Loading...
ST0502B-CN150429T H E • G i T 'Y • 0 F is iz,- - t m��s 1, E, CONS TRUC TION SPECIFI CA TIONS AND CONTRACT DOCUMENTS U -0E Freeport Parkway - North S T05 -02B THE CITY OF COPPELL Bid No. Q-0215-01 Prepared by 11 ^A, tnp 4eaque nail & Perkins TSPS Registration No. F-230 January 2015 TABLE OF CONTENTS Page # Section 1 - Bidding Documents 1-1 Notice to Bidders 1-2 Instructions to Bidders 1-4 Bid Form/Proposal/Bid Schedule 1-17 Prevailing Wage Rates 1-47 Bid Affidavit 1-48 Conflict of Interest 1-50 Section 2 - Contract Documents 2-1 Standard Form of Agreement (Contract) 2-2 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 2-10 Payment Bond 2-12 Maintenance Bond 2-14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3-1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4-1 Section 5 - Description of Pay Items 5-1 Section 6 - Technical Specifications 6-1 City of Coppell Project Sign 6-2 Controller Cabinet Modification 6-3 Specification for Mast Arm Pole Assembly 6-15 Polycarbonate Resign Traffic Signal Heads/ 6-18 12 Inch, Expandable, Adjustable Type Underground Traffic Signal Requirements/ 6-23 Conduit, Ground Boxes, Concrete Cabinet, Foundations and Installation Procedures/ Multiple Conductor and Signal Conductor Traffic 6-26 Signal Cable and Wire Power Service and Service Equipment/General/ 6-40 System Wiring Procedures Decomposed Granite 6-43 Plant Irrigation 6-46 Landscape Boulders 6-58 Plants 6-61 Section 7 - Geotechnical Report 7-1 SECTION 1 BIDDING DOCUMENTS T H E - C I T Y- O F COPPE ✓y x A S l a 1-1 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Freeport Parkway - North (Project No. ST05-02B). This work shall consist of unclassified excavation, the construction of new 10.5" pavement, a multi -box culvert, construction of retaining walls, the installation and/or adjustment of water & wastewater utilities, the installation and/or adjustment of related drainage facilities, roadway illumination and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST05-02B. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of Teague Nall and Perkins, 1100 Macon Street, Fort Worth, Texas 76102, telephone (817) 336-5773. Digital copies of the bidding documents can be downloaded at www,BidS nc�com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. To ensure proper notification of Addendums, make sure that you are a registered plan holder on the plan holder's list. Sealed bids addressed to the Purchasing Manager, City of Coppell, Texas, for the construction of Freeport Parkway - North (Project No. ST05-02B) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., March 6, 2015, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-0215-01 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the second floor conference room (255 Parkway Boulevard) at 9:00 a.m. on February 5, 2015. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible 1-2 Bidding Documents personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-3 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc., 1100 Macon Street, Fort Worth, Texas 76102. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the construction of the extension of Freeport Parkway, from West Sandy Lake Road to SH 121. The street shall be constructed as a six - lane divided roadway, comprised of a minimum 37 -foot (b/c-to-b/c) concrete pavement section in each direction, and the construction of concrete trail (with ADA accessible ramps & roadway crossings) as indicated on the plans. This work will also include a multi -box culvert. Construction and/or installation of various storm drainage, water line improvements, sanitary sewer line improvements, signage, pavement markings, roadway illumination, and other related improvements within the project limits as shown on the plans are also included as part of the scope of work. 1-4 Bidding Documents This portion of Freeport Parkway is new construction on vacant land with existing franchise utility infrastructure and easements. The improvements will also connect to SH 121 NB Frontage and require changes to striping and signage at the connection. Therefore, appropriate traffic control and construction sequencing must be considered and implemented throughout the project, as part of this scope of work, in order to maintain safe & effective: a) Two-way traffic flow along Sandy Lake Road at all times (unless shown otherwise on the plans or directed otherwise by the Engineer); and b) Access along Sandy Lake Road to & from the cell tower (unless shown otherwise on the plans or directed otherwise by the Engineer). The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Freeport Parkway - North (Project No. ST05-02B). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project. 3. Copies of Bidding Documents. 3.1 Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of Teague Nall and Perkins, 1100 Macon Street, Fort Worth, Texas 76102, telephone (817) 336-5773. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished two (2) full-size sets and three (3) half-size sets of Contract Documents at no charge. Additional sets will be furnished for an additional fee per set. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 1-5 Bidding Documents 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (must be submitted within five (5) days if requested): A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (must be submitted within five (5) days if requested): A list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (must be submitted within five (5) days if requested): A list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (must be submitted within five (5) days if requested): Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience (must be submitted within five (5) days if requested): The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in 1-6 Bidding Documents office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site will be available on the day of the pre-bid meeting. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 1-7 Bidding Documents 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Consulting Engineer. Interpretations or clarifications considered necessary by the Consulting Engineer in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.7 of the Specific Project Requirements (Section 4). Completion time will be a strong factor in the awarding of a contract for this project. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. 1-8 Bidding Documents 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.7 of the Specific Project Requirements. 10. Substitute or "Or -Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance Will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1-9 Bidding Documents 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By (name) - corporate title) ." If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 1-10 Bidding Documents 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, until 2:00 p.m., March 6, 2015, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-0215-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Freeport Parkway — North (Project No. ST05-02B) on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 205 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 1-11 Bidding Documents 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) = (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $5,000.00. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus the Time Bid (B) according to the following formula: Total Bid = Base Bid (A) + Time Bid (B) Time Bid (B) from the preceding formula will not be used to determine the final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. The total incentive payment shall not exceed $350,000.00. A more detailed explanation of the incentive/disincentive provision is given in Item 20 (below). A bid with more than 205 calendar days will be considered non-responsive and will be rejected. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the 1-12 Bidding Documents Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20.