placed in one (1) day.
B. Additional Testing That May Be Required:
Determine air content of normal weight concrete on
regular and frequent basis in accordance with
either ASTM C231 for air content and with ASTM C567
for unit weight.
2. Report temperature of concrete at time of placing.
Report total water quantity added to concrete
batches, including that added after departure of
concrete trucks from batch plant.
Check slump consistency and uniformity of concrete
to the extent deemed necessary to assure compliance
with Specifications.
5. Inspect reinforcement as follows:
Visual inspection prior to placement for size,
type quantity and quality of materials.
Make continuous inspections of placement of
reinforcement immediately prior to concreting.
C. Evaluations:
Strength level of concrete will be considered
satisfactory provided averages of all sets of three
consecutive strength test results equal or exceed
specified 28 day strength, and no individual
strength test result falls below specified 28 day
strength by more than 500 psi.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
PAGE
03300-23
If strength tests fail to meet minimum
requirements, concrete represented by such tests
shall be considered questionable and shall be
subject to further testing at expense of
Contractor.
Take at least three representative cores from each
member or area of concrete in place that is
considered potentially deficient. Location of
cores shall be determined by Engineer so as least
to impair strength of structure.
Conduct additional tests of questionable concrete
at expense of Contractor in accordance with ASTM
C42.
Concrete in area represented by a core test will be
considered adequate if average strength of cores is
equal to at least 95% of and if no single core is
less than 85% of specified 28 day strength.
6. Fill core holes with low slump concrete or mortar.
If core tests are inconclusive or impractical to
obtain and structural analysis does not confirm the
safety of the structure, load test may be required
at no additional cost to the Owner. The results
shall be evaluated in accordance with ACI 318,
Chapter 20.
Concrete work judged inadequate by structural
analysis or by load test shall be reinforced with
additional construction or replaced at no
additional cost to the Owner. Any additional
construction shall be approved by the Engineer
prior to the start of the work.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15
MECHANICAL
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15100 - MISCELLANEOUS PIPING
PAGE
15100-1
1.0 GENERAL
1.01 SCOPE
This section covers drainage piping, and other
miscellaneous piping. See other specification sections for
fabricated steel pipe, concrete pipe, PVC sewer'pipe, and
prestressed concrete cylinder pipe.
Miscellaneous piping shall be furnished and installed
complete with all fittings, jointing materials, hangers
and supports, anchors, and other necessary appurtenances.
Pipe supports, anchors, and spacing of expansion joints
are covered in the pipe supports section.
e0
2.01
PRODUCTS
MATERIALS
A. Steel Pipe
1. Standard Weight Pipe
2. Fittings
Flanged
Welding
3. Flanges
Flange Bolts &
Nuts
Flange Gaskets
Copper Tubing
1. Water Tubing
ASTM A120, standard weight
(Schedule 40) or Fed Spec
WW-P-406, Weight A.
Cast iron, 125 lb., ANSI B16.1.
ANSI B16.9.
ANSI B16.1, 125 lb. or
ANSI B16.5, 150 lb.
ASTM A307, length such
that after installation
bolts will project 1/8
to 3/8 inch beyond outer
face of nut.
ASTM D1330, Grade I; red
rubber, ring type, 1/8
inch thick.
ASTM B88 or Fed Spec
WW-T-799, Type K; cadmium
plated where used for
chlorine service.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15100 - MISCELLANEOUS PIPING
PAGE
15100-2
2. Fittings
Flared
Solder
3. Solder
4. Soldering Flux
5. Brazing Filler Metal
6. Brazing Flux
PVC Pipe
1. Irrigation Service
Watertight/Dusttight
Pipe Sleeves
Protective Coatings
Tape Wrap
Coal Tar Coating
ANSI B16.26.
ANSI B16.18 or B16.22.
Solid wire, ASTM B32,
Alloy Grade 50A (50-50).
Paste type, Fed Spec
O-F-506, Type I, Form A.
AWS A5.8, Bcup-5;
Engelhard "Silvaloy 15,"
Goldsmith "GB-15," or
Handy & Harma'n "Sil-Fos."
Paste type, Fed Spec
O-F-499, Type B.
ASTM D1785, Schedule 80,
PVC 1120, bearing nSf
seal.
O-Z Electrical Manufac-
turing Company, Inc.,
"Thruwall" and "Floor
Seals," Thunderline Corp.,
"Link-Seal," modular
rubber sealing elements
with galvanized bolts.
AWWA C209; Protecto Wrap
"200" or Tapecoat "CT."
MIL-C-18480; Koppers "50
Bitumastic," Porter
"Tarmastic 101," or Tnemec
"476 Super Tnemecol."
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24,, CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL PAGE
SECTION 15100 - MISCELLANEOUS PIPING 15100-3
e0
3.01
EXECUTION
SERVICE AND TYPE REQUIREMENTS
Except as otherwise specified or authorized, pipe and
tubing shall conform to the general requirements which
follow. Kinds of pipe for service conditions not listed
shall be as specified in other sections, as indicated on
the drawings or, in the absence of any definite
requirement, as determined by the Engineer.
Copper Water Tubing
1. Soft Annealed with Flared Fittings. To be used
for piping in contact with earth or submerged.
1-1/4 inch or smaller cold water supply piping.
Hard Drawn with Solder Fittings. To be used for 3"
or smaller piping inside structures.
Cold water supply piping.
3.02
PVC Pipe
1. PVC Water Service Pipe With Push-on Solvent Welded
Joints.
Irrigation piping.
PIPE JOINTS.
Pipe joints shall be carefully and neatly made
accordance with the requirements which follow.
in
Threaded. Pipe threads shall conform to ANSI B2.1,
NPT, and shall be full and cleanly cut with sharp
dies. Not more than three threads at each pipe
connection shall remain exposed after installation.
Ends of pipe shall be reamed, after threading and
before assembly, to remove all burrs.
Flared. Ends of annealed copper tubing shall be cut
square and all burrs shall be removed. Flared ends
shall be uniform without scratches or grooves.
Solder and Brazed. Joints in 2 inch and larger copper
tubing shall be brazed. Where solder fittings are
specified for lines smaller than 2 inch, joints may be
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15100 - MISCELLANEOUS PIPING
PAGE
15100-4
3.03
soldered or brazed at the option of the Contractor.
Joints in copper chlorine tubing (if needed) shall
be brazed; solder will not be acceptable.
Surfaces to be joined shall be thoroughly cleaned with
flint paper and coated with a thin film of flux. At
each joint, tubing shall enter to the full depth of
the fitting socket.
Care shall be taken to avoid overheating the metal or
flux. Each joint shall be uniformly heated to the
extent that filler metal will melt on contact. While
the joint is still hot, surplus filler metal and flux
shall be removed with a rag or brush.
Solvent Welded. The ends of PVC pipe shall be cut
square and smooth and shall be wiped clean. Solvent
cement shall be applied to the outside of the pipe and
the inside of the fitting socket with a small paint
brush. The coated surfaces shall be immediately pushed
snugly together and the pipe rotated approximately 1/2
turn to insure uniform distribution of the cement.
Excess cement shall be removed by wiping.
Flanged. Flange bolts shall be tightened sufficiently
to slightly compress the gasket and effect a seal, but
not so tight as to distort the flanges.
Welded. Welding shall conform to
and recommendations contained in
Pressure Piping," ANSI B31.1.
the specifications
the "Code for
Push-on. Gasket installation and other jointing
operations shall be in accordance with the
recommendations of the manufacturer. Each spigot end
shall be suitably beveled to facilitate assembly. All
joint surfaces shall be lubricated with a heavy
vegetable soap solution immediately before the joint is
completed. Lubricant shall be suitable for use in
potable water, shall be stored in closed containers,
and shall be kept clean.
PIPE SLEEVES
Piping passing through concrete or masonry shall be
installed through sleeves installed before the concrete is
placed.
Unless otherwise indicated on the drawings, all pipes
passing through walls or slabs which have one side in
contact with earth or exposed to the weather shall be
sealed watertight with special rubber gasketed sleeve and
joint assemblies or with sleeves and modular rubber
sealing elements.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15100 - MISCELLANEOUS PIPING
PAGE
15100-5
3.04
3.O5
3.06
3.07
PIPE INSTALLATION
Pipe shall be installed as specified, as indicated on the
drawings or, in the absence of detail piping arrangement,
in a manner acceptable to the Engineer.
In all piping, insulating fittings shall be provided to
prevent contact of dissimilar metals wherever copper
tubing or fittings are connected to iron or steel pipe or
fittings.
Buried PVC piping shall be "snaked" in the trench and
shall be kept as cool as possible during installation.
PVC pipe shall be kept shaded and shall be covered with
backfill immediately after installation.
PROTECTIVE COATING
Black steel pipe in buried locations shall have exterior
surfaces protected with a shop applied AWWA C209 approved
coating. All fittings, couplings, specials, and other
exterior surfaces of buried piping not shop coated shall be
tape wrapped in the field. All surfaces to be tape wrapped
shall be thoroughly cleaned immediately before wrapping.
Tape wrapping shall be two ply (half lap) application.
CLEANING
The inside of all pipe, valves, and fittings shall be
smooth, clean, and free from blisters, loose mill scale,
sand, and dirt when erected. All lines shall be thoroughly
blown before placing in service.
TESTS
All specified tests shall be made by and at the expense of
the Contractor in the presence, and to the satisfaction
of, the Engineer or his representative. Piping
shall be tested at the following pressures:
Service
Test Pressure
Test Medium
Water supply
150 psi water
Other piping
1-1/2 times
working pressure
but not less than
100 psi
suitable fluid
or gas
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15100 - MISCELLANEOUS PIPING
PAGE
15100-6
Leakage may be determined by loss of pressure, soap
solution, chemical indicator, or other positive and
accurate method acceptable to the Engineer or his
representative. All fixtures, devices, or other
accessories which are to be connected to the lines and
which would be damaged if subjected to the specified test
pressure shall be disconnected and ends of the branch
lines plugged or capped as required during the testing
procedures.
All necessary testing equipment and materials, including
tools, appliances, and devices shall be furnished and all
tests shall be made by and at the expense of the
Contractor and at such time as directed by the Engineer.
All joints in piping shall be tight. All joints which are
found to leak by observation or during any specified test
shall be repaired and tests repeated.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15220 - BUTTERFLY VALVES
PAGE
15220-1
1 · 0 GENERAL
1.01 SCOPE
This section covers rubber-seated butterfly valves.
Butterfly valves shall be furnished complete with operators
and accessories as specified herein.
1.02
1.03
1.04
1.05
GENERAL
Except as modified or supplemented herein, all butterfly
valves, including operators, shall conform to the
applicable requirements of AWWA C504. Valves shall be
short-body type.
RELATED WORK
A. Division 1 - General Requirements
1. Submittals
2. Shop Drawing, Product Data and Samples
BUTTERFLY VALVE SCHEDULE
Size Type of AWWA Type of
Inches Service Installation Class (1) Operator
16 Piping Buried 150B Nut
24 Piping Manhole (typ.) 150B Nut
or
Buried
SUBMITTALS
Furnish shop drawings, product data, design calculations
and data described below in accordance with the
requirements of Section 01340.
Furnish a general assembly shop drawing for each valve
or groups of valves having same operators and control
elements clearly showing valve, operating mechanisms,
control element and related items. Drawings shall show
dimensions, weights, and control accessories for the
valve and components.
Furnish product data for each item to
with requirements of this Section.
materials of construction clearly.
show compliance
Indicate all
Furnish certified copy of test reports for factory
tests regarding performance, leakage and hydrostatic
test.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWNWATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15220 - BUTTERFLY VALVES
PAGE
15220-2
PART 2.0 PRODUCT
2.01 BUTTERFLY VALVES
General. Butterfly valves shall be of the rubber-
seated, tight closing type complying with AWWA C504 and
the standards listed below. Valves shall be bubble-
tight at a rated pressure of 150 psi with flow in
either direction, and shall be suitable for
applications involving frequent operation.
B. Valve Body.
General Requirements. Butterfly valves shall be
of the short body type with integral flanged end.
Cast Valve Body. Valve bodies shall be cast from
ductile iron ASTM A 536, Grade 65-45-12.
Valve bodies shall have two integral hubs for
housing shaft bearings and seals. The body end
connections shall comply with one of the following:
Flanged with facing and drilling in accordance with
ANSI B16.1, Class 125 or 250 if cast iron; AWWA
C207, Class D or E, or ANSI B16.5, Class 150 or
300, if steel, depending on the operating pressure,
piping materials and mating flanges.