� Incentive/Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. The total incentive payment shall not exceed the amount listed below. However, there shall be no maximum disincentive. The maximum time of completion that will be allowed for the construction of Freeport Parkway is 205 calendar days. A contract time bid of more than 205 days will be considered nonresponsive and, therefore, rejected. • An incentive of $5,000 per calendar day is available for early completion of the project prior to the expiration of the "Original Contract Time" as set forth in Item 1.7 of the Specific Project Requirements (Section 4). The maximum incentive available is $250,000 for final completion, including final acceptance by the owner. A "traffic ready" incentive of $2,000 per calendar day is available for early use of the roadway. "traffic ready" is defined and consist of all pavement constructed, signals operational, pavement markings and signage installed, and coordination of timing with TxDOT, where the roadway can be opened to traffic with at least 2 lanes in each direction. Proper and adequate traffic control shall be provided until completion of the project. No claims, change orders, or additional compensations will be provided for traffic control and/or other items required to create a safe "travel ready" condition. The maximum "traffic ready" incentive available is $100,000. 1-13 Bidding Documents A disincentive of $5,000 per calendar day shall also apply to this project for any work that exceeds the "Original Contract Time". There is no maximum disincentive. • Additional provisions for the incentive/disincentive are set forth in Item 1.7 of the Specific Project Requirements (Section 4). 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 1-14 Bidding Documents 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re -inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance -notice is required. All overtime incurred by the City for inspection services and any overtime 1-15 Bidding Documents 33. 34. 35. incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54 / hr. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as provided in the General Provisions. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to the pay item for Right-of-way Preparation. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: a) Certified or cashier's check made payable to the Owner. b) An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 36. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-16 Bidding Documents PROJECT IDENTIFICATION: BID FORM Freeport Parkway - North Project No. ST05-02B Coppell, Texas BID OF Tiseo Paving Company DATE (NAME OF FIRM) THIS BID IS SUBMITTED TCI: City of Coppell (hereinafter called OWNER) c/o Purchasing Manager 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-0215-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): 11n Date: I 1 Rec"d: 2, 1-17 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 1-18 Bidding Documents (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. Q) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move -ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1-19 Bidding Documents �r Tnp League nail & perkins Freeport Parkway - North Project No. CPL12161 Project Sign City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1 1 LS Mobilization Dollars complete in place, for the sum of Eighty Thousand Dollars $80.000.00 $80.000.00 $500.00 $1,000.00 $140,000.00 $140.000.00 $16,000.00 $16.000.00 $10,000.00 $10.000.00 $15.00 $1.515.00 per lump sum. 2 2 EA Project Sign , complete in place, for the sum of Five Hundred Dollars and Zero Cents per each. 3 1 LS Right -of -Way Preparation , complete in place, for the sum of One Hundred Forty Thousand Dollars and Zero Cents per lump sum. 4 1 LS Furnish, Install, Maintain, and Remove Erosion Control Devices , complete in place, for the sum of Sixteen Thousand Dollars and Zero Cents per lump sum. 5 1 LS Furnish, Install, Maintain, and Remove Temp. Traffic Control Devices , complete in place, for the sum of Ten Thousand Dollars and Zero Cents per lump sum. 6 101 SY Remove & Dispose Existing Concrete , complete in place, for the sum of Fifteen Dollars and Zero Cents per square yard. $80.000.00 $80.000.00 $500.00 $1,000.00 $140,000.00 $140.000.00 $16,000.00 $16.000.00 $10,000.00 $10.000.00 $15.00 $1.515.00 !�tnp teague nail & Perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 7 837 LF Remove & Salvage Existing Fence , complete in place, for the sum of Four _ Dollars and Forty Cents per linear foot. $4.40 $3.682.80 8 1660 CY Unclassified Excavation , complete in place, for the sum of Five Dollars and Seventy -Five Cents per cubic yard. $5.75 $9.545.00 9 1880 CY Embankment , complete in place, for the sum of Ten Dollars and Seventy Five Cents per cubic yard. $10.75 $20,210.00 10 29965 SY 8" Cement Stabilized Subgrade , complete in place, for the sum of Three Dollars and Ninety -Five Cents per square yard. $3.95 $118.361.75 11 494 TON Cement for Stabilized Subgrade (33 LB / SY) , complete in place, for the sum of Two Hundred Forty Five Dollars and Zero Cents per ton. $245.00 $121.030.00 12 27901 SY 10.5" Reinforced Concrete Pavement , complete in place, for the sum of Forty Two Dollars and Sixty _Cents per square yard. $42.60 $1,188,582.60 tnp league nail R parkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 13 674 SY 6" Reinforced Concrete Pavement , complete in place, for the sum of )ouars Cents per square yard. 14 514 SY 4" Gravel Driveway , complete in place, for the sum of and Zero ---.__ .. —._.._ _._ tints per square yard. 15 28375 SF 10' Wide Hike / Bike Trail - 6" Reinforced Concrete , complete in place, for the sum of Four Dollars and Eighty Cents per square foot. 16 1213 SY 6" Reinforced Stamped Concrete Pavement , complete in place, for the sum of Eighty -Five Dollars and Eighty Cents per square yard. 17 111 SY 10.5" Reinforced Stamped Concrete Pavement , complete in place, for the sum of One Hundered Twenty Dollars per square yard. 18 1 EA 10' Wide Barrier Free Ramp for 10' Trail , complete in place, for the sum of One Thousand Seven Hundred Dollars and Zero Cents per each. $46.00 $31,004.00 $10.00 $5.140.00 $4.80 $136.200,00 $85.80 $104.075.40 $120.00 $13,320.00 $1.700.00 $1.700.00 trip league nail & perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 19 1 EA 5' Wide Barrier Free Ramp , complete in place, for the sum of One Thousand One Hundred Dollars and Zero Cents per each. $1.100.00 $1.100.00 20 1 EA Modified Parallel Curb Ramp , complete in place, for the sum of Eleven Hundred Dollars and Zero Cents - -- -- - per each. $1.100.00 $1.100.00 21 301424 SF Hydromulch and Temporary Irrigation , complete in place, for the sum of Zero Dollars and Thirty One Cents per square foot. $0.31 $93,441.44 22 1 LS Pavement Markings and Signage , complete in place, for the sum of Twenty -Six Thousand Dollars and Zero Cents per lump sum. $26,000.00 $26.000.00 23 6229 SF Concrete Retaining Wall (Cast -in -Place) , complete in place, for the sum of Eighty -Five Dollars and Seventy Cents per square foot. $85.70 $533,825.30 24 490 LF Pedestrian Rail for Retaining Wall , complete in place, for the sum of One Hundred Twenty -Nine Dollars per linear foot. $129.00 $63,210.00 tn p league nail & perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 25 490 LF 36" Wide Flume for Retaining Wall , complete in place, for the sum of Twenty-Six Dollars and Zero Cents per linear foot. $26.00 $12.740.00 26 40 LF Metal Beam Guard Fence , complete in place, for the sum of Two Hundred Twenty Dollars and Zero Cents per linear foot. $220.00 $8,800.00 27 2 EA Adjust Existing Vault to Grade , complete in place, for the sum of Two Thousand One Hundred Dollars and Zero Cents per each. 28 578 LF 21" Reinforced Concrete Pipe (Class III) , complete in place, for the sum of Sixty -Two Dollars and Twenty -Five Cents per linear foot. 29 182 LF 24" Reinforced Concrete Pipe (Class III) , complete in place, for the sum of and Zero Cents per linear foot. 30 560 LF 30" Reinforced Concrete Pipe (Class III) , complete in place, for the sum of Eighty -Three Dollars per linear foot. $2.100.00 $4.200.00 $62.25 $35.980.50 $70.00 $12.740.00 $ 83.90 $46.984.00 tnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT BID 31 1217 LF 48" Reinforced Concrete Pipe (Class III) , complete in place, for the sum of One Hundred Fifty-Eight Dollars and Twenty-Five Cents per linear foot. $158.25 $192,590.25 32 635 LF 7'x4' Reinforced Concrete Box , complete in place, for the sum of Three Hundred Forty Dollars and Zero __ Cents per linear foot. $340.00 $215.900.00 33 2 EA TxDOT Concrete Wingwall , complete in place, for the sum of Eighty-Nine Thousand Five Hundred Dollars and Zero Cents per each. $89.500.00 $179,000.00 34 152 LF Pedestrian Traffic Rail , complete in place, for the sum of Two Hundred Ten Dollars and Zero Cents per linear foot. $210.00 $31.920.00 35 152 LF Bicycle Rail , complete in place, for the sum of Two Hundred Fifteen Dollars and Zero Cents per linear foot. $215.00 $32.680.00 36 5 EA 10' Recessed Curb Inlets , complete in place, for the sum of Three Thousand Seven Hundred Dollars per each. $3,700.00 $18.500.00 tnp teague nail & parkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 37 2 EA 15' Recessed Curb Inlets , complete in place, for the sum of Four Thousand Three Hundred Dollars and Zero Cents per each. $4.300.00 $8.600.00 38 1 EA 20' Recessed Curb Inlets complete in place, for the sum of Five Thousand Seven Hundred Dollars and Zero __Cents per each. $5.700.00 $5.700.00 39 1 EA 24" Catch Basin , complete in place, for the sum of One Thousand Eight Hundred Dollars and Zero Cents per each. $1,800.00 $1,800.00 40 2 EA 4'x 4' Drop Inlet , complete in place, for the sum of Three Thousand Nine Hundred Dollars and Zero Cents per each. $3.900.00 $7,800.00 41 2 EA 5'x 5' Storm Drain Manhole , complete in place, for the sum of Four Thousand Four Hundred Dollars and Zero Cents per each. $4,400.00 $8.800.00 42 521 SY 18" Rock Rip-Rap , complete in place, for the sum of One Hundred Three Dollars and Zero Cents per square yard. $103.00 $53.663.00 t n p Dollars league nail & Perkins _ Cents Freeport Parkway - North Project No. CPL12161 45 115 LF 4" PVC C-200 DR -14 Water Line City of Coppell , complete in place, for the sum of ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID Cents per linear foot. 43 1644 SY 5" Concrete Rip -Rap , complete in place, for the sum of Ninety -Four Dollars Dollars and Eighty Cents per square yard. $94.80 $155.851.20 44 2664 LF Trench Safety , complete in place, for the sum of One Dollars and Three _ _. _ _ _._ . _ .. _ Cents per linear foot. 45 115 LF 4" PVC C-200 DR -14 Water Line , complete in place, for the sum of Twenty -Three Dollars and Zero Cents per linear foot. 46 819 LF 6" PVC C-200 DR -14 Water Line , complete in place, for the sum of Twenty -Five Dollars per linear foot. 47 142 LF 8" PVC C-200 DR -18 Water Line , complete in place, for the sum of Thirty -Seven Dollars and Zero Cents per linear foot. 48 3158 LF 12" PVC C-200 DR -18 Water Line , complete in place, for the sum of $1.03 $2,743.92 $23.00 $2.645.00 $25.50 $20.884.50 $37.00 $5,254.00 I-Itty uouars and Twenty Five Cents per linear foot. $50.25 $158.689.50 p league nail & perkins Freeport Parkway - North Project No. CPL12161 Standard Fire Hydrant Assembly City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 49 2 EA Connect to Existing 12" Water Line (Wet Connection) Dollars complete in place, for the sum of One Thousand Two Hundred Dollars ___—Cents and Zero Cents $1.200.00 $2.400.00 $4.600.00 $59,800.00 $700.00 $700.00 $890.00 $12.460.00 $1,300.00 $3.900.00 per each. $2.300.00 $23.000.00 per each. 50 13 EA Standard Fire Hydrant Assembly , complete in place, for the sum of Four Thousand Six Hundred Dollars and Zero ___—Cents per each. 51 1 EA 4" Gate Valve , complete in place, for the sum of Seven Hundred Dollars and Zero Cents per each. 52 14 EA 6" Gate Valve , complete in place, for the sum of Eight Hundred Ninety Dollars and Zero Cents per each. 53 3 EA 8" Gate Valve , complete in place, for the sum of One Thousand Three Hundred Dollars and Zero Cents per each. 54 10 EA 12" Gate Valve , complete in place, for the sum of Two Thousand Three Hundred Dollars $1.200.00 $2.400.00 $4.600.00 $59,800.00 $700.00 $700.00 $890.00 $12.460.00 $1,300.00 $3.900.00 per each. $2.300.00 $23.000.00 tnp ' league nail & perktns per each. Freeport Parkway - North Project No. CPL12161 1 City of Coppell Air Release Valve for 12" Water Line (Type 1) ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID , complete in place, for the sum of 55 2 EA Blow-off Valve for 12" Water Line (Type 1) , complete in place, for the sum of Dollars Two Thousand Dollars and Zero Cents $2.000.00 $4.000.00 $4,800.00 $4,800.00 $1.03 $4.361.02 $8.90 $9.389.50 $25.50 $30.855.00 $4.700.00 $9.400.00 per each. 56 1 EA Air Release Valve for 12" Water Line (Type 1) , complete in place, for the sum of Four Thousand Eight Hundred Dollars and Zero _ _ . Cents per each. 57 4234 LF Trench Safety for Water Line , complete in place, for the sum of One Dollars and Three Cents per linear foot. 58 1055 LF Remove Existing Water Line , complete in place, for the sum of Eight Dollars and Ninety Cents per linear foot. 59 1210 LF 8" PVC SDR -35 Sanitary Sewer Pipe , complete in place, for the sum of Twenty -Five Dollars and Fifty Cents per linear foot. 60 2 EA 5' Sanitary Sewer Manhole , complete in place, for the sum of Four Thousand Seven Hundred Dollars and Zero Cents per each. $2.000.00 $4.000.00 $4,800.00 $4,800.00 $1.03 $4.361.02 $8.90 $9.389.50 $25.50 $30.855.00 $4.700.00 $9.400.00 tnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 61 1 EA 5' Sanitary Sewer Drop Manhole $5.300.00 $5.300.00 $700.00 $1,400.00 $8.25 $9.982.50 $1.03 $1.246.30 $4.500.00 $4,500.00 $ 5,300.00 $5,300.00 , complete in place, for the sum of Five Thousand Three Hundred Dollars and Zero Cents per each. 62 2 EA Remove Existing Sanitary Sewer Manhole , complete in place, for the sum of Seven Hundred Dollars and Zero .__.__. Cents per each. 63 1210 LF Remove Existing Sanitary Sewer Line , complete in place, for the sum of Eight Dollars and Twenty -Five Cents per linear foot. 64 1210 LF Trench Safety for Sanitary Sewer (Up to 22 -feet) , complete in place, for the sum of One Dollars and Three Cents per linear foot. 65 1 LS Temporary Sanitary Sewer Facilities , complete in place, for the sum of Four Thousand Five Hundred Dollars and Zero Cents per lump sum. 66 1 EA Highway Traffic Signal - Sandy Lake Road Intersection , complete in place, for the sum of Five Thousand Three Hundred Dollars and Zero Cents per each. $5.300.00 $5.300.00 $700.00 $1,400.00 $8.25 $9.982.50 $1.03 $1.246.30 $4.500.00 $4,500.00 $ 5,300.00 $5,300.00 rtnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 67 1 EA Traffic Signal Pole w/ 40-Foot Mast Arm , complete in place, for the sum of Nine Thousand Five Hundred Dollars and Zero Cents per each. $9.500.00 $9.500.00 68 1 EA Traffic Signal Pole w/ 44-Foot Mast Arm , complete in place, for the sum of Ten Thousand Two Hundred Dollars and Zero -- Cents. per each. $10.200.00 $10.200.00 69 7 EA Pedestal 4" Dia Pole for Pushbutton - Direct Bury , complete in place, for the sum of Six Hundred Eighty-Five Dollars and Zero Cents per each. $685.00 $4.795.00 70 1 EA Pole Foundation (36-A) , complete in place, for the sum of Three Thousand Four Hundred Dollars and Zero Cents per each. $3.400.00 $3.400.00 71 16 EA Roadway Light Foundations , complete in place, for the sum of One Thousand One Hundred, Fifty Dollars and Zero Cents per each. $1.150.00 $18.400.00 72 16 EA Illumination Pole Assembly and Luminaires , complete in place, for the sum of Seven Thousand Seven Hundred Dollars and Zero Cents per each. $7,700.00 $123.200,00 G t n league nail & perkins per each. Freeport Parkway - North Project No. CPL12161 4 City of Coppell 4 -Section Signal Head w/ Backplates ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 73 2 EA 3 -Section Signal Head w/ Backplates , complete in place, for the sum of Seven Hundred Dollars $700.00 $1.400.00 $825.00 $3.300.00 $1,010.00 $2.020.00 $550.00 $4.400.00 $1,100.00 $8.800.00 $750.00 $750.00 per each. 74 4 EA 4 -Section Signal Head w/ Backplates , complete in place, for the sum of Eight Hundred Twenty -Five Dollars and Zero Cents per each. 75 2 EA 5 -Section Signal Head w/ Backplates , complete in place, for the sum of One Thousand, Ten Dollars and Zero Cents per each. 76 8 EA Pedestrian Signal Heads Count Down Type , complete in place, for the sum of Five Hundred Fifty Dollars and Zero Cents per each. 77 8 EA Accessible Pedestrian Signal (APS) Pushbutton Station , complete in place, for the sum of One Thousand One Hundred Dollars and Zero Cents per each. 78 1 EA Uni-Directional Opticom Detector , complete in place, for the sum of Seven Hundred Fifty Dollars and Zero Cents per each. $700.00 $1.400.00 $825.00 $3.300.00 $1,010.00 $2.020.00 $550.00 $4.400.00 $1,100.00 $8.800.00 $750.00 $750.00 tnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT BID 79 1 EA Video Imaging Vehicle Detection System complete in place, for the sum of Twenty Two Thousand Five Hundred Dollars and Zero Cents per each. $22.500.00 $22.500.00 80 1 EA Traffic Signal Confirmation Lights , complete in place, for the sum of One Hundred Eighty-Five Dollars and Zero Cents _ _.' per each. $185.00 $185.00 81 7109 LF 2" PVC Sch. 40 Conduit (Trench) , complete in place, for the sum of Four Dollars and Zero Cents per linear foot. $4.90 $34,834.10 82 490 LF 2" PVC Sch. 40 Conduit (Bore) , complete in place, for the sum of Fifteen Dollars and Twenty Five Cents per linear foot. $15.25 $7.472.50 83 25 LF 3" PVC Sch. 40 Conduit (Trench) , complete in place, for the sum of Twenty-Three Dollars and Seventy-Five Cents per linear foot. $23.75 $593.75 84 20 LF 2" PVC Sch. 80 Conduit , complete in place, for the sum of Seven Dollars and Zero Cents per linear foot. $7.00 $140.00 :, tnp y 11 teague nail & perkins per each. Freeport Parkway - North Project No. CPL12161 4 City of CoppeU Single Phase Primary Subsurface Splice/Pull Box ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 85 11 EA Type'A' Ground Box with Apron , complete in place, for the sum of r Five Hundred Fifty Dollars Dollars and Zero Cents $550.00 $6.050.00 $4,600.00 $18,400.00 $21.15 $12.943.80 $2,900.00 $2,900.00 $0.88 $2,728.00 and Ninety -Three Cents per linear foot. $0.93 $2,710.95 per each. 86 4 EA Single Phase Primary Subsurface Splice/Pull Box , complete in place, for the sum of Four Thousand Six Hundred Dollars and _Zero - - --- ---—- - ---Cents per each. 87 612 LF 6" PVC Sch. 40 Conduit (Trench) , complete in place, for the sum of Twenty -One Dollars and Fifteen Cents per linear foot. 88 1 EA Transformer Pad , complete in place, for the sum of Two Thousand Nine Hundred Dollars and Zero Cents per each. 89 3100 LF 1 Conductor #8 Gauge Bare Wire , complete in place, for the sum of Zero Dollars and Eighty -Eight Cents per linear foot. 90 2915 LF 1 Conductor #8 XHHW Wire - Red , complete in place, for the sum of $550.00 $6.050.00 $4,600.00 $18,400.00 $21.15 $12.943.80 $2,900.00 $2,900.00 $0.88 $2,728.00 and Ninety -Three Cents per linear foot. $0.93 $2,710.95 .tnp league nail & parkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 91 2915 LF 1 Conductor #8 XHHW Wire - Black , complete in place, for the sum of and Ninety -Three Cents per linear foot. $0.93 $2.710.95 92 690 LF 1 Conductor #12 XHHW Wire (ILSN Signs) , complete in place, for the sum of Zero Dollars and Ninety -Three Cents a per linear foot. $0.93 $641.70 93 345 LF Opticom Cable , complete in place, for the sum of One Dollars and Five Cents per linear foot. $1.05 $362.25 94 345 LF Video Cable , complete in place, for the sum of Two Dollars and Fifty Cents per linear foot. $2.50 $862.50 95 1360 LF 3 Conductor #12 Gauge Wire , complete in place, for the sum of One Dollars and Twenty -Five Cents per linear foot. $1.25 $1.700.00 96 655 LF 20 Conductor #14 Gauge Wire , complete in place, for the sum of Four Dollars and Ninety Cents per linear foot. $4.90 $3.209.50 tnP league nail & perkins per each. Freeport Parkway - North Project No. CPL12161 1 City of Coppell Modify Power Service and Pedestal Equipment ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 97 1 EA Power Service and Pedestal Equipment complete in place, for the sum of Four Thousand Nine Hundred Dollars $ 4.900.00 $4,900.00 $610.00 $610.00 $3,200.00 $3.200.00 $510.00 $510.00 $635.00 $3.810.00 $255.00 $3.570.00 per each. 98 1 EA Modify Power Service and Pedestal Equipment , complete in place, for the sum of Six Hundred Ten Dollars and Zero__ .__ _ _ --_ -_- -- Cents per each. 99 1 EA Illuminated Street Name Signs , complete in place, for the sum of Three Thousand Two Hundred Dollars and Zero Cents per each. 100 1 EA Remove and Re -Install Illuminated Street Name Sign , complete in place, for the sum of Five Hundred Ten Dollars and Zero Cents per each. 101 6 EA Chinquapin Oak (65 Gal.) , complete in place, for the sum of Six Hundred Thirty -Five Dollars and Zero Cents per each. 102 14 EA Red Rocket Crape Myrtle (25 Gal.) , complete in place, for the sum of Two Hundred Fifty -Five Dollars and Zero Cents per each. $ 4.900.00 $4,900.00 $610.00 $610.00 $3,200.00 $3.200.00 $510.00 $510.00 $635.00 $3.810.00 $255.00 $3.570.00 tnp league pall & Perkins Freeport Parkway - North Project No. CPL12161 City of Coppet! ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 103 84 EA DwarfAbelia (5 Gal.) , complete in place, for the sum of rs per each. $15.50 $1.302.00 104 15 EA Red Yucca (5 Gal.) , complete in place, for the sum of Seventeen Dollars and Zero __ Cents per each. $17.00 $255.00 105 94 EA Seep Muhly (5 Gal.) , complete in place, for the sum of Six Dollars and Zero Cents per each. $6.00 $564:00 106 28 EA Dwarf Crepmyrtle (5 Gal.) , complete in place, for the sum of Fourteen Dollars and Zero Cents per each. $14.00 $392.00 107 15 EA Softleaf Yucca (3 Gal.) , complete in place, for the sum of Thirty -One Dollars and Zero Cents per each. $31.00 $465.00 108 141 EA Henry Duelberg Sage (3 Gal.) , complete in place, for the sum of Six Dollars and Zero Cents per each. $6.00 $846.00 tnp teague nail & perkins Freeport Parkway - North Project No. CPL 12169 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 109 46 EA Rosemary (3 Gal.) complete in place, for the sum of Sixteen Dollars and Zero Cents per each. $16.00 $736.00 110 427 EA Mexican Feather Grass (1 Gal.) , complete in place, for the sum of Five Dollars and Thirty -Five Cents per each. $5.35 $2,284.45 111 130 EA Blackfoot Daisy (1 Gal.) , complete in place, for the sum of Five Dollars and Fifty Cents per each. $5.50 $715.00 112 74 EA Red Autumn Sage (1 Gal.) , complete in place, for the sum of and Fifty Cents per each. 113 16 EA Boulders , complete in place, for the sum of One Hundred Ninety Five Dollars and Zero Cents per each. 114 548 SF Dry Creek Bed , complete in place, for the sum of $5.50 $407.00 $195.00 $3.120.00 and Sixty Cents per square foot. $2.60 $1.424.80 to ._ p league nail & perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 115 864 SF Decomposed Granite (4") , complete in place, for the sum of Cents per square foot. 116 406 SF Flagstone Paving in Decomposed Granite , complete in place, for the sum of and Fiftv _-_ _ _ .___ _ Cents per square foot. 117 781 LF Mow Curb (9") , complete in place, for the sum of Sixteen Dollars and Zero Cents per linear foot. 118 5695 SF Mulch (4" Layer) , complete in place, for the sum of $1.65 $1,425.60 $10.50 $4.263.00 $16.00 $12.496.00 and Fifty -Six Cents per square foot. $0.56 $3.189.20 119 11612 SF Final Grade , complete in place, for the sum of and Twenty -Four Cents per square foot. $0.24 $2,786.88 120 4136 SF Buffalo Grass , complete in place, for the sum of and Ten Cents per square foot. $1.10 $4.549.60 } tnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppett ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 121 11612 SF Plant Soil Mix - 6" Layer , complete in place, for the sum of $0.84 $9,754.08 $13:600.00 $27,200.00 $2,150.00 $4,300.00 $5.200.00 $10.400.00 $10.15 $10.535.70 $2.95 $34.255.40 and Eighty -Four Cents per square foot. 122 2 EA Motorola Irrigation Controller , complete in place, for the sum of Thirteeen Thousand Six Hundred Dollars and Zero Cents per each. 123 2 EA Hydrometer , complete in place, for the sum of Two Thousand One Hundred Fifty Dollars and Zero Cents per each. 124 2 EA Water Meter 2" , complete in place, for the sum of Five Thousand Two Hundred Dollars and Zero Cents per each. 125 1038 LF Irrigation Sleeves , complete in place, for the sum of Ten Dollars and Fifteen Cents per linear foot. 126 11612 SF Irrigation System , complete in place, for the sum of Two Dollars and Ninety -Five Cents per square foot. $0.84 $9,754.08 $13:600.00 $27,200.00 $2,150.00 $4,300.00 $5.200.00 $10.400.00 $10.15 $10.535.70 $2.95 $34.255.40 tri league nail & perkins Freeport Parkway - North Project No. CPL12161 City of CoppeH ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 127 3 MO Maintenance - 90 days , complete in place, for the sum of Three Thousand Dollars and Zero Cents per month. $3.000.00 $9.000.00 128 1 EA City Monument Sign Monument complete in place, for the sum of Thirty-One Thousand Dollars and Zero _ . Cents_ per each. $31,000.00 $31.0000.00 129 20 EA Exploratory Excavation of Existing Utilities , complete in place, for the sum of Three Hundred Ten Dollars and Zero Cents per each. $310.00 $6.200.00 130 5780 LF 7-Strand Barbed Wire Fence, Metal Post , complete in place, for the sum of Five Dollars and Forty-Five Cents per linear foot. $5.45 $31.000.00 131 1 LS Franchise Utility Relocation , complete in place, for the sum of One Hundred Thousand Dollars and Zero Cents per lump sum. $ 100,000.00 $ 100,000.00 132 10 EA (Bid Alternate No. 1) Red Yucca (5 Gal.) , complete in place, for the sum of Seventeen Dollars and Zero Cents per each. $17.00 $170.00 tnp Teague null & Perkins Freeport Parkway - North Project No. CPL12161 City of copper ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 133 6 EA (Bid Alternate No. 1) Seep Muhly (5 Gal.) , complete in place, for the sum of per each. 134 6 EA (Bid Alternate No. 1) Softleaf Yucca (3 Gal.) , complete in place, for the sum of and Zero per each. 135 10 EA (Bid Alternate No. 1) Henry Duelberg Sage (3 Gal.) , complete in place, for the sum of per each. 136 12 EA (Bid Alternate No. 1) Rosemary (3 Gal.) , complete in place, for the sum of Cents $6.00 $36.00 Dollars _Cents $31.00 $186.00 Cents $6.00 $60.00 Dollars and Zero Cents per each. $16.00 $192.00 137 103 EA (Bid Alternate No. 1) Mexican Feather Grass (1 Gal.) , complete in place, for the sum of Five Dollars and Thirty -Five Cents per each. $5.35 $551.05 138 43 EA (Bid Alternate No. 1) Red Autumn Sage (1 Gal.) , complete in place, for the sum of I-ive Dollars and Fifty Cents per each. $5.50 $236.50 � tnp teague nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 139 3 EA (Bid Alternate No. 1) Boulders , complete in place, for the sum of One Hundred Ninety -Five Dollars and Zero _ Cents per each. $195.00 $585.00 140 73 SF (Bid Alternate No. 1) Dry Creek Bed , complete in place, for the sum of Two Dollars andSim_ __.. _ _ _ Cents _ per square foot. $2.60 $189.80 141 183 SF (Bid Alternate No. 1) Decomposed Granite (4") , complete in place, for the sum of One Dollars and Sixty Five Cents per square foot. $1.65 $301.95 142 165 LF (Bid Alternate No. 1) Mow Curb (9") , complete in place, for the sum of Sixteen Dollars and Zero Cents per linear foot. $16.00 $2.640.00 143 817 SF (Bid Alternate No. 1) Mulch (4" Layer) , complete in place, for the sum of Zero Dollars and Fifty -Six Cents per square foot. $0.56 $457.52 144 2495 SF (Bid Alternate No. 1) Final Grade , complete in place, for the sum of Zero Dollars and Twenty -Four Cents per square foot. $0.24 $598.80 tnp league nail & perkins Freeport Parkway - North Project No. CPL12161 City of Coppell ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 145 1505 SF (Bid Alternate No. 1) Buffalo Grass , complete in place, for the sum of ars TOTAL $4,826.657.36 per square foot. $1.10 $1.655.50 146 2495 SF (Bid Alternate No. 1) Plant Soil Mix - 6" Layer , complete in place, for the sum of Zero Dollars and, Lqhty-Four - - . _ _ _.. - -- - Cants per square foot. $0.84 $2,095.80 147 2495 SF (Bid Alternate No. 1) Irrigation System complete in place, for the sum of Two __Dollars and Ninety -Five Cents per square foot. $2.95 $7.360.25 148 400 SF Temporary Shoring , complete in place, for the sum of Fifty -Six Dollars and Sixty Five Cents per square foot. $56.65 $22,660.00 149 1 EA UPS System complete in place, for the sum of Six Thousand Three Hundred Dollars and Zero Cents per each. $6.300.00 $6.300.00 TOTAL $4,826.657.36 BID SUMMARY — BID NO. Q-0215-01 Freeport Parkway - North TOTAL BID ITEMS BASE BID (A) TOTAL TIME BID TOTAL OF CALENDAR DAYS X $5,000 (B) BASIS FOR COMPARISON OF BIDS (A) + (B)* $ 4,826,657.35 205 CALENDAR DAYS *The bid with the lowest amount for (A) + (B) will be considered the low bid. The awarded contract amount will be on the basis of the Base Bid (A) only. NOTE: A TIME BID OF MORE THAN 205 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 4. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 5. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 6. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. 1-45 Bidding Documents PROPOSAL GUARANTY A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON LNA (zC" 5, 2()1'15, Signature: 1-46 Bidding Documents PREVAILING WAGE RATES Classification Hourly Rate CONCRETE FINISHER (Paving & Structures) .....................................................................14.12 ELECTRICIAN .............................................19.80 FORM BUILDER / FORM SETTER Paving & Curb..............................................13.16 Structures .....................................................13.84 Asphalt Raker...............................................12.69 Flagger.........................................................10.06 Off Road Hauler...........................................12.25 Laborer, Common ........................................10.72 Single Axle ................................................... Laborer, Utility..............................................12.32 Single or Tandem Axle Dump Truck............ Pipelayer ......................................................13.24 Tandem Axle Tractor with Semi Trailer .......12.86 Work Zone Barricade Servicer .....................11.68 Transit -Mix ................................................... POWER EQUIPMENT OPERATOR Asphalt Distributor........................................15.32 Asphalt Paving Machine...............................13.99 Broom or Sweeper.......................................11.74 Concrete Pavement Finishing Machine .......16.05 ConcreteSaw...............................................14.48 Crane Operator, Lattice Boom ....................17.27 80 Tons or Less Crane Operator, Lattice Boom over.............20.52 80 Tons Crane, Hydraulic 80 Tons or Less................18.12 Crawler Tractor ............................................14.07 Excavator, 50,000 pounds or less................17.19 Excavator, over 50,000 pounds ...................16.99 Foundation Drill, Truck Mounted .................. 21.07 Foundation Drill, Crawler Mounted...............17.99 Front End Loader 3 CY or Less ...................13.69 Front End Loader, over 3 CY .......................14.72 Loader/ Backhoe.........................................15.18 Mechanic ......................................................17.68 Milling Machine.............................................14.32 Motor Grader, Fine Grade............................17.19 Motor Grader, Rough ...................................16.02 Pavement Marking Machine.........................13.63 Reclaimer/Pulverizer ....................................11.01 Roller, Asphalt..............................................13.08 Roller, Other.................................................11.51 Scraper... ...................................................... 12.96 Small Slipform Machine ...............................15.96 Spreader Box ...............................................14.73 Servicer........................................................14.58 Steel Worker (Reinforcing) ..........................16.18 Classification Hourly Rate 73�Z�I:i77V/�:7 Lowboy-Float................................................16.24 Off Road Hauler...........................................12.25 Single Axle ................................................... 12.31 Single or Tandem Axle Dump Truck............ 12.62 Tandem Axle Tractor with Semi Trailer .......12.86 Transit -Mix ................................................... 14.14 WELDER..................................................... 14.84 1-47 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF Texas COUNTY OF Dallas BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared Name duly sworn, did depose and say: who after being by me "Y, L c, ,U%So�:Sz;r C), am a duly authorized office/agent for Name TlseQ [?aymng Company and have been duly authorized to execute the Nai tie of Firm foregoing on behalf of the said Tiseo Paving Company Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Tiseo Paving Company 419 E. H i9 hway 80, Mesquite, TX 75150 Telephone: (('01 by: Ls u, , S SSE Title: -)CC' tl -.A Signature: Jor SUBSCRIBED AND SWORN to before me by the above named LC Aj S ►t SEE on this the � t — _ day of 24)5 �`�A�ttiti�irrrrrrrr 1-48 Bidding Documents If BIDDER IS: An Individual By (Seal) (Individual's Name) doing business as Business address A Partnership a (Finn Name) (General Partner) Business address A Corporation Phone No. Phone No. BY1 SG -Z, Ate! 1 6n, CZ (Corporation Name) (State of Incorporation) By l i (dame of person authorized to sign) c L S Seal) (Title) (Corporate Seal) Attest (Secretary) Business address !i t V'� 1.� j' �LO #� Phone No. A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 9-49 Bidding Documents CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date By law this questionnaire must be filed with the records administrator of the Received local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. AJiQ 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate. 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. tAbw-r- 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1 DN 1-50 Bidding Documents FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer namo in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes Or No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officgpofiamed in this section AND the taxable income is not from the local governmental entity? ❑ Yes Lff No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local goveriament officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes No D. Describe each affiliation or business relationship. 