Flanges shall be finished to true plane surfaces
within a tolerance limit of 0,005 inch; the
finished face shall be normal to the longitudinal
valve axis within a maximum angular variation
tolerance of 0.002 inch per foot of flange
diameter.
Seating Surfaces. Valves designed with the rubber
seats applied to the valve disc shall have a
mating surface integral with the valve body of
18-8 stainless steel. Sprayed or plated mating
surfaces will not be acceptable.
C. Valve Shafts. Operating Pressure 150 psi or less.
Constructed of stainless steel per ASTM A276, Type
304 or 316, or ASTM A479, Type 304; or ASTM A 564,
Type 630 (17-4pH).
Valve shafts shall comply with the requirements of
AWWA C504 with respect to shaft diameter and
design.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15220 - BUTTERFLY VALVE8
PAGE
15220-3
D. Valve Discs·
Cast of the following materials suitable for the
operating conditions listed in the Job Conditions
paragraph and Valve Schedule.
Ductile Iron ASTM A 536, Grade 65-45-12.
Valve discs shall be of the "off-set" design in
order to provide a full 360 degree seating surface
uninterrupted by the shaft holes. The valve discs
shall rotate 90 degrees from the full open to the
tight-shut position.
Valves designed with the rubber seats applied to
the valve body, having discs constructed of ductile
iron shall have a 18-8 stainless steel mating
seating edge.
E. Valve Seats.
Provide bubble-tight shut-off and
the valve body or disc edge.
mount either on
Construct of synthetic rubber, such as Buna N, EPDM
or Hycar suitable for the operating conditions.
May be strengthened by a reinforcing insert molded
into the rubber seat.
Rubber seats mounted in the valve body shall be
cemented and clamped, bonded or vulcanized to the
valve body. The method used for bonding or
vulcanizing valve seats shall be tested in
accordance with ASTM D 429.
Rubber seats mounted on the discs shall be clamped
thereon.
All clamps, retainer rings and fasteners used for
securing rubber seats shall be of 18-8 stainless
steel construction.
Mating seating surfaces to the rubber seat shall
be as described elsewhere in this section.
F. Valve Shaft Housing and Bearing.
Valve shall be fitted with sleeve type bearings
contained within the hubs of the body. Bearings
shall be of the "self-lubricating" type constructed
either of bronze, nylon or stainless steel -
graphite coated.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROBBTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15220 - BUTTERFLY VALVES
PAGE
15220-4
2.02
Provide a factory set, two-way thrust bearing on
all valves 24-inches diameter and larger, designed
to center the valve disc on the valve seat.
Valve Shaft Seals. Valve shaft seals shall be of the
standard double O-ring seals, or for Chevron seals
complying with AWWA C504, Section 3.7.
VALVE OPERATORS
A. General.
The valve operators shall be of the type as
indicated in the Valve Schedule and shown on the
Drawings. Unless otherwise indicated in the Valve
Schedule or shown on the Drawings, all valves shall
be furnished with manual operators.
Design valve operators for the operating pressures
listed in the Valve Schedule.
The valve operator shall be capable of holding the
valve in any intermediate position between fully
open and tight shut-off without creeping or
fluttering.
Operator mounting arrangements shall be as
indicated on the drawings or as directed by the
Engineer.
Each valve operator, except operators that are
located in manholes, buried, or submerged, shall
have a valve disc position indicator mounted on the
end of the valve shaft.
B. Torque Requirements.
Design and size valve operator to produce an out-
put torque equivalent to the maximum valve shaft
torque generated by the actual line pressures and
velocities for each valve specified. The greater
of the following combinations will be maximum valve
operator torque required:
a. Seating torque plus bearing torque plus
hydrostatic torque, or
b. bearing torque plus hydrodynamic torque.
The manufacturer shall be responsible for the
computation and determination of the torque
requirements for all valves to be installed.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL
SECTION 15220 - BUTTERFLY VALVES
PAGE
15220-5
2.03
2.04
Manual Operators. Unless otherwise required by the
Owner, the direction of rotation of the wheel or
wrench nut to open each valve shall be to the left
(counterclockwise). Each valve body or operator shall
have cast thereon the word OPEN and an arrow
indicating the direction to open.
Handwheel diameter shall be at least 8 inches but not
more than 24 inches for 30 inch or smaller valves.
Wrench nuts shall be standard AWWA wrench nuts as
described in Section 3.16 of AWWA C500.
EXTENSION STEMS AND STEM GUIDES
Extension stems and stem guides shall be furnished and
installed where shown, specified, or required. Extension
stems shall be of solid steel, not smaller in diameter
than the stem of the valve operator shaft.
Extension stems shall be connected to the valve operator
with a flexible socket type coupling. All stem connec-
tions shall be pinned. Bronze bushed, cast iron stem
guides, adjustable in two directions, shall be provided at
the locations indicated on the drawings. Where the length
of an extension stem exceeds 8 feet, the extension stem
shall have a collar to bear against the stem thrust guide
and support the stem.
Extension stems shall be provided for buried valves when
the valve operator is 8 feet or more below finished grade.
Each extension stem for a buried valve shall extend to
within 6 inches of the ground surface, shall be provided
with spacers which will center the stem in the valve box,
and shall be equipped with a wrench nut.
VALVE BOXES
All buried valves shall be provided with valve boxes.
Valve boxes shall be cast iron, extension sleeve type,
suitable for the depth of cover required by the drawings.
Valve boxes shall be not less than 5 inches in diameter,
shall have a minimum thickness at any point of 3/16 inch,
and shall be provided with suitable cast iron bases and
covers. Covers shall have cast thereon designation of the
service for which the valve is used.
All parts of valve boxes, bases, and covers shall be coated
by dipping in hot asphalt varnish.
Top sections and covers for valve boxes for valves which
are to be provided with position indicators shall be
designed for proper installation of the position indicator
and accessories.
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
DIVISION 15 - MECHANICAL PAGE
SECTION 15220 - BUTTERFLY VALVES 15220-6
PART 3.0 EXECUTION
3.01 INSTALLATION
Ae
Valves, operators and accessories
and checked out in accordance
recommendations.
shall be installed
with manufacturer's
Valves, operators and accessories shall be checked,
adjusted and cycled to assure smooth operation and
control characteristics can be obtained.
3.02 DRAWINGS AND DATA
Complete drawings, details, and specifications covering the
valves and their appurtenances shall be submitted in
accordance with the submittals section.
Certified copies of the results of all tests as required
by Section 5 of AWWA C504 shall be furnished to the
Engineer before the valves are shipped.
END OF SECTION
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
APPENDIX A
TRENCH SAFETY STUDY
CROSSTOWN WATER LINE AND MISCELLANEOUS WATER LINES
COPPELL, TEXAS
GINN, INC. - CONSULTING ENGINEERS
DALLAS, TEXAS PROJECT NO. 274
24" CROSSTOWN WATER LINE
CITY OF COPPELL, TEXAS
TRENCH SAFETY STUDY
CROSSTOWN WATER LINE
LINES A, B AND C
COPPELL, TEXAS
JOB NO. 3398
JOHN H. HAYNES & ASSOCIATES, ~NCORPORATED
Geotechnical Engineers
September 30, 1988
Ginn, Inc.
17103 Preston Road
Suite 100, LB 118
Dallas, Texas 75248
Attention: Mr. Kevin Peiffer, P.E.
Re: Trench Safety Study
Crosstown Water Line
Lines A, B and C
Coppell, Texas
Job No. 3398
Gentlemen:
Transmitted herewith are three copies of the referenced report. Should you have
any questions concerning our findings or if you desire additional information, please
do not hesitate to call.
Yours very truly,
JOHN t!. HAYNES & ASSOCIATES, INC.
JEll/jeh
(3 copies submitted)
-- 2424 $tutz Drive · P.0. Box 35481 · Dallas. Texas 75235 · (214) 350-5600
TRENCH SAFETY STUDY
CROSSTOWN WATER LINE
LINES A, B AND C
COPPELL, TEXAS
INTRODUCTION
As authorized on July 14, 1988, a Trench Safety Study has been conducted to
evaluate the soil conditions and determine lhe lateral earth pressure parameters
required for the design of trench shoring systems for utility line construction for
this project. In addition, studies were conducted to evaluate maximum allowable
backslopes to use for open cut conslruction. This report was used to prepare Trench
Safety Plans and Specifications which are being transmitted under separate cover.
FIELD EXPLORATION
A total of 49 test borings were drilled for these 3 lines. 32 Borings were
drilled along the right-of-way for Line "A", 11 Borings were drilled for Line "B" and
6 Borings were drilled for Line "C". The location of the borings drilled on Line "A"
are shown on Plate Nos. I and 2. The location of borings drilled on Line "B" are
shown on Plate No. 3 and those drilled on Line "C" are shown on Plate No. 4. These
borings were drilled on approximately 500 foot centers along the project
alignments. The results of these borings are shown on the attached Boring Logs
together with the station number and offset from pipe centerline at which Ihe
borings were drilled.
JOHN H. HAYNES & ASSOCIA'iES. eNC
Geotechnical Engineers
-2-
Shelby tube soil samples were obtained in the cohesive soil strata and split-
spoon samples were obtained in the sand strata. Together with this sampling,
Standard Penetration Tests were performed at selected sa~npling depths. Ground
water observations were made at each boring location. These data are shown on the
respective Boring Logs.
LABORAI'ORY TESTING
A number of Alterberg Limit and moisture content tests were performed on
sclcclcd soil samples of the clay, sandy clay and weathered shale samplers and these
results are shown on Plate Nos. 5 and 6. Unconfined compressive strength lests
were performed on samples of the various clay, sandy clay and shale strata and
these results are shown on Plate Nos. 7 and 8.
SITE CONDITIONS
LINE "A"
This alignment is generally underlain by deep slickensided Cll and CL clays
and sandy clays. These clays were generally found to be stiff to very stiff. The
clays are highly plastic and the sandy clays possess medium plasticity. These
cohesive soils are generally underlain by layers of fine sand which were found io
be loose to medium dense. Where deeper borings were drilled, lhe sand was found to
be underlain by a geologic shale formation. The upper layers of shale are severely
weathered, contain numerous slickensided fracture planes and have a high
plasticity index. In a few locations, firm dark gray unweathered shale was
cncountercd beneath the weathered shale sediments.
JOHN H. HAYNES &. ASSOCIA]ES,
Geotechnical Eng,r'~eers
Ground watcr is present in some areas along the alignment. This water is
generally present in the sand layers; however, some ground water was also noted in
the deeper clay zones. At time of drilling (dry summer conditions), the water table
was encountered in some borings at depths ranging from about 6' to 15'.
LINE "B"
Clay, gravel, shale and limestone fill material was encountered in most of the
borings drilled along this alignment. This fill was encountered Io depths of about 3'
to 8'. Where drilled, the fill appeared to be fairly well compacted but soft, low
strength zones should be anlicipated. This fill is underlain by medium stiff to stiff,
slickensidcd Ctt and CL clay soils to depths of 15' to 20'. In some areas, the clay is
underlain by loose to dense sand and gravel generally to depths in excess of about
10' to 15'. Ground water was encountered in some borings in this area at depths
ranging from about 8' to 15'.
LINE "C"
This line is also underlain by clay and sand fill to deplhs of about 3' to 5'. This
fill also appears to be fairly well consolidated; however, some soft, low strength
zones of fill material will probably be encountered in cuts made for this pipeline.
This fill is generally underlain by medimn stiff to very stiff clay soils to depths of
about 5' to 10'. Sand and gravel was encountered below the clay strata and
weathered shale underlies the sand deposits generally at depths of about 12' to 15'.
Ground water was found in all lhese borings at depths ranging from about 8'
to 12'. TIle ground water table for all three pipelines will fluctuate with tile seasons
and, at time of construction, it could vary several feet from the depths shown on the
Boring Logs.
JOHN N. HAYNES & ASSOCIATES.
Geotechnica~ Engine~-rs
-4-
RECOMMENDATIONS
Based on the results of the test borings and laboratory tests, studies were
made of the various methods available for bracing of vertical excavated cuts or
backsloping of opQn cuts for use in construction of utility lines for these projects.
Braced Vertical Cuts
The lateral pressure developed behind shoring will depend on the method of
construction. This is illustrated on Plate No. 9. If driven steel sheetpiles are used
and the soil is removed after the sheetpiles are in place or if trench boxes are used
in lieu of trench bracing, then the pressure diagram shown at the bottom of the
sheet (Condition B) should be followed using an active and passive design fluid
pressure of 40 pcf and 150 pcf, respectively. The recommended passive fluid
pressure figure of 150 pcf includes a factor of safety of at least 2.0.
On the other hand, if the trench is excavated and the shoring is then
installed and the banks are braced after excavation, then the upper pressure
diagrams should be followed (Condition A). As most of the utilily lines will be
installed at depths between 5' and 20', it is recommended that the designs be based
on three depth ranges (5' to 10', 10' to 15' and 15' to 20'). If any cuts will exceed 20',
the ground around this area should be cut and lowered so that the actual trench"
does not have to exceed 20'. For these three depth ranges, it is recommended that
uniform lateral pressures of 240 psf, 360 psf and 480 psf, respectively, be used in
the design of the trench shoring system as shown on Plate No. 9.
JOHN H. HAYNES & ASSOCIATES.
Geotechnical Engineers
Unbraccd Sloped Cuts
If open cuts are used in lieu of vertical trench culs, it is recommended that a
n~aximum backslope angle of I to 1 be used for all cuts in clays, sandy clays and
shale sediments. If sand or gravel is encountered in any open cut excavation, then
that portion of the cut through the sand and gravel should be laid back on a
n~aximum backslope of 2 horizontal to 1 vertical. A combination of open cut and
braced vcrlical cut can be used provided the braced portion is designed for the full
height of cut. These open cut slopes and combined open cut and braced vertical cut
configurations are illustrated on Plate No. 10.
Ground Water Control
Water will be encountered in some areas where the excavations exceed about
6' to 8'. Where this occurs and the bottom of the trench is in clay, the seepage can
probably be controlled by uso of sump pumps in open trenches. However, where
sand or gravel is present, these trenches should be dewatercd prior to excavation
below the ground water table by means of well points or deep wells installed in the
sand and gravel strata. Surface pumping from sump pits should not be performed
as the sand would be loosened due to the upward flow of ground water. All water
should be continuously removed from the excavations to prevent softcning and
weakening of Ihe banks.
JOHN H. |IAYNES & ASSOCIAI ES. tNC
Geotechnicel Engineers
Location of Borings
Crosstown Water Line
Line "A"
City of Coppell
Coppell, Texas
'-,,L~.2J ,-\ ~- ....-7.
~-~
--~ .-,
k-Belt Line' Road
NORTH
Scale: 1": 1000'
t~
I I I I I I I I I I I I I I I i I i I
\
Location of Borings NORTH
Scale: 1"= 1000'
Crosstown Water Line
City of Coppel 1
Coppel 1, Texas
~M
' JOHN H. HAYNES & ASSOCIATES, ~Nc.
B o r in g
No.
A-I
A-2
A-3
A-4
A-6
A-7
A-8
A-9
A-10
A-12
A-13
A-15
A-16
A-17
A-19
A-20
A-23
A-24
A-25
A-25
A-27
A-27
A-28
A-29
A-30
A-31
A-32
A-32
A-32
B-I
B-3
B-4
B-5
B-6
B-7
B-8
Attcrbcrg
Crosstown Water Line
Lines A, B and C
Coppeil, Texas
Limit and Moisturc Content Tcsts
Depth Liquid Plastic
( ft ) Limit(%~ Limit(%~
5.0-6.0 63.5 23.4
9.0- ! 0.0 54.9 20.6
9.0-10.0 50.0 17.7
4.5-6.0 58.3 23.0
9.0-10.0 24.3 11.4
5.0-6.0 62.3 21.7
9.0-10.0 46.9 17.9
24.0-25.0 51.4 22.3
9.0-10.0 30.1 11.5
5.0-6.0 69.4 23.4
14.0-15.0 62.0 24.8
5.0-6.0 37.6 14.5
9.0-10.0 45.3 17.1
9.0-10.0 26.5 12.3
4.0-5.0 55.3 21.6
4.0-5.0 65.4 27.7
9.0-10.0 52.2 21.5
4.0-5.0 78.2 28.9
9.0-10.0 48.1 19.0
14.0-15.0 33.2 12.0
5.0-6.0 33.7 13.4
14.0-14.8 53.7 19.0
9.0-9.5 52.5 25.4
9.0-10.0 60.0 22.6
9.0-10.0 64.1 23.7
14.0-15.0 57.8 20.8
5.0-6.0 40.3 16.2
9.0-10.0 59.0 24.1
14.0-15.0 65.3 24.7
6.0-7.5 50.1 20.1
9.0-10.0 42.1 17.1
4.5-6.0 51.5 18.3
19.0-20.0 27.0 11.9
9.0-10.0 61.7 22.6
14.0-15.0 26.9 13.1
9.0-10.0 35.5 14.1
Plasticity Moisture
Index(Pl}, Conicnil%}
40.1 28.2
34.3 25.4
32.3 21.3
34.4 21.6
12.9 12.2
40.6 24.8
29.0 20.7
29.1 30.2
18.6 14.1
46.0 21.6
37.2 22.8
23.1 15.4
28.2 20.1
14.2 12.6
33.7 23.9
37.7 29.4
30.7 20.0
49.3 23.7
29.1 22.2
21.2 16.0
20.3 21.4
34.7 21.4
27.1 17.2
37.4 19.9
40.4 27.7
37.0 26.8
24.1 16.9
34.9 29.0
40.6 34.3
30.0 24.4
25.0 24.4
33.2 20.4
15.1 19.4
39.1 24.7
13.8 21.2
21.4 19.0
P]ate No.
Geotechnicaf Engineers
"JOt4N H. HAYNES & ASSOCIATES. ~NC
Crosstown Water Linc
Lines A, B and C
Coppell, Texas
Alterberg Limit and Moisture Content Tests
B ori n g Depth Liquid PI asti c
N o. ( ft ~ Limit(%~ Limit(%)
B-8 14.0-15.0 38.6 14.8
B-9 14.0-15.0 24.3 13.3
B-i I 9.0-10.0 30.1 14.3
C-2 4.5-6.0 47.9 19.8
C-2 9.0-10.0 26.4 13.3
C-5 4.5-6.0 39.3 17.7
C-5 9.0-9.4 23.3 13.9
C-6 9.0-10.0 32.5 14.8
Plasticity
lndex(Pl)
23.8
11.0
15.8
28.1
13.1
21.6
9.4
17.7
Moisture
Content(%)
24.5
18.0
18.3
21.9
14.1
17.8
16.1
19.1
Plate No. 6
Geotechnical Engineers
' JOt IN H. HAYNES S,. ASSOCIATES,
Boring Dcplh
N0, (fl)
A- ! 5.0-6.0
A -2 9.0-10.0
A-3 9.0-10.0
A -4 4.5-6.0
A -6 9.0-10.0
A -7 5.0-6.0
A-8 9.0-10.0
A -9 24.0-25.0
A-10 9.0-10.0
A-11 9.0-10.0
A-12 5.0-6.0
A-12 14.0-15.0
A-13 14.0-15.0
A-15 5.0-6.0
A-16 9.0-10.0
A-19 4.0-5.0
A-19 9.0-10.0
A-20 4.0-5.0
A-23 9.0-10.0
A-24 4.0-5.0
A-25 9.0-10.0
A-25 14.0-15.0
A-27 5.0-6.0
A-27 14.0-14.8
A-28 9.0-9.5
A-29 9.0-10.0
A-30 9.0-10.0
A-30 14.0-15.0
A-31 9.0-10.0
A-31 14.0-15.0
A-32 5.0-6.(:)
A-32 9.0-10,0
A-32 14.0-15.0
A-32 19.0-20.0
B-1 6.0-?.5
B-I 14.0-15.0
B-3 9.0-10.0
B -4 4.5-6.0
B-5 14.0-15.0
B-5 19.0-20.0
B-6 9.0-10.0
B-7 9.3-10.0
B-7 14.0-15.0
B-8 9.0-10.0
B-8 14.0-15.0
B-9 14.0-15.0
B-I I 9.0-10.0
C-2 4.5-6.0
C-2 9.0-10.0
Crosstown Water Line
Lines A, B and C
Coppell, Texas
Unconfined Compressive Strength Tests
Max. Comprcssive Failure Unit Dry Moislure
Strength(tsf) Strain(%) Wt.{pcf) Content{%)
2310(1) 0.7 93.9 28.2
2730(1) 1.0 98.2 25.4
5485(1) 1.7 104.8 21.3
15720(1) 4.5 102.5 21.6
7615 3.3 121.8 12.2
5090(1) 3.0 98.9 24.8
2850(1) 0.9 106.7 20.7
5825 3.4 91.2 30.2
4540( 1 ) 1.9 116.6 14. I
7640(1) 1.1 107.2 19.9
7510(1) 1.5 106.2 21.6
9470( I ) 6.4 105.3 21.9
4615(1) 1.9 105.4 22.8
13565 3.5 116.2 15.4
8570(1) 2.0 107.2 20.1
6275(1) 4.8 100.8 23.9
4815(1) 1.7 94.2 28.6
6655(1) 3.4 94.0 29.4
7920(1) 2.9 107.5 20.0
12735(!) 2.2 99.6 23.7
5365(1) 4.3 104.0 22.2
4940 8.3 115.3 16.0
1990 5.1 102.7 21.4
3685 3.4 106.8 21.4
13420 8.3 94.7 17.2
5220 2.9 108.4 19.9
2095(1) 0.7 95.4 27.7
2745(1) 1.5 91.9 29.9
2275(1) 1.8 90.6 29.9
3225(1) 3.0 97.4 26.8
13440 4.2 l I 1.9 16.9
2685 3.8 92.5 29.0
1680(1) 4.4 86.1 34.3
2760( 1 ) 1.4 97.5 26.1
4050 3.1 99.6 24.2
2705(1) 1.9 95.6 27.0
1990 3.9 100.1 24.4
5735(1) 5.6 106.9 20.4
4900 2.7 114.3 15.3
755 5.3 112.4 19.4
3340(1) 1.1 100.7 24.7
4050(1) 2.8 102.6 22.4
1050 8.1 108.4 21.2
3055 4.1 104.3 19.0
1520 1.9 96.9 24.5
1060 4.6 111.3 18.0
4495(1) 3.3 106.8 18.3
6275 3.1 105.3 21.9
3635 5.2 118.0 14.1
Geotechnicel Engineers
Plate No. 7
JOHN H. HAYNES & ASSOCIATES. ~NC
Crosstown Water Line
Lines A, B and C
Coppe!!, Texas
Unconfined Compressive Strength
Boring Depth Max. Compressive Failure
No. f ft ) SIren gthftsf) Strainf%)
C-5 4.5-6.0 11900 7.3
C-5 9.0-9.4 1020 2.9
C-6 9.0-10.0 2350 3.7
Tests
Unit Dry
Wt.fpcf)
109.1
113.7
109.1
Moisture
Content(%}
17.8
16.1
19.1
Footnole:
(1) Sample failed on slickcnsided fracture plane.
Plate No. 8
Geotechnicel Engineers
' JDi tN H. HAYNES & ASSOCIATES. fNC.
CASE I
DESIGN LATERAJ EARTH PRESSURES
FOR TRENCH SUPFORTS
CASE II
C()NDITiON A
BRACING INSTALl FD AFTFR TRFNCH FXCAVAT1ON
P. 480 PSF
CASE I11
ACTIVE FLUID PRESSURE , 40 PCF
PASSIVE FLUID PRESSURE . 150 PCF
PIVOT POINT
J~ON[:XTION B
SHEET Pll FS DRIVEN PRIOR TO TRENCH EXCAVATION
~ TRF m, IGH BOX DESIGN
Lateral Earth Pressure Recommendations
For Trench Supports
Crosstown Water Line
Lines "A". "B" & "C"
Coppell, Texas
Plate No. 9
GeoLechnicl91 Engineers
' JOHN H. HAYNES & ASSOCIATES, ~NC,
.....:"'
1
MAXIMUM ALLOWABLE SLOPE IN CLAY
OWABLE SLOPE IN SAND '
SIMPLE SLOPED CUT
C
I '
MAXIMUM ALLOWABLE SLOPE IN CLAY
III CLAY
9~ORING O~ SHIED SYSTBM DESIGNED FOR LA'I'EI:~ EAR'IH
PRESSURES FOR FULL HEIGHT OF CUT 'l-r
IF cUr 19 NOT SLOPED. SHORING SHALL BE FULL
HEIGHT OF VER'I'ICAL CUT
COMPOUND SLOPED CUT
W1TH SHORING
Maximum Allowable Slopes
For Open Cuts
Crosstown Water Line
Lines "A", "B" & "C'
Coppell, Texas
Plate No. 10
Geolcechnicd Engineers
Jnb No
Dart,
__ J()I4N F! I IAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
3398 Line "A"
Coppell, Texas
7/19/88
,,, CORE
iF F'OLU n
F-UJ O_ ILl rr
0-"' ":, 2 --, "'
LLIE (.9>.. _.1
~ ~ E' 0
rr
DESCRIPTION OF STRATA
Dark gray, gray and tan clay with
l_t_race fine sand-stiff(CH)(fill)
Dark gray clay-stiff(CH)
Gray clay with trace fine sand-
stiff(CH)
Yellowish tan and light gray clay
with trace sand-stiff Lo very
stiff(CH)
Total Depth = 15.0 fe~t
Upon completion, hole dry and
backfilled.
Boring No. A-
LocanonSta. 0+00,8' Rt. CL
FIELD TESTS Z
O
Pocket Penetrometer Readings, ~-- I--
Tons er Sq. Ft. - X
Shandard ~enetr~qtion Te~ts. ~l: ILl
), tU
Blows per Foot (BPF) .
45 45
X'
Geotechnical Engineers
__ J()l IN H, HAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
J~b~o 3398 Line "A"
7/19/88 Coppell, Texas
CORE
~.~- ~ ,,,
FLU G. UJ
°-w rr~E
uJii
rr
DESCRIPTION OF STRATA
Dark gray clay with trace fin~
sand-stiff(CH)
Gray and olive brown clay with
trace fine sand-stiff(CH)
Yellowish tan and light gray clay
with trace fine sand-stiff(CH)
Yellowish tan and light gray fine
clayey sand with some sandy clay
- 15 -
bands-medium dense(SO)
Total Depth =
Upon completion, hole
backfilled.
15.0 feet
dry and
Boring No A - 2
tocaflonSta- 5+00,5' Rt. CL
FIELD TESTS Z
O
Pocket Penetrometer Readings ~-- I--
Tons er Sol. FI. - X
Slandard ~enetratlon
Tn,~t,~,
Blows per Fool (BPF) -
4r, 45
, ~o ~o ,o
I
f
x
\
\
!
I
t
I
I
I
X
Geotechnict, i Engineers
JO| IN H t tAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
JobNo 3398 Line "A"
D.~. 7/19/88 Coppel], Texas
/.
DESCRIPTION OF STRATA
Gray, dark gray and tan clay-stiff
icH)(fi l)
Olive gray and dark gray clay-
rti,'f(cH)
Gray and tan clay with trace fine
sand-stiff(CH)
Tan and light gray clay with trace
fine sand-stiff(CH)
Tan fine sand with some clay
bands(SP)
Light tan fine sand-dense(SP)
Total Depth = 15.0 feet
Upon completion, hole dry and
backfilled.
Boring No. A-3
Loc.uo. Sta. 10+00,
FIELD TESTS
PockM Penetrometer Readings.
Tons er SO. Ft. · X
Stun(lard ~enet~allon '[Psts.
Blows per Fool (BPF). (~)
as
2 3 4
20 3o 40 ~0
/
45
3c~ EPF~
Z
0
Geotechnical Engsneers
JOHN FI HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3398 Line "A"
7/20/88 Coppall, Texas
Boring No.
Locatlo&ta. 15+00,15' Lt.
uj
-
__ ,/
- 20 Z_Z ,[
CORE
FIELD TESTS
Pockel Penelrometel Readings.
Tons er Sol, Ft. - X
Standard ~enetrallon Tests.
DESCRIPTION OF STRATA B~ows per Foot (BPF)- ~)
· I 20 30 40 ~0
Light brown fine sandy clayey gravel
with crushed stone and shale fragments(GC)'~fi11;
45
~L 2.0'-8" brownish gray clay layer
X
Dark gray clay-hard(CH)
Yellowish tan and light gray sandy
clay with numerous calcareous
deposits-hard(CL)
X
Z
Tan fine sand-medium dense(SP)
"~hale, tan, weatl~ered, calcareous,
Imoderately firm
61 Bows for
X
Shale, dark gray, firm
Total Depth = 20.0 feet
Upon completion, hole dry. 48 hours
later, hole dry and blocked at 12.9
feet.
Geotechnicel Enginners
JOHN H, I-tAYNES & ASSOCIATES,
BORING LOG
Crosstown ~4ater Line
JobNo 3398 Line "A"
oal,. 7/19/88 Coppel 1, Texas
Boring No. A - 5
Locatio~ta. 2 1400,10' Rt. C~
CORE
LU ~:
DESCRIPTION OF STRATA
Dark gray clay w~th trace fine sane-
medium stiff(CL)(possibly fill)
_ (SM)
Light gray and tan clay with trace
fine sand and some calcareous
deposits-very stiff to hard(CL)
Yellowish tan and light gray clay
with some fine sand and calcareous
deposits-hard(CL)
Tan fine sand with some clayey san~
bands-medium dense(SP)
Total Depth: 15':6'~et
upon completion, hole dry and
backfi 1 led.
FIELD-TESTS z
O
Pocket Penetrometer Readings.
Tons er Sq. Ft. · X ' ~-- I-'-
Slandard ~:netralton Tests. <~ uJ
) uJ
Blows per Foot (BPF) · ~) UJ U-
_J
2 3 4 45 4 5 t,u
20 30 40 ,40
~ 24 B~F
-- Geotechnicel Engineers
-- J[)I-tN I-I. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JobNo 3398 Line "A"
D.,~ 7/19/88 Coppell, Texas
Boring No. A-6
Locatio~ta. 25+00,5' Rt.
CORE
D
ut rr
_j
u~
rr
DESCRIPTION OF STRATA
Gray clay with so~ne fine sand-
Istiff(CL)
Gray and reddish brown sandy clay-
stiff(CL)
Olive and tan clay with some fine
sand-hard(CL)
Yellowish tan and light gray sandy
clay-very stiff(CL)
Tan fine clayey sand-medium
Total Depth = 15.0 feet
Upon completion hole dry and
backfilled.
dense(SO)
FIELD TESTS z
O
Pocket Penetromeler Readings.
Tons er Sq. Ft. · X
Slandard ~enetratlon
Tests,
Blows per Fool (BPF) -
2 3
Geotechrlicd Engineers
Jnb No
.__ J()l tN H. I tAYNES & ASSOCIATES, ~r~c
BORING LOG
CrOSStOWh ;Jater Line
3398 Lira: "A"
7/25/88 Coppel 1, Texas
w CORE
F,,Ow
o, rn--J O
a_ w rr
rr:~ ,j
o>- _j
D a
L
DESCRIPTION OF STRATA
Olive gray clay-stiff(CH)
Gray and light brown clay with
trace fine sand-stiff(CH)
Light gray and yellowish brown clay
with trace fine sand-stiff(CL)
Yellowish brown and light gray cla)
with trace fine sand-stiff(CL)
Total Depth: l~T6'~eet
Upon completion, hole dry. 10 days
later, hole dry and blocked at 15.[
feet.
Boring No. A - 7
LocattonSta. 30+00,5' Rt. {
FIELD TESTS Z
0
Pocket Penetrometer Readinas ~ I--
Tons er Sq. Ft. - X
Standard ~enetrallon Tests. ~I[ LU
Blows per Foot (BPF) - ~) > UJ
uJ
4.5 4 5
· 1 ;~0 30 40 50 60
x
I
I
__ Geotechnical Engineers
__ J0t IN H. t tAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
aobNo 3398 Line "A"
7/25/88 Coppell, Texas
Boring No.
Loca,o.Sta.34+OO,5'Rt.
CORE
n u~
-
- 10 -//-
1'
-15 - --'-- ·
DESCRIPTION OF STRATA
FIELD TESTS z
O
Pocket Penelromeler Readings,
Tons er Sa. Ft.- X F- I--
Standard genetrallon Tests, ~ LU
), LU
Blows per Fool (BPF) - ~) tl.I I~.
4.5 4 5
· 1 2o 30 40 ~o
Dark gray clay with trace fine san(-
stiff(CH)
Brown clay with trace fine sand-
stiff(Ctt)
Yellowish brown and light gray
clay with trace finesand(CL)
Yellowish tan and light gray very
sandy clay-medium stiff(CL)
lotal Depth = lgTO'f"~[ ...........
Upon completion, trace water. 10
days later, water measured at 14.1
feet and hole blocked at 14.7 feet.
×
~IF /Water Level
.... 7 "'3/'4} 138 .......
Geotechnic81 Engineers
__ JOI tN H. HAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
Line "A"
J.h.o 3398 Coppell, Texas
1125/88
Boring No. A-9
LocationSta. 39+00,
CORE
F,C) iu
F-UJ O, LLI 112
~,,, ~ ~ - ,,,
LLIIL (,)>. <~ J
[S'1
~u m E o
0 C) ~UJ
rr
DESCRIPTION OF STRATA
Dark gray clay with numerous
'l '
._asphalt fragments-medium stiff(CL)('i' 1)
Dark gray clay-stiff(CH)
Gray c'ldy-stiff(Ctt)
Light gray, dark gray and yellowisk.
brown clay with trace fine sand-
sLiff(CH),
Yellowish brown and light gray cla)
with trace fine sand-stiff(CL)
Pocket Penetrometer Readings, ~-- I--
Tons er Sq. Ft. - X UJ
Standard ~ene ration
t Tests,
Blows per Fool (BPF) - (~) LU
3 4
30 40 60
Yellowish brown and light gray fine
clayey sand-loose(SO)
_qr ._.,4a ter_ Le~2l
8/4/88
~8 B~F
Shale, tan, yellowish brown and
gray, severely weathered, soft
Shale, light brown and tan, weathered
with dark gray bands, moderately
to firm
Shale, dark gray, slightly weathered,
firm
eet
Upon completion, water measured
at 15.2 feet. 10 days later, water
at 13.0 feet and hole blocked at
15.3 feet.
(< 18 BPF
Geetechnical Engineers
__ JOt-IN H ItAYNES & ASSOCIATES, fNc _
BORING LOG
Crosstown Water Line
JobNo. 3398 Line "A"
oa,~ 7/21/88 Coppell, Texas
DESCRIPTION OF STRATA
Dark gray clay with trace fine
sand-stiff(CH)
Grayish brown clay with trace fine
sand-stiff(CH)
Gray, light gray and yellowish brown
clay with trace fine sand-very sti'f
(CL)
Yellowish brown and light gray
sandy clay-hard to very stiff(CL)
Light gray and tan fine clayey sane
with trace sandy clay bands
(SC)
Shale, yellowish brown and light
gray, severely weathered, soft
Total Depth = 20.0 feet
Upon completion, water measured at
15.3 feet. 24 hours later, water at
14.7 feet and hole blocked at 16.7
feet.
Boring No. A- 10
Locauo.Sta.43+OO,5'Rt.
FIELD TESTS Z
0
Pocket Penel~omete~ Readings. ~-- I--
Tons er Sq. Ft. - X
Standard ~enelralton Tests. ,~ LU
)' U,
Blows per Foot (BPF) ·
I
I
I
I
I
,~.
/
/
/
/
/
<:V,3~a':e:_ _evel ......
x 7/'22/88
Geotechnicd Engineers
-- JOttN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
Jo~,.- 3198 Line "A"
7/20/88 Coppell, Texas
Boring No, A- 11
Loc.uonSta. 48+00,
lu CORE
lu
I--IAI
~-~ ~ ~ ~ ...
lULL
U,I (,,.)
rr
10-L//
/
/
15 - ..z2 .
DESCRIPTION OF STRATA
Gray clay with trace fine sand-
'L~j~dium stiff(CH)(fill)
Dark gray and dark olive clay with
~trace fine sand-hard(CH)
FIELD TESTS
Pocket Penetrometer Readings.
Tons er Sq. Ft, - X
Standard ~enetratlon TesB.
Blows per Foot (BPF) · ~)
- 1 20 30 40 ~0
45
Tan and light gray clay with trace
fine sand and trace fine gravel-
hard to stiff(CL)
'Total Depth = 1~.0 feet
Upon completion, hole dry. 24 hours
later, hole dry and blocked at 13.8
feet.
X
/
/
/
/
Z
0
Geotechnicsl Engineers
Job No.
Date
JOHN H, HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3398 Line "A"
7/20/88 Coppel 1, Texas
,,, CORE
· _>.ju~ r-,
,,, ~ E- o
tr
-15-: -
DESCRIPTION OF STRATA
Dark olive brown clay with trace
fine sand-stiff(CH)
Shale, yellowish brown, tan and
light gray, severely weathered,
soft to moderately firm
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, hole dry and blocked at 14.2
feet.
Bo..g No. A- 12
Locauo~ta. 53+00,
FIELD TESTS z
O
Pocket Penetrometer Readings,
Tons er SO. Ft. · X ~--- I--
Standard ~enetratlon Tests,
) tU
Blows per Foot (BPF) · (~) ILl
4 ._1
2 3 4 45 45
20 30 40 ~ ~0
x
Geotechnicel Engineers
' JOHN H. HAYNES & ASSOCIATES, ~Nc; -
BORING LOG
Crosstown Nater Line
3398 Line "A"
7/20/88 Coppel 1, Texas
,,, CORE
>..ju')
Q- LLI tr
D ~cr}<C
w m E o
rr
DESCRIPTION OF STRATA
Dark brownish gray clay with trace
fine sand-very stiff(CH)
Yellowish tan and light gray clay ~ith
trace fine sand-very stiff(CL)
Yellowish tan and li6ht gray sandy
clay-hardkCL)
Tan fine sand-medium dense(SP)
eo, l.g No. A - 13
Locat,onSta. 58+00,30' Lt. ~:
Shale, yellowish brown, tan and
light gray, severely weathered,
soft to moderately firm
Shale, yellowish brown and light
gray, weathered, moderately firm
Total Depth = 20.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 19.0 feet
and hole blocked at 19.9 feet.
FIELD TESTS z
O
Pocket Penetrometer Readings,
Tons er Scl. Ft.. X ~-- I--
Standard ~enelratlon Tests, ~: U.I
)' U,
Blows per Foot (BPF). ~) I.u
,,J
2 3 4 45 45 LU
20 30 40 50 60
d~19 BFF
×
\
\
\
Geot. echnicel Engineers
JOHN FI. HAYNES & ASSOCIATES.
BORING LOG
Crosstown ~later Line
JOb NO. 3398 Line "A"
c~.,e 7/20/88 Coppel 1, Texas
Boring No. A - 14
Loca,onSta. 63+00,13' Rt. ~
LL]
- -./
/
~~.
- lo-
-15
CORE
.J uJ
_J
o
uJ
rr
DESCRIPTION OF STRATA
Reddish brown sandy clay-very
L stiff(CL)
Light olive brown and reddish browr
Yellowish tan and li.ght gray clay
with trace fine sand and some cal-
careous nodules-very stiff(CL)
Shale, tan, yellowish brown and
light gray, severely weathered,
moderately Firm
FIELD TESTS z
O
Pocket Penetrometer Readings. ~ F-
Tons er Sq. Ft. - X
Standard ~enelratlon Tests. ,( UJ
Blows per Foot (BPF) - (~) > UJ
U.I u.
2 3 4 =5 a5 LU
20 30 40 50 60
I
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, hole dry and blocked at 15.(
feet.
Geotechnicei Engineers
JOHN N. HAYNES & ASSOCIATES. ,'dc
BORING LOG
Crosstown Water Line
JObNO, 3398 Line "A"
D.t~ 7/20/88 Coppell, Texas
BoringNo. A-15
Loca,o. Sta.69+00,10'Rt.~
CORE
tU
tr
tu
>
O
(..)
DESCRIPTION OF STRATA
FIELD TESTS Z
O
Pocket Penelrometer Readings, ~-- I--
Tons er SO. Ft. · X
Standard ~enetrR Ion Tests, 4: UJ
t
), tu
Blows per Foot (BPF). ~:) LLI u
45 45
1 20 30 40 50 ~:>0'~
Dark gray clay with trace fine sanc-
stiff(CH)
Yellowish brown, tan and light gra)
clay with some fine sand-hard(CL)
Yellowish tan and light gray sandy
clay-very stiff(CL}
l
t
I
I
Yellowish tan fine clayey sand-
medium dense(SC)
Yellowish tan and light gray fine
sand with numerous clayey sand
bands-medium dense(SP)
T o taTD~p th'~ 5 :O'T~ t
Upon completion, hole dry. 24 hours
later, hole dry and blocked at 15.0
feet.
~b Z5 BPF
Geetechnical Engineers
__ JOHN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JObNo 3398 Line "A"
Da,. 7/Z0/88 Coppel], Texas
,,, CORE
_)..ju')
I--uj n uJ
nuJ rr~ ~ .j uJ
n-
DESCRIPTION OF STRATA
BorlnO NO. A-16
Loca.o. Sta. 73+00,10' Lt. C~
FIELD TESTS z
0
Pockel Penetromeler fleadl ngs, r--' F-
Tons er SO. FI. - X
Slandard ~enetra Ion Tests. 4: uJ
t
), UJ
Blows per Foot (BPF) - (~) UJ I.I-
4.5 4 5
- 20 30 40 ~o ~o"
- lo '[/,
.
Dark gray clay with trace fine sane-
very stiff(CH)
Gray clay with trace fine
very stiff(Ctt)
sand-
Light gray and yellowish brown
with trace fine sand-very stiff(CL;
Yellowish brown and light gray
sandy clay-stiff(CL)
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hour~
later, hole dry and blocked at 15.0
feet.
/
X
I
I
I
I
×
I
I
I
I
t
×
/
Gecrcechnicel Engineers
-- JOI 'IN H. I' IAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
3398 Line "A"
7/~(J/88 Coppel 1, Texas
Bod.O No. A - 17
Loca,o, Sta. 78+00,5'Lt. CE
CO O3 tf)
uJ
D
CORE
DESCRIPTION OF STRATA
Brown and dark gray clay with some
fine sand-hard(CH)
FIELD-TESTS z
O
Pockel Penetrometer Readings, ~_ I--
Tons er Sq. Ft - X
StandArd ~enetr~llon Tests,
Blows per Foot (BPF) - (~)
LIJ M,-
,_1
4.5 4 5
'0 2 3 . ...
Yellowish brown and light gray clay
with trace fine sand-hard(CL)
Yellowish brown and light gray
sandy clay-hardtCL)
Tan firre sand with some clayey sanc
bands-medium dense(SP)
Total Depth = i5.0 feet
Upon completion, hole dry. 24 hours
later, hole dry and blocked at 15.(
feet.
Geotechnicd Engineers
-- J(3t tN H, HAYNES & ASSOCIATES.
BORING LOG
Crosstown ~later Line
3398 Line "A" Bon.g~o. A-18
7/20/88 Coppell, Texas Locat~o.Sta.84+OO,5'Lt. ~
LU
CORE
FIELD TESTS Z
O
n Pocket Penelrorneter Readings, ~ I--
uJ Tons er Sq. Ft. · X
nr Standard J~enelrallon Tesls.
u~ DESCRIPTION OF STRATA >
> Blows per Foot (BPF).
O ,,j
O 15 45
tJJ (~- 1 2 3 4
fine clayey sandy gravel with
crushed stone-medium dense
Brown
trace
(GP)
Brown fine sand with clayey sand
bands-loose(SP) (~a 3 BFF
Shale, tan, yellowish tan and x\
light gray, severely weatherd, \7
soft to moderately firm \
~hale, dark gray an~ 'tah'7"~6a~:herec,
moderately firm to firm
Shale, dark gray, firm
l o ta F~F~0.'0' T~ t
Upon completion, hole dry. 24 hours
later, water measured at 14.9 feet
and hole blocked at 18.5 feet.
Geotechnicai Engineers
-- JOt~N I-t. ~IAYNES & ASSOCIA'~ES. INc
BORING LOG
Crosstown ~ater Line
J~.r~o. 3398 Line "A"
Coppell, Texas
7/20/88
BoringNo. A-19
L~a,o.Sta.88+O0,5'Lt. ~
uJ
~'~3 ~_~n
.....
'~¢-
--.t_-I
-10-.~
-]5 -Y
-20
CORE
u)
LLI t'~
_J r'~ ILl
n U.J rr
_J LLI
.J
~: o
C)
LU
DESCRIPTION OF STRATA
Br0wnsandy clay with trace fine 9rav'_.l
and crushed sLone-hard(CL)(fi11)
frown fine sandy clay-hard(CL)
Shale, tan and light gray, severely
weathered, soft
Shale, broun and tan, severely
weathered to weathered, moderately
f i rm
FIELD TESTS Z
O
Pocket Penetromeler RPadingS, ~ I--'
Tons er Scl. FI. - X
Standard I~)Pnetratlon Te~ts. ~: uJ
)' U,
Blows per Foot (BPF) -
,_1
2 3 4
Shale, dark gray, firm
Total Depth = 20.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 18.7 feet
and hole blocked at 18.9 feet.
-- Geotechnical Engineers
JOHN H HAYNES & ASSOCIATES,
BORING LOG
Crosstown Uater Line
Line "A"
JobNo 3398 Coppell, Texas
D.,. 7/21/88
t4J
CORE
tu
UJ
>
0
u3
DESCRIPTION OF STRATA
Dark gray and brown sandy clay witk
l trace fine gravel-hard(CL)(fill)
Olive clay with trace fine sand
land fine gr~,vel-very stiff(CH)
Shale, tan, light brown and
gray, severely weathered to
weathered, moderately firm
light
.[-14.2-high angle slickensided fracture
~1'14.8'-2" dark 9ra~_Jhale band
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 13.2 feet
and hole blocked at 14.5 feet.
Boring No. A-20
Lo~a,~o. Sta. 96+00,5' Lt. CE
FIELD TESTS z
O
Pockel Penetromeler Readings.
Tons er Sq. Ft · X
Standard ~enetratton Tests. ~I~ ILl
· tU
Blow9 per Foot (BPF) · (~) uJ"
,.,J
2 3 4 45 45 u.J
20 30 40 50 60
1
/
I
I
t
Geotechnical Er~:jineers
-- JOHN F-I, HAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
Line "A"
JobNo 3398 Coppell, Texas
D.,e 7121/88
BormgNo. A-21
Loca.onSta.102+00.5'Lt.~
w CORE
t.U
ZF- ~0 .~ a w
I--I~ r'na- ILl
a-w E;~ :~ , w
UJU.- L)>.. ,~ _1
O ~oco~ E 0
I,U
o o
rr
--. EL,L,
- 20
DESCRIPTION OF STRATA
Brown sandy clay with trace fine
'[gravel -stiff (CL)(fi 11 )
Dark brown very sandy clay-hard(CL;
FIELD TESTS
Pocket Penetromeler Readings,
Tons er Sq. Ft.- X
Standard ~enelratlon
Tests,
Blows per Foot (BPF) - ~)
45 45
x,
Yellowish brown very sandy clay-
hard(CL)
Tan coarse to fine sand-dense(SP)
Shale, tan, yellowish tan and light
gray, severely weathered, moderate'y
firm
Shale, light brown and tan,
weathered with dark gray bands,
moderately firm to firm
Shale, dark gray, slightly weathered,
· [~_ith tan bands, moderately firm tc
. rm
28 BPF~
Shale, dark gray, firm
Total Depth = 20.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 18.1 feet
and hole blocked at 19.5 feet.
Geotechnical Engineers
-- JOIqN H HAYNES & ASSOCIATES,
BORING LOG
Crosstown ~'ater Line
J~bNo 3398 Line "A"
7/2i/88 Coppell, Texas
Bo.nO No. A-22
to~..tlo.Sta. 107+00.15'RtCI_
DESCRIPTION OF STRATA
Tam, clay with trace fine sand and
fine gravel-very stiff(CL)
Shale, tan, yel]owish tan and lighs
gray, severely weathered, soft to
moderately firm
Shale, light brown and tan, weathe'ed,
moderately firm
FIELD TESTS
Pocket Penetrometer Readings.
Tons er S(3. Ft - X
Standard ~enetratlon Tests.
Blows per Foot (BPF} - ~)
45
2 3 4
20 30 40 ~0
45
x
Shal~, dark gray, slightly weathered,
with trace tan bands, moderately fr~
~o firm
Shale, dark gray, firm
Total Depth = i5.0 feet
Z
O
). t3J
tI, J tA.
.J
Upon completion, water measured at
3.0 feet. 24 hours later, water at
4.4 feet and hole blocked at 13.0
feet.
Geotechnical Engineers
-- JOI IN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3398 Line "A"
7/21/88 Coppel 1, Texas
Boring No, A - 2 3
Locauo.Sta. 112+00,
CORE
-15 -'_'
DESCRIPTION OF STRATA
FIELD TESTS
Pocket Penetrometer Readings,
Tons er Sq, Ft, * X
Standard ~enetratlon Te,~ts.
Blows per Foot {BPf), ~)
a.s · 5
(~* 1 2 3 4
~21 BP:
. h sand bands-stiff(CL)(fill)
Tan and light gray sandy clay witk
_~om.~__f~n~_gE~!-__s_tiff(C_L_)l[ilL)__
Tan coarse to fine clayey gravelly sen~
with clay bands-medium dense{SP)(possibly fil')
Shale, tan, olive and light gray,
severely weathered, soft to moder-
a_tejy_firm *.
Shale, tam}, olive, dark gray and
light gray, weathered, moderately
f i rm
Shale, dark gray, firm
- 20
Total Depth = 20.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 15.0 feet
and hole blocked at 18.5 feet.
Z
0
Geotechnical Engineers
-- JOHN H. HAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
Jo. No 3398 Line "A"
7/21/88 Coppel 1, Texas
Bo,.0 No, A-24
Loca,o. Sta. 117+00,5' Lt. CL
CORE
uJ
._1
E-' O
LU
DESCRIPTION OF STRATA
Brown and olive brown sandy clay
with some fine gravel and trace
asphalt fragments-hard(CL)(fill)
FIELD TESTS Z
O
Pockel Penetrometer Readings, ~ I--
Tons er Sq. Ft. - X
Standard ~enetratlon Tests. ,~: tJJ
)' u.,
Blows per Foot (BPF) - (~) LIJ
_J
a5 '5
Shale, tan, yellowish brown and
light gray, severely weathered,
moderately firm
Shale, tar, and light brown weathered,
with dark gray shale bands and
sl ickensided fractures, moderately
firm
['~ale, dark gray, slightly weat~Fed,
with trace tan bands, moderately
_.~o firm ..........
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 13.5 feet
and hole blocked at 15.0 feet.
Geotechnicd Engineers
-- JL)ItN H t~AYNES & ASSOCI/~TES. If,~c
BORING LOG
Crosstown Dater Line
3398 Line "A"
7/21/88 Coppel 1, Texas
Bo,,.g No. A-25
Loca,o. Sta. 124+00,5' Lt. ~
LU
CORE
rr
Ud
>
0
U~
rr
DESCRIPTION OF STRATA
FIELD TESTS z
0
Pocket Penelrometer Readings. p. t--
Tons er SO. Ft. - X
Standard ~enetratlon Tesl.~. ,~ tU
) u.
Blows per Fool (BPF) - (~) tU
4,5 4 5
· I 20 30 40 f~O ~;
Dark brown sandy clay-very stiff(CL)
(fill)
Brown and light gray clay-stiff(CL)
(fill)
Brown, light gray and tan very sanc.y
~jay-sti ff( CL )(fill)
Dark brownish gray clay with trace
fine sand-stiff(CL)
Yellowish tan and light gray sandy
clay-stiff(eL)
×
x
I
I
.~'__.l~ate- _evel
, 7t22/88
t
Shale, tan, yellowish tan and light [ray,
severely weathered, soft to moderate'y firn
Shale, tan and light brown, weathered,
soft to moderate]y firm
Shale, dark gray, firm
Totdal Depth = 20.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 13.2 feet
and hole blocked at 19.0 feet.
Geotechnicel Engineers
-- JOttN H. HAYNES & ASSOCIATES, :r4r,
BORING LOG
Crosstown kater Line
JohNo 3398 Line "A"
7/21/88 Coppell, Texas
BormgNo. A-26
Lo~a,&ta.129+00,10'Rt.Ck
lu CORE
_~.,jr~)
o.m- ,3 ..,
rt LU rr
nLU rr~ ~ ,j LU
UJLL (j>, ~ .j >
n rj)o3
Lu ~n ~: O
rr
- iO-T-S'
DESCRIPTION OF STRATA
Olive brown and brown clay withsome
fine sand-stiff to very stiff(CL)
~fill)
Olive brown clay-stiff(CH)
~an clay with trace fine sand-stif~
Shale, tan and yellowish brown,
severely weathered, soft
.~.1'-3" bentonitic shale band
FIELD TESTS
Pocket Penetromeler Readings.
Tons er SO, Ft.- X
Standard ~enetra ion Tests,
t
Blows per Foot {BPF) -
4.5
2 3 4
20 30 40
y,
//
/
t
I
X
~'~ 9.4'-clay filled shrinkage crackxVe'~/sef'-
Shale, brown, weathered, moderately
f i rm
45
Shale, dark gray with brown and tar
bands, slightly weathered, moderately
f i rm to f i rm
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 5.4 feet
and hole blocked at 12.0 feet.
Z
0
Geotechnical Engineers
-- JOt IN N, HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JobNo. 3398 Line "A"
D.t. 7/21/88 Coppell, Texas
Bo,,.O No. A-27
Loca,o-Sta. 134+00,15' Rt Ct
CORE
C)
rt mmm
tLI
.,I LLI
.J
~ o
n 0
DESCRIPTION OF STRATA
~:,~
Dark olive brown sandy clay with
some fine gravel-very stiff(CL)(fi'l
Dark grayish brown sandy clay with
clayey sand bands-stiff(CL)
Dark olive gray very sandy clay
with clayey sand bands-soft(CL)
FIELD TESTS z
O
Pocket Penetrometer Readin(s, ~--- t-'-
Tons er Sq. Ft.- X
Standard/~enetratlon Tests. 4: ILl
Blows per Foot (BPF) - ~) U.I 1,1.
2 3 4 4.5 4 5 mJ,I
20 3o 40 5o
x~ __~___. Wa:e ~ _eve
x 7/2218B
Tan clay with trace fine to medium
sand-medium stiff(CL)
~5 3FF
JTan coarse to fiTme sandy clayey
gravel(GC)
Total Depth = i5.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 5.4 feet
and hole blocked at 12.0 feet.
,×
Geotechnical Engineers
-- JO~tN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3398 Line "A"
Coppell, Texas
7/21/88
eon.g No. A-28
Loca,,o~ta. 139+00,15'Rt .~
UJ
_O-C[)'-J
n
r
CORE
..j uJ
..J
n
DESCRIPTION OF STRATA
Olive brown clay with trace fine
'lsand and gravel-hard(CH)
Shale, tan and yellowish brown,
severely weathered, moderately
firm
Shale, tan and light brown with
trace dark gray bands, weathered,
moderately firm to firm
Shale, dark gray with trace tan
bands, slightly weathered, firm
FIELD TESTS z
O
Pocket Penetrometer Readings,
Tons er Scl. Ft.. X ~-- l--
Standard ~enelrallon Tesls. q: UJ
), I.U
Blows per Foot (BPF) - ~) tlJ u-
4.5 4 5
,X
Shale, dark gray, firm
Total Depth = 15.0 fe~
Upon completion, hole dry. 24 hours
later, water measured at 5.0 feet
and hole blocked at 13.8 feet.
Geotechnicd Engineers
__ JDt tN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown ~ater Line
JobNo 3398 Line "A"
D.,e 7/21/88 Coppel 1, Texas
ao..g No. A-29
Lo~au~ta. 144+00,15'Rt. ~
Q._rn.-J
G-ILl rr~; n
UJ
t.tU. ,r.J), ~
U)U')
UJ U')
',,/_
',':; T
--t
L is
CORE
C)
uJ rr
_.1 uJ
o
C)
lu
r~
DESCRIPTION OF STRATA
Dark olive brown clay with trace fine
Tan coarse to fine sand with some
fine gravel-medium dense{SP)
.Iotive brown clay wi~h trace fine '7 BPF
sand-medium stiff(CL)
Gray coarse to fine clayey gravel(GC~
1.
FIELD TESTS
Pocket Penetrometer Readings,
Tons er Sq. FI. - X
Standard ~enetrafion Tests,
Blows per Foot (BPF) -
45 45
2 3 4
20 30 40
X.
/
X
/
/
/
,/
#
X'
Yellowish tan clay with trace fine
sand-stiff(CH)
l~i~ale, tan and light gray, severe'y
weattlered, soft
l'otal Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 5.6 feet
and hole blocked at 12.4 feet.
I
t
Z
Geotechnical Engineers
,Int) NO
__ J()ItN H llAYNES &ASSOCIA]ES.
BORING LOG
Crcsstown ~'ater Line
3398 Line "A"
7121/88 Coppell, Texas
uJ CORE
T'F
FLU Q'm 'J
G-I.U L"12,~ n tU rr
tUU. ~E -J LU
~ u~ rr 0
uJ
DESCRIPTION OF STRATA
Dark brown clay with trace fine
gravel-very stiff(CL)(fill)
Olive brown clay-stiff(CL)(fill)
thin tan sand seams-stiff(CL)~fi]l)
Tan. fjP~..__~nd~PLC~j~_].} ................
Olive brown sandy clay-medium
stiff(CL)(fill)
Dark gray clay-stiff(CH)
Dark brownish gray clay-stiff(CH)
Brown clay with trace fine sand-
stiff(CH)
Total Depth = 20.0 feet
Upon completion, trace water noted.
24 hours later, water measured at
6.9 feet and hole blocked at 15.1 f~-Et.
Bon.g .o. A-30
Loca,~ta. 149~00,
FIELD TESTS z
O
Pocket Penetromeler Readings ~--
Tons er Sq. FI. - X
Standard ~ ~ "'
enelratlon Tests
'
tl,
Blows per Foot (BPF) - ~)
_.J
· 2 3 4 LIJ
sar'd ar d
/)'
~J 5 BPF
~ 7/22/8&
\
X
I
I
×
Geotechnical Engineers
Jnh
__ ,IOI IN It HAYNES & ASSOCIA"I'ES,
BORING LOG
Crosstown Water Line
3398 Line "A"
Coppell, Texas
7/~1/88
Bod.O No. A-31
co~.a,io~ta. 154+00,20' Rt. ~
cone
DESCRIPTION OF STRATA
FIELD TESTS Z
O
Pocket Penehometer Readin(Is
Tons er S(I. Ft. , X <I: U.J
Standard (Denelratlon TPSI,~.
Blows per Foot (BPF) - ~) t~ u
,.,I
45
· ~ 20 30 40 50
3rown coarse to fin~; clayey sand
~ith gravel(Road Base)
3rown sandy clay ,.,ith trace fine
gravel -hard( CL ) ( fi 11 )
_ight brown and light gray clay witl , .-
s' me~thin ine seahis-medium st ff ~'
I~.CL ~ I-fjJ-LI sand ' ~,
_ight brown and gray clay with trace
fine sand-stiff(CL)(fill)
)ark gray clay with trace fine sand-
stiff(CH)
~ t ~ater Level
'
I
I
'h'own clay with trace fine sand-
stiff(CH)
Ipon completion, water measured at
[9.2 feet. 24 hours later, water at
5.8 feet and hole blocked at 13.8
feet.
__ Geotechnic91 EnllinPPr-s
__ JOHN H, HAYNES & ASSOCIATES, mNc
BORING LOG
Cros,stown Water Line
Job.o. 3398 Line "A"
8/10/88 Coppel I, Texas
So..g No, A - 32
to~a,mo~;ta. 159+00,
w CORE
-10
-15
DESCRIPTION OF STRATA
Brown clay with tan silt seams and
trace asphalt fragments-hard(CL)
(fill)
Light brown and olive clay-soft
(CH)(possibly fill}
Dark brownish gray clay-soft(CH)
FIELD TESTS Z
0
Pocket Penetrometer Readings.
Tons er Sq. Ft. - X ~-. I--
Standard ~enetretlon Tests. ~:( UJ
> tu
Blows per Foot (9PF)-
45 45
X
X
Y__~_W~er _Le~ 1
8/11/88
/
Brownish gray and tan clay-stiff(Ch)
Total Depth = 20.0 feet
Upon completion, water measured at
19.8 feet. 24 hours later, water. at
11.8 feet and hole blocked at 18.1
feet.
GeotePJ-tnicel Engineers
__ JOHN H. HAYNES & ASSOCI,~T ES.
BORING LOG
Crosstown Water Line
JobNo 3398 Line "B"
8/9/88 Coppel 1, Texas
uJ
~.rn -J
a.
LIJ
/
CORE
n
uJ
rr
DESCRIPTION OF STRATA
Brown and tan sandy clay with some
light gray limestone fragments-
stiff(CL)(fill)
Light gray fine silty gravel(GM)
(fill)
-10
-15
-20
Dark grayish brown clay-stiff(CH)
Boring NO. B - 1
Loca,o. Sta. 11+00,15' Rt. rE
FIELD TESTS z
O
Pocket Penelrometer ReadingS. ~-- I--
Tons er S(I. Ft. - X
Standard ~enelratlon Tests. ~: uJ
), LU
Blows pe~ Foot (BPF) -
_1
45 4 5 t. lJ
20 30 40 50
X
.X
Tan and yellowish brown clay-
stiff(CH)
Total Depth = 20.0 feet
Upon completion, water measured
at 17.0 feet. 24 hours later, wate"
at 5.0 feet and hole blocked at
14.7 feet (sprinkiers on over nighs-
water filled test hole).
Geotschnicsl Engineers
__ JEIttN H. HAYNES & ASSOCIATES.
BORING LOG
Crosstown Water Line
3398 Line "B"
8/9/88 Coppel 1, Texas
DESCRIPTION OF STRATA
/.
Dark grdyish brown and brown clay
with trace fine sand and gravel-
hard(CL)(fill)
Boring No. B - 2
LocationSta. 16+00,
FIELD TESTS
Pocket penetrometer Readings,
Tons er Sq. Ft. - X
Standard ~enetra Ion Tesls. t
Blows per Foot (BPF) -
(~- 2 3
X
Gray and tan 1 imestone fragments
and boulders(fill)
Dark grayish brown sandy clay-
Dark gray and l iaht brown clay
with trace fine sand-stiff(CL)
...... Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 8.0 feet
and hole blocked at 12.5 feet.
, '8/'0./8'~
Geotechnical Engineers
-- JOI-IN H tIAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JnhNo 3398 Line "B"
o.,- 8/10/88 Coppell, Texas
Boring No. B-3
L~a.o. Sta.21+O0, ~
--/
-lO-/
/
:% _-<';..
CORE
Q I.u
ILl nr-
j LLI
_1
DESCRIPTION OF STRATA
FIELD TESTS Z
O
Pocket Penetromete~ RPadinqs. ~ I--
Tons er Sq. Ft - X
Standard ~enetratlon Tests. )~ LU
Blows per Foot (BPF) - ~) uJ u-
45 45
~o ~o ,o ~o
Tan clay with trace fine sand and
sandy clay bands-hard(CL)(fill)
Dark brown and tan sandy clay-
stiff(CL)(fill)
Dark grayish brown clay with trace
fine sand-medium stiff[CL)
Tan and olive clay with trace sand-
stiff(CL)
Total Depth = i5.0 feet'
Upon completion, hole dry. 24 hours
later, water measured at 7.0 feet
and hole blocked at 12.8 feet.
'8.,iT2
/
!
/
y,
Geotachnical Engineers
__ JOttN I-t. t IAYNES & ASSOCIATES. ~r,~c
BORING LOG
Crosstown Water Line
Jo. No 3398 Line "B"
8/10/88 Coppell, Texas
lu CORE
f~ ~oua
~ ~ ~ o
DESCRIPTION OF STRATA
Tan sandy clay with trace fine
gravel and crushed stone bands-
hard(CL)(fill)
-10
Tan clay-very stiff(CH)
Boring No. B-4
L~a,,o. Sta.26+O0. ~
FIELD TESTS z
0
Pocket Penetromeler Readings,
Tons er Sq. FI.- X ~ t--
Standard ~enetratlon
Tests. > LU
Blows per Foot (8PF) - ~) U,I LL
4.5 · 5
Light brown and gray clay-hard(CH)
Total Depth = 15.0 feet
Upon ceml}letion, hole dry. 24 hours
later, hole dry and blocked at 15.(
feet.
Geotechnical Engir'eeers
J~b No
D~te
~ Jt]HN H. HAYNES ~. ASSOCIATES, ruNE: _
BORING LOG
Crosstown Water Line
3398 Line "B"
8/10/88 Coppell, Texas
Boring NO. B - 5
LocaUo. Sta. 30+80,
w CORE
_>..~n
_o:rnJ o
n U.I rr
a-w rr~ ~ j w
wu. L)>, ~ J
D {net~
w m ~' O
D D
rr
DESCRIPTION OF STRATA
Tan and dark gray sandy clay with
trace fine gravel and crushed stone-
hard(CL)(fi]l)
Dark grayish brown clay with trace
fine sand-very stiff(CL)
Light brown clay with trace fine
sand-very stiff(CL)
Tan clay with some fine sand-
stiff(CL)
Tan very sandy clay-medium stiff(CL)
Total Depth = ~0.0 feet
Upon completion, water measured at
17.8 feet. 24 hours later, hole
dry and blocked at 8.0 feet.
/
FIELD TESTS
Pocket Penelromete; Readings.
TOnS er Sq. Ft · X
Standard i~enetrafion TPsIs.
Blows per Fool {BPF) - ~)
2 3 4
20 30 40 ,~0
/
I
I
I
I
I
Y,
t
X
/
/
/
/
/
t5
/
Z
-- Geotachnical Engineers
-- JC)HN H. HAYNES & ASSOCIATES.
BORING LOG
Crpsstown Water Line
JnhNO 3398 Line "B"
Coppel 1, Texas
8/10/88
CORE
n
0
~j
DESCRIPTION OF STRATA
Light brown sandy clay with trace
fine clayey sand and gravel bands-
hard(CL)(fi]l)
Tan clay with trace fine sand and
gravei-hard(CL)(fi]|)
Tan fine sand(SP)(fi]])
- 10
Tan and light gray clay-stiff(CH)
Gray .snd tai~ c]ay-stiff(CH)
Boring No B-6
Locatio. Sta. 36+00,
FIELD TESTS
Pocket Penetromete~ Readings.
l'onS er Sol. Ft. · X
Standard ~enelr~tlon Tests,
Blows per Fool (BPF) - (~
4.5
· 1 ~0 30 40 ~
Z
O
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later. hole dry arid blaocked at
15.0 feet.
Geotechnicd Engineers
-- JOt tN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JnbNo 3398 Line "B"
Dine 8/19/88 Coppel 1, Texas
Boring No. B - 7
Loca,o- 5ta.41+45, ~
FILl
rn n
UJ
,. ' /
/
/
/
/
,
-- /
· -15- '~'
CORE
r'-,
tu rr
..j UJ
.J
~ O
r'~
u.I
rr
DESCRIPTION OF STRATA
Brown coarse to fine sand with some
| fine gravel-very dense(SP)(fill)
Brown and dark gray sandy clay wit~
trace fine gravel-hard(CL)
Light brown clay with trace fine
sand-very stiff to stiff(CL)
Tan and light gray clay-stiff(CL)
Yellowish brown very sandy clay-
medium stiff(CL)
Total Depth: 15.0'~eet
Upon completion, hole dry. 24 hours
later, water measured at 13.2 feet
and hole blocked at 13.8 feet.
FIELD TESTS z
O
Pocket Penetrometer RPadlngs, ~-- I--
TOnS er S(I. Ft- X
Standard ~ene~ra Ion ,( tJJ
Tests,
Blows per Foot (BPF) -
.J
45 45
/
/
X
I
I
I
X
!
/
/
I
'~7 8/:10~ 88
/
/
×
Geotechnical Engineers
-- JOHN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JobNo 3398 Line "B"
Pal._ 8/9/88 Coppell, Texas
Boring No.
Locatio. Sta. 47+50,
tu CORE
o_®- c~ ,,,
FUj n LU rr
LULL (,>>.
LU ~ E 0
n O LU
rr
/
L ....
DESCRIPTION OF STRATA
FIELD TESTS z
0
Pocket Penetrometer Readings,
Tons er Sq. Ft. - X
Standard ~enetration Tesls,
Blows per Fool (BPF) - 1~) uJ u-
4.5 4
· 1 20 30 40 ~0
Brown, tan and olive sandy clay
with tan fine sand bands, trace
fine gravel and crushed stone-
hard(CL)(fi11)
Yellowish brown sandy clay-stiff(CL)
Light gra,y and brown sandy clay-
medium stiff(CL)
· v-i W~ter Level
Tan fine sandy gravel(GP)
Upon completion, water measured at
15.4 feet. 24 hours later, water at
15.0 feet and hole blocked at 16.7
feet.
Geotechnical Engineers
-- JOttN R HAYNES & ASSOCIATES. ~f~
Jnh No.
h~le
BORING LOG
Crosstown Water Line
3398 Line "B"
8/9/88 Coppel], Texas
LU
CORE
I-u; Q-m
Q-UJ rr~ O_ U.I
~UU_ ~ -J
(/)of)
LU
0
/
/
....
-5-.~
/.
/
-10~/
__. .
...
-15-
- -/
/
- 20 ~ -:"' -
_.
uJ
rr
>
0
(D
DESCRIPTION OF STRATA
Brown sandy clay with trace fine
gravel and crushed stone-hard(CL)
(fill)
Dark grayish brown sandy clay-
hard(CL)
Yellowish brown and light gray
very sandy clay-stiff(CL)
Light gray
very sandy
stiff(Cl_)
and yellowish brown
clay-medium stiff to
Shale, tan and light gray, severely
eathered, soft to moderately firm
Shale, dark gray, weathered, with
itan bands, moderately firnl
Shale, dark gray, firm
lota 1 Dupth = 25.0 feet
Upon completion, water measured at
11.0 feet. 24 hours later, water as
9.8 feet and hole blocked at 14.5
feet.
Boring No. B - 9
Lo~a,lo. Sta. 51+00,
FIELD :rESTS z
O
Pocket Penetromete~ Readings,
Tons er Sq. Ft. * X ~ I'-
Standard ~enetratlon {( LU
Tesl9. UJ
>
Blows per Foot (BPF) · (~) tu
2 3 4 45 4 5 t,U
20 3O 40 .~)
/
/
/
/
~ ,," I~ate' _evel
X
- X 'X
Geotechnicel Engineers
__ JOHN H FIAYNES & ASSOCIATES.
BORING LOG
Crosstown ~ater Line
Jo. No 3398 Line "B"
8/9/8[) Coppel 1, Texas
LU
CORE
__.nn-I a ~
F-U,I CL I.U rr
o-w rr~ :~ , w
tuu- L)>. <( J >
tr
DESCRIPTION OF STRATA
Brown, tan and dark gray sandy
clay-hard(CL)(fill)
Reddish brown sandy clay-stiff(CL)
!ight brown fine clayey sand(SC)
Tan fine to medium sand with trace
fine gravel-loose(SP)
Tan coarse to fine sand with some
fine gravel-very dense(SP)
Total Depth = 15.0 feet
Upon completion, water measured at
11.2 feet. 24 hours later, water at
10.9 feet and hole blocked at 11.3
feet.
So,,.g No. B-IO
LocafonSta. 55+80,12'Lt rk
FIELD TESTS
Pocket Penetrometer Readings,
Tons er Sq. Ft. - X
Standard ~enetratlon Tesls,
Blows per Fool (BPF)-
2 3 4
20 3(2) 40 50
/
I
X
Z
0
(x~9 B>F
_~l~_...Wat~r Leve
8/lC/~8
LU ~ owS fur ;"
Geotechnice~ Engineers
' JOHN tt. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
JobNo 3398 Line "B"
D.I, 8/9/88 Coppell, Texas
Boring NO. B- 11
Local|o~ta.61+00,2'Lt. ~
,,., "-
luLL
/
_ _/_
?
/
/
CORE
n
r~ uJ
u.I rr
..j t.u
n (,.)
DESCRIPTION OF STRATA
FIELD TESTS z
O
Pocket Penetrometer R~adlngs,
Tons er Sq. Ft.. X
Standard ~enetrallon Tests,
Blows per Fool (BPF) · ~) ), uJ
,J
4,5 4 5
· 1 20 30 40 ,~O
Tan and dark gray clay with numerots
calcareous particles-hard(CL)(fi11)
Dark gray shale(fill)
Dark grayish brown silty sandy
clay-medium stiff(eL)
Light gray and yellowish brown
sand~ clay-stiff(CL)
'Total Depth = 15.0 feet
Lipon completlon, water measured at
12.8 feet. 24 hours later, water a~
12.2 feet and hole blocked at 13.4
feet.
X
/
v W~ ter. L ave 1
---t-~/,..0,/83, -
Geotechnical Engineers
-- J()ttN H t IAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3obNo 3398 Line "C"
D.,e 7/18/88 Coppell, Texas
BoringNo C-1
Loc.'io. Sta.5~OO,6'Lt. ~
w CORE
> co
O, n w
I-Lu n
rn n UJ rr
~-w ~:~ :~ ,j w
u~l~ L~. ~: /
o cn~n~ r7 0
uj
rr
'l/\
-15 - -
DESCRIPTION OF STRATA
FIELD TESTS Z
0
Pocket Penetromeler Readings, ~-- I--
Ions er Sq. Ft. · X
Standard ~enelfalion ~I: tU
Tests, LIJ
Blows per Foot (BPF) - ~) W
_1
4.5 4 5
Dark gray and brown clay-hard(CL)(fi11)
Brown fine silty sand(SM)(fill)
0live brown clay-stiff(CL)(fill)
Dark gray and brown clay with trace
sand bands-medium stiff to hard(CL)(fi'l.
Dark brown silty sand(SM)
Yellowish tan fine silty gravelly
sand(SP)
~' Wct;r
7/19/88
Brown fine sandy clayey gravel(GC)
Total D~pth = 15.0 feet
Upon completion, water measured at
10.9 feet. 24 hours later, water at
10.7 feet and hole blocked at 11.2
feet.
(>~7 B~F
Geotechnicel Engineers
Jr, b No
D~t~
-- JOHN H. HAYNES & ASSOCIATES. mrac
BORING LOG
Crosstown Water Line
3398 Line "C"
7/I8/88 Coppell, Texas
lu CORE
I'l_ I--O tl.I rt
Q- LLI rr
t~ Cr)Ct)~
rr
DESCRIPTION OF STRATA
Brown sandy clay-hard(CL)(fil])
Dark brown and dark gray clay with
trace sand bands-hard(CL)(fill)
Dark gray clay-stiff to very stiff
(CL)
Tan and ]ight gray sandy clay with
trace calcareous nodules-stiff(CL)
Tan fine silty sand(SM)
ITan fine sandy clayey gravel-mediun
dense(GO)
Total Depth = 15.0 feet
Upon completion, water measured at
11.8 feet. 24 hours later, water at
10.6 feet and hole blocked at 12.8
feet.
Boring NQ C-2
Location Sta. 10+00,5' Lt. O_
FIELD TESTS
Pocke! Penetrornelef Readings.
Tons er ,S~I. Ft. - X
Standard ~enelrallon Tests,
Blows per Foot (BPF). ~)
,'.5
2 3
20 30 40
>(
7 'i')/B~
Z
0
~ 1~ BFF
Geotechnicd Engineers
-- JOt tN H. t IAYNES & ASSOCIATES, I~jc ,
BORING LOG
Crcsstown Water Line
,,~hr~- 3398 Line "C"
7/18/88 Coppell, Texas
:ft--- F-C) uJ
C~_rrl-J
t-tU Q.
tu~
uJ
. /
"/,
/
CORE
o
tU
rr
DESCRIPTION OF STRATA
Brown and dark gray clay with trace
fine sand-stiff to hard(CL)(fill)
Dark gray clay with trace fine sane
and some sand bands-stiff(CL)(fill)
Grayish brow,, fine silty sand(SM)
JLight gray and yellowish tan fine
silty sandy gravel(GP)
Yellowish t,~n and light gray fine
] s i 3,_tL_sa n d
Yellowish tan and light gray fine
sand(G_P) ......................................
Tan fine sandy clayey gravel-dense
.(sc) ...................................
iShale, dark gray, slightly weathere~t,
moderately firm to firm
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hours
later, water measured at 9.7 feet
and hole blocked at 11.3 feet.
Boring No. C - 3
toc..o. Sta. 15+00,3' Lt. ~
FIELD TESTS z
O
Pocket Penelrometer Readings, ~ I--
Tons er Sq. Ft. . X
Standard ~enetretlon Tesls. {l: uJ
)'
Blows per Foot (BPF). {~) I,IJ
,_1
2 3 4 45 45 U,I
20 30 40 .~0 ~(~
X
'w_~eu.L~ve'
7/19/88
~15 I!PF
-- Geotechnicd Er'~gineers
-- JO~!N H HAYNES & ASSOCIATES, tNc
BORING LOG
Crosstown Water Line
Job No. 3398 Line "C"
D.,e 7/18/88 Coppell, Texas
UJ
O (/)(/)(/)
I
.-
/
,.
,
-. ,/
,
........
....
·
·
·
'
.... ·
- 10
LL"i5 L _z; .[
CORE
DESCRIPTION OF STRATA
Dark grayish brown, brown and tan
clay with some fine sand-hard(CL)
Dark brown silty sand-medium dense
(SM).
Tan fine sand-medium dense(SP)
Shale, brown and gray, severely
weathered, moderately firm
Total Depth = 15.0 feet
Upon completion, water measured at
10.9 feet. 24 hours later, water a:
8.5 feet and hole blocked at 10.4
feet.
Boring No. C - 4
Loca,o. Sta. 20+00,3' L t. q.
FIELD TESTS z
' O
Pocket Penetromeler Readings, ~-- t--
Tons r Sg. Ft. - X
St~qndard ~enetr~qtlon q: uJ
Tests, ), UJ
Blows per Foot (BPF) - {~) LU I,L
4,5 4 5
x
~27 BP:
~ 7/lc-/88
:6 B~F
Geotechnicel Engineers
Job No
Dale
-- JOttN H. HAYNES & ASSOCIATES,
BORING LOG
Crosstown Water Line
3398 Line "C"
7/18/88 Coppell, Texas
lu CORE
>
...
U.JLL ~E J LU
,,,,,-,,,., ~: o
rr
DESCRIPTION OF STRATA
Dark gray and dark brown clay with
trace fine sand and tan sandy clay
seams-hard(CL)
Olive brown clay-hard(CL)
Brown very sandy clay-medium stiff(CL)
Yellowish tan fine clayey sand(SC)
Brown sandy gravel(GP)
Boring No. C - 5
Loca.o. Sta25+O0,3' Lt. C~
Shale, tan and light gray, severely
weathered, soft to moderately firm
Total Depth = 20.0 feet
UPon completion, water measured at
10.7 feet. 24 hours later, water
at 10.5 feet and hole blocked at
12.2 feet.
FIELD TESTS
Pocket Penetromeler Readings,
Tons er Sq. Ft. - X
Standard ~enetratlon Tests,
Blows per Foot (BPF) - ~)
45
2 3 4
20 30 40 ~0
X.'?'.,,
Z
/
~F Watar Leve
7/19/88
\
\
__ Geotechnical Engineers
JOHN H. FAYNES & ASSOCIATES, fNn
BORING LOG
Crosstown Water Line
Job NO. 3398 Line "C"
Da,e 7/18/88 Coppell, Texas
CORE
-lO~
,..'~,
_ , ~,,~/.
., ... _.~.:~
-~5 --j~
, , .
-20
DESCRIPTION OF STRATA
!Brown sandy clay(CL)(fill)
Brown and dark gray clay with trace
fine sand-hard(CL)(fill)
Brown and yellowish t~n sandy clay-
hard to stiff(CL)(fill)
Dark gray clay-stiff(CL)
Dark gray sandy clay-stiff(CL)
Tan and yellowish brown sandy clay-
stiff(CL)
Tan fine sand(SP)
Shale, yellowish tan and light gray,
severely weathered. soft to moder-
ately firIn
Shale, dark gray, weathered, with
tan bands, moderately firm
Total Depth = 20.0 feet
Upon completion, water measured at
10.4 feet. 24 hours later. water a:
10.2 feet and hole blocked at 12.6
feet.
Boring NO.
Loca,o. Sta. 29+00,6'Lt.
FIELD TESTS z
O
Pocket Penetrometer Readings, ~-- I--
Tons er Scl. Ft. - X
Standard ~enetrstlon Tests, ,( u.~
> "'
Blows per Foot (BPF) - (~ I~l"
,,J
2 3 4 45 ,s 5
,
7119188
~ 2L
\
Geotechnical Engineers
APPENDIX B
PREVAILING WAGE RATE SCALE
COPPELL# TX
GINN, INC. CONSULTING ENGINEERS
DALLAS, TX - PROJECT NO. 274
24" CROSSTOWN WATERLINE
CITY OF COPPELL, TX
AGC Or TIIA8
HIGHWAY, HgAVT, UTILZTZB5 & INDUSTRIAl,, BaCH
WAGS RATES PAID FOR HIGMWAT-HBAVY CONSTRUCTION AID PAVIIG RaID UTILITINS
IHCIDSIIT/~L TO GBHIRAL BUILDIIG CONSTRUCTION, ZONE 36, WHICH IICLUDIH,
DALLAS COUNTY TEXAS
Classification Hourly Rate Classification Hourly Rate
Air Tool Operator
Asphalt Heater Operator
Asphalt Raker
Asphalt Shoveler
BatchinE Plant 5calm Operator
Batterboard Setter
Carpenter, Rough
Carpenter Helper, Rough
Concrete Finisher (Pay)
Concrete Flnisher Hlpr. (Pay)
Concrete Finisher (Strs) 8
Concrete Finisher H1pr. (Sirs) 6
Concrete Rubber 7
Electrician 12
Electrician Helper (mr.)
Electrician Helper (Jr.)
Form Builder (Sirs)
Fore Builder Helper (Strs)
Form Liner (Pay & Curb)
Form Setter (Pay & Curb)
7.50
8. ee
9.me
8.25
8.50
8.45
9.10
7.10
9 29
90
90
00
25
20
8 75
8 20
6 90
8.50
8.55
Form Setter Hlpr. (Pay & Curb) 7.50
Form Setter (Strs) 8.10
Porm Setter Helper (Strs) 6.80
Laborer, Common 6.10
Laborer, Utility 7.05
Hechanlc le.ee
Mechanic Helper 8.99
Oller 8.50
Servtcer 7.55
Painter (Strs} 10.99
Pipelayer 7.45
Pipelayer Helper 6.50
Pneumatic Mortar Operator 6.80
PO.W~R EOUIPH~NT OPERATORS,
Asphalt Distributor 7.88
Asphalt Paving Machine 8.95
Broom or Sweeper Oper 8.75
Bulldozer, 150 HP & less 8.95
Bulldozer, Over 150 HP 9.95
Concrete Yav. Curlnq Machine 8.49
Concrete Pay. Finishing Hath. 9.05
Concrete Pay. Form Grader 9,75
Concrete Pay. Joint Hachine 8.oe
qoncrete Paving Saw 8.30
Concrete Paving Spreader 8.69
Crane, Clamshell, Backhoe, 9.10
Derrick, Dragline, Shovel
(less than 11/2 CY)
Crane, Clamshell, Backhoe, 9.60
Derrick, Dragline, Shovel
(11/2 CY & over)
Crusher.or Scrn'g Plant Oper. 6.ee
Form Loader 6.40
Foundation Drill Operator is,e5
(Truck Hounted)
Front Sad Loader 6.3e
(2 1/2 CY & less)
Front End Loader 8.95
(Over 2 1/2 CY)
Mixer (16 CF & Less) 6.60
Honor Grade OpeEaror, Fine 9.75
Motor Grade Operator 9.ee
Roller, Steel Wheel (Plant- 8.10
Mix Pavements)
POWER EQUIPMENT OPBRATOR8, ~OIT.
Roller, Steel Wheel (Other 8.95
Flat Wheel or Tamping)
Roller, Pneumatic (Self 7.10
Propelled)
Scrapers (17 CY a Less) 7.90
Scrapers (Over 17 CY) 8.30
SelZ-Propelled Hammer 6.00
Side Boom 6.me
Tractor (Crawlet) 159MP & . 8.00
Less
Tractor (Crawlet) Over 15eHP 8.30
Tractor (Pneumatic) 89HP a 7.35
Less
Tractor (Pneumatic) Over 7.40
80 HP
Traveling Mixer 7.25
Trenching Machine, Llght 7.80
Trenching Machine, Heavy 8.00
Reinforcing Steel Setter 7.00
(Paving)
Reinforcing Steel Setter 9.69
(Sirs)
Reinforcing Steel Setter 7.20
Helper
Sign Erector 8.30
Sign Erector Helper 7.10
Spreader Box Operator 7.30
TRUCK DRIVBRS,
Slngle Axle, Light 7,15
Single Axle, Heavy 7.40
Tandem Axle or Semitrailer 7.15
Lowboy-FlOat 7.90
Transit Nix 7.20
Winch 7.me
welder 9.85
Flagget 5.75
Milllag Machine Operator 8.05