5ignatu a of pe son doing business with the govern ental entity 1-51 Date Bidding Documents SECTION 2 CONTRACT DOCUMENTS T H E- C 1 T Y - O F COPPELL x A s l a 2-1 Contract Documents STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2015 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and Tiseo Paving Company (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the reconstruction of Freeport Parkway from Sandy Lake Road to SH 121 NB Frontage. This project will include unclassified excavation, the construction of new pavement, construction of a multi -box culvert and outfall channel, construction of retaining walls, the installation and/or adjustment of water & wastewater utilities, the installation and/or adjustment of related drainage facilities, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST05-0213. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Freeport Parkway - North PROJECT NO. ST05-02B Bid No. Q-0215-01 Article 2. ENGINEER. The Project has been designed by Teague Nall and Perkins, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 205 calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 'I of these contract documents. The total contract sum shall be the amount of: $ 4,826,657.36. The total tangible personal property cost included in the contract sum is: $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 2-3 Contract Documents 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC -105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2-4 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2-2 thru 2-7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions (pages 3-2 thru 3-10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Freeport Parkway — North (Project No. ST05-02B) for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: "Freeport Parkway — North (Project No. ST05-0213) for the City of Coppell". 8.9. The following listed and numbered addenda: Addendum No.1 February 13, 2015: Addendum No. 2 February 26, 2015; Addendum No. 3 March 2 2015• Addendum No.4 March 5, 2015 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 2-5 Contract Documents The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. -OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on OWNER: City of Coppell 255 Parkway Boulevard Coppell, TK 75019 NW TITLE: Address fol'giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Iden Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) 1801N� CONTRACTOR: Tiseo Paving Co. 419 E. Hwy. 80 Mesquite, TK 75150 BY: a TITLE: ATTEST: Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2-7 Contract Documents A` EP® INSURANCE BINDER DA DEDUCTIBLE 4/7/2015Y) THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. AGENCY COMPANY BINDER # Valenti Trobec Chandler Inc Amerisure Insurance Company B154762004 1175 W. Long Lake, Suite 200 DATE EFFECTIVE TIME DATEXPIRATION TIME DAMAGE TO RENTED PREMISES $ X AM X X 12:01 AM Troy MI 48098 4/7/2015 12:01 LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS PM 4/7/2016 NOON A/CNNo Ext): (248) 828-337 1 a No): (248) 828-3741 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY #: BINDER (OCP) CODE: SUB CODE: AGENCY 00001833 CUSTOMER ID: DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Including Location) Project: Freeeport Parkway North, City of Coppell INSURED City of Coppell TX c/o Purchasing Manager Project Amount: $4,826,657 255 Parkway Blvd. Contractor: Tiseo Paving Company Coppell TX 75019 ALL VEHICLES SCHEDULED VEHICLES COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS DEDUCTIBLE COINS % AMOUNT PROPERTY CAUSES OF LOSS BASIC [::] BROAD 1:1 SPEC i AUTHORIZED REPRESENTATIVE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1X OCCUR Owners & Contractors RETRO DATE FOR CLAIMS MADE: EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES $ MED EXP (Any one person) $ X PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ 1,000,000 PRODUCTS - COMP/OP AGG $ VEHICLE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT I $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ MEDICAL PAYMENTS $ PERSONAL INJURY PROT $ UNINSURED MOTORIST $ VEHICLE PHYSICAL DAMAGE DED COLLISION: OTHER THAN COL: ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE STATED AMOUNT $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT I$ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: EACH OCCURRENCE $ AGGREGATE $ SELF-INSURED RETENTION $ WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY WC STATUTORY LIMITS E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SPECIAL CONDITIONS / OTHER COVERAGES FEES $ TAXES $ ESTIMATED TOTAL PREMIUM $ NAME A ADDRESS ACORD 75 (2010/04) INS075 (201004).02 Page 1 of 2 ©1993-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MORTGAGEE LOSS PAYEE ADDITIONAL INSURED LOAN # AUTHORIZED REPRESENTATIVE Alan Chandler/V46 ACORD 75 (2010/04) INS075 (201004).02 Page 1 of 2 ©1993-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00001833 CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from 'Insurance Binder" to "Cover Note". Applicable in Colorado With respect to binders issued to renters of residential premises, home owners, condo unit owners and mobile home owners, the insurer has thirty (30) business days, commencing from the effective date of coverage, to evaluate the issuance of the insurance policy. Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancellation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable in Maryland The insurer has 45 business days, commencing from the effective date of coverage to confirm eligibility for coverage under the insurance policy. Applicable in Michigan The policy may be cancelled at any time at the request of the insured. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. Applicable in the Virgin Islands This binder is effective for only ninety (90) days. Within thirty (30) days of receipt of this binder, you should request an insurance policy or certificate (if applicable) from your agent and/or insurance company. ACORD 75 (2010/04) Page 2 of 2 INS075 (201004).02 — I I ® /� %� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/10/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-248-828-3377 Valenti Trobec Chandler Inc. CONTACT Jackie Wilson NAME: -FAX PHONE 1 248-628-3741 (AIC No Ext: 248-530-3225 (AIC, No): E-MAIL wilson@vtcins.com ADDRESS: jwilson@vtcins.com 1175 West Long Lake Road INSURER(S) AFFORDING COVERAGE NAIC# Suite 200 Troy, MI 48098 Al Chandler INSURERA: AMERISURE INS CO 19488 INSURED INSURERB: ENDURANCE AMER INS CO 10641 INSURER CNORTH RIVER INS CO 21105 Tiseo Paving Company, Inc. INSURER D: P.O. Box 270040 INSURER E: Dallas, TX 75227 INSURER F: TRAVELERS LLOYDS INS CO 41262 rnvGDAnDc CERTIFICATE NIIMRFR- 43525131 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS; EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. S TYPE OF INSURANCE INSR SWVD UER POLICY NUMBER EFF MM/DID/YYYY POLICY EXP MMIDDNYYY LIMITS A GENERAL LIABILITY I USA CPP2079633 11/01/1 11/01/15 EACH OCCURRENCE $1,000,000 DAMAGE PREMISES (E. occurrence) $ 300,000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 10,000 CLAIMS -MADE I J OCCUR PERSONAL &ADV INJURY $ 1,000,000 jX Blanket Add'1 Insureds 1 XGEN'L Waiver of Subrogation GENERAL AGGREGATE $2,000,000 AGGREGATE LIMIT APPLIES PER: r1 POLICY � PE' X LOC PRODUCTS -COMP/OPAGG $2,000,000 A AUTOMOBILE LIABILITY CA2079632 11/01/1 11/01/15 MINEDIs (CEO, accdentSINGLE LIMIT 1,000.,000 _ BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ -- ALL OWNED SCHEDULED A X X IX AUTOS AUTOS X NON -OWNED HIREDAUTOS AUTOS Blanket AI g Waiver of UMBRELLA LIAB X OCCUR CU2090192 11/01/1 11/01/15 - P raccdentDAMAGE $ - $ EACH OCCURRENCE ($1,000,000 AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ 0 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) N / A WC2079634 11/01/1 11/01/15 X OC STATU- 6R E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 11000,000 Excess Umbrella 4,000,000 B Ifyes, describe under DESCRIPTION OF OPERATIONS below Excess of $1,000,000 EXC1005791300 11/01/1 11 Ol 15 C Excess of $5,000,000 5227486137 11/01/1 11/01/15 Excess Umbrella 10,000,000 F (Inland Marine QT6603C891435 11/O1/1 11/01/15 Leased/Rented 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Freeport Parkway - North STOS-02B Certificate Holder is Named Additionally Insured as Required by Written Contract Waiver of Subrogation Applies in Accordance with Written Contract CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010/05) mtaylor 43525131 U 19SS-LU1U ACORD CORF Ri iON. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Coppell THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Dir of Engineering/Public Works ACCORDANCE WITH THE POLICY PROVISIONS. Attn: George S. Marchall, P.E. AUTHORIZED REPRESENTATIVE P.O. Box 9478 Coppell, TX 75019µ,r I USA ACORD 25 (2010/05) mtaylor 43525131 U 19SS-LU1U ACORD CORF Ri iON. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy No.CA207Q832 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ������ ����� w��^���~�°*����oo� x^r����COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT -rhisendorsement modifiesinsura:cepnovdedunderthe BUSINESS AUTO COVERAGE FORM With respect (ocoverage provided bythis endorsement, the provisions ufthe Coverage Form apply unless modified bythe endorsement. The pr miumfordhisendorsemen is $ 1. BROAD FORM INSURED SECTION |l`LIABILITY COVERAGE, A.1.Who IsAn Insured /samended bythe addition ofthe following: (1. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership oramajority interest, will qualify ayaNamed insured. (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed tile organization; and (3) Cove,agedoes not apply Lnanorganization that is an1nsured^under any other policy arwould bean "insured" but for its termination or the exhausting of its limit of insurance. e, Any "employee" of yours using: (1) Acovered 'auto"you donot own, hire orborrow, macovered "autU'not owned by���m�u�em a member of his or her household, while performing duties related to the conductofyour business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreei nent in that"employee's" name, with your perm isskm.while performing duties related tothe conduct o[your business. However, your ^emp|oyee^does not qualify ayaninsured under this paragraph (2)while using acovered ^auto^ rented from you orfrom any member ofthe ^emp|nyee's�'househo|d. Your members, if you are a limited liability company, while using a covered 'auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. y. Any person cvorganization with whom you agree inawritten contract, written agreement cxVe/mit,Vu provide insurance such as is afforded under this policy, but only with respect0nyour covered ^au*os�'. This provision does not apply: (1) Unless the written contract or agreement is executed or the pen -nit is issued prior to the "bodily injury" cv"property damage'; (3) Toanypersonororganizaduuindudedasaninsuvedbymnendnrmemen(orh)thnOeclarabnns;or EU Tnany lessor of"autos^unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor, (b) The "auto" is leased without a driver; and Includes copyrighted material o[Insurance Services Office, Inc. CA 71 18 11 09 Paue 1 of 5 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies Insurance provided under the following; COMMERCIAL. GENERAL L.IA131LITY COVERAGE FORM Policy Number CPP2079G33 Policy Explratio n/Cancellation Data 11-1-2015 Named Insured TI:9Eo PAVING COMPANY Agency Number 0125253 Date 11-1-2014 Agancy VALZNTI INC TROBEC CHANDLER PiAcy Effective Date 11-1-2014 1. SECTION 11- WHO IS ,AN INSt,tREO is arnorided to add ,mss an lwwrcd any por. pn or organization whorn you z rr re(joirLd to add as on ai lditional insured on thls policy under i) written corer Xct or written agrc r rner�t rtlatii`!g tri yC}lir bXlSlnt.55. �11�? Vdrltt£'�'1 �Untttl�t �r wtitti-{1 �]t�C'� tett"4i'lt 1=Pil: t�9C14{¢r�. 3ft{Jf�IS?T1aI I'i,,t.lri-t� _,°�sii.l�s t,, P .7 !i{`il+?' pr:rlod during the term of this policy and be e ,l:t z ;wk1 r tiJ til l.= � 1`iiri Injov I„ is 1erty ,.i itiitlrt£ ", r �i.E!rso al arid ',i(lvertiFIng injury"tlivirtg rise to a claimunder il)i. (}_alt:y, ll, i'< 'trs'Ft:3r,''p'£5,}C tt Xl, tltia'; t t.{,ti`ris:=rlf i'. "i lfs'3riE'r a letter of intent or work order, subject to k) days Irom s. 'i l comroeni:ernent and with customers whose c..ustorrmry coritraCU Wtlulre they be rinnied as additional insureds, wo ,wvill provide additional insured status as specified in this ondorserra(;nt, However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional Insured, the Insurance afforded to such pemcn(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. 2, SECTION I1, WHO 1S AN INSURED is amended to add the following; If the additional insured is; a. An individual, their spouse Is also an additional insured. b. A partnership or joint venture, members, partners., and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional insureds, Stockholders are also additional insureds, but only with respect to tlieir liability as stockholders. e. A trust, trustees are also Insureds, but only with respect to their duties as trustees, 1 The Insurance provided to the additional insured under this endorsement is limited as follows; a. That person or organization is only an additional insured with respect to llabillty arising out of, (1) Premises you own, rent, lease, or occupy, or (2) Your ongoing operations, unless the written contractor written agreement also requires completed operations coverage (or wording to the same effect), in which case the coverage provided shalt extend to your completed operations for that additignal Insured, Premises, as respects this provision. shall include common or public areas about such premises if so required In the written contract or written agreement, Includes copyrighted material of Insurance Services Once, Inc. CG 70 85 12 11 Page 1 of 2 Ongoing operations, as respects this provision, does not apply to "bodily injury" or "property damage" occurring after; (a) All work including materials, parts or equipment furnished In connection with such work on the project (other than service, malntenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of `your work" out of which the injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project, b, The limits of insurance applicable to the additional Insured are the least of those specified in the written contract or written agreement or in the Declarations of this policy. The limits of Insurance applicable to the additional Insured are inclusive of and not in addition to the limits of insurance shown in the Declarations. c, The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of this policy. d, If a written contract or written agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 1185, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional Insured, to the extent that such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNIrRS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABIL(TYY COVERAGE PART, SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreementlhat the terms of CG 20 10 1185 apply. (if no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) Is amended to include as an insured tha person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 1185 e, The insurance provided to the additional Insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of art architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specifications; and (2) Supervisory, inspection, or engineering services, f. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4, other Insurance. r�ny cuv(:�ragc pfavided in this tnidots'titilent is r-xor4s<' over any other valid and collectible insurance available to LhV ,1d i601)aI ifisured Y&Oher prier}ary, r x .os , contingent, or on any other basis unless the written contract or writw,rr=rgreernent requires that this Insurance Ni primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of insurance Services Office, Inc. CG fit) 85 12 11 Page 2 0# 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I - COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6, of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, subparagraph (2) is deleted and replaced with the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. 3. PREMISES ALIENATED A. Exclusion J. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion J. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 4. PROPERTY DAMAGE LIABILITY -ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j, Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. S. PROPERTY DAMAGE LIABILITY- BORROWED EQUIPMENT - A, Exclusion J. Damage to Property, paragraph (4) does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. B. With respect to any one borrowed equipment item, provision S.A. above does not apply tq "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate, 6. PRODUCT RECALL EXPENSE A. Exclusion in. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1, Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product", which has been recalled, by like products or substitutes: 5. Caprice or whim of the insured; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 07 12 Page 1 of 9 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; e. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of 'your product(s)" has been found. B. Under SECTION III -LIMITS OF INSURANCE, paragraph 3, is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of; a, Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above, $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. The insurance afforded by reason of provisions 1. through 6. of this endorsement is excess over any valid and collectible insurance (including any deductible) available to the insured whether primary, excess or contingent, and SECTION IV., paragraph 4. Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY— RAILROADS When a written contract or written agreement requires Contractual Liability - Railroads, the definition of "insured contract" in Section V - Definitions is replaced by the following with respect to operations performed for, or affecting, a railroad: 9. "Insured Contract" means; a, A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. S. CONTRACTUAL LIABILITY- PERSONAL AND ADVERTISING INJURY Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 9 CG 70 63 07 12 Under SECTION 1 - COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, paragraph 1.b, is deleted and replaced with the following: 1, b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 10. BROADENED WHO IS AN INSURED SECTION 11- WHO IS AN INSURED is deleted and replaced with the following: 1, If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner, b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers, d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers' and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also Insureds, but only with respect to their liability as stockholders. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your"employees" who are: (1) Managers; (ti) Supervisors; (iii) Directors; or (Iv) Officers; with respect to "bodily injury" to a co -"employee". 2. Each of the following is also an insured: a. Your 'volunteer workers' only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you.are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business, However, none of these "employees' or "Volunteer workers" are insured for: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 11. of this endorsement. Includes copyrighted material of Insurance Services Office, Inc, CG 70 63 07 12 Page 3 of 9 (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed, d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if; (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. f. (1) Any person or organization, other than an architect, engineer or surveyor, required to be named as an additional insured in a "work contract", letter of intent or work order. However, such person or organization shall be an additional insured only with respect to covered "bodily injury," "property damage," and "personal and advertising injury" arising out of "your work" under that "work contract', letter of intent or work order. (2) We will provide additional insured coverage to such person or organization only: (a) for a period of 30 days after the effective date of the applicable "work contract", letter of intent or work order; or (b) until the end of the policy term in effect at the inception of the applicable "work contract", letter of intent or work order; whichever is earlier. (3) Coverage provided underthis paragraph f. is excess over any other valid acid collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the "work contract", letter of intent or work order requires this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. (4) This paragraph f. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. g. Any person or organization to whom you are obligated by virtue of a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, including common or public areas about such premises if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization, Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 9 CG 70 63 07 12 h. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard." L Any person or organization who is the lessor of equipment leased to you, to whom you are obligated by virtue of a written contact to provide Insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. J. Any architect, engineer, or surveyor engaged by you but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code, No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph j. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. k. Any manager, owner, lessor, mortgagee, assignee or receiver of premises, including land leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy that premises, or cease to lease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a, Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 07 12 Page 5 of 9 4. Any person or organization (referred to below as vendor) with whom you agreed, because of a written contract or agreement to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement, This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you: c. Any physical or chemical change in "your product" made intentionally by the vendor; d, Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the 'your product'; g, "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to; (1) The exceptions contained in subparagraphs d, orf.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10., SECTION II —WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III - LIMITS OF INSURANCE, provisions 12. through 14. of this endorsement amend the policy as follows: 12. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. 13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD A. The requirement under SECTION I —COVERAGE C MEDICAL PAYMENTS that expenses be incurred and reported to us within one year of the date of the accident is changed to three years. B. SECTION III - LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: Includes copyrighted material of Insurance Services Office, Inc,. Page 6 of 9 CG 70 63 07 12 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. C. This provision 13, does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement, 14. DAMAGE TO PREMISES RENTED TO YOU —SPECIFIC PERILS A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I —COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril' or any combination of "specific perils." C, The Damage To Premises Rented To You Limit described in SECTION III -LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION 1 - COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15, through 17. of this endorsement amend the policy as follows: 15, KNOWLEDGE OF OCCURRENCE Under 2, Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense, To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense, e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that your product" must be withdrawn or recalled. Include a description of 'your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16, UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 07 12 Page 7 of 9 a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us, The insured must do nothing after loss to impair them. At our request, the Insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form, 18. EXTENDED NOTICE OF CANCE=LLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9, When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium, c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew, 19. MOBILE EQUIPMENT REDEFINED Under SECTION V - DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 20. DEFINITIONS 1, SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury' offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit' on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 9 CG 70 63 07 12 2, SECTION V — DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in'your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d, Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of"your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage." "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. "Work contract" means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 07 12 Page 9 of 9 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (E(l. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the polit=y because Texas is shown in Item 3.A, of the Information Page. We havo tho righi to rocov(ir our anyone liable for an injury covered by this policy, We will not enforce oul right, ntjaimst the parson or orpanizadon named in the Schedule, but this waiver applies only with respect Io bodily injury ari6ing out of tha oporatiort3 described .in the Schedule where you are required by a written r.ontract to ryt)toirf (Ilia .Aialvor front tla. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule, The premium for this endoreement is shown in the Schedule. Schedule 1. 1 )Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. 2. Operations: ;3. Premium The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with work performed for the above persons) or organization(s) arising out of the operations described. 4, Advance Premium This endorsement changes the policy to which it is attached and Is effaotive on the date issued unless otherwise stated_ (The information below is ragvired only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11-1-2014 PoJlcy No, WC2079634 Endorsement No. Insured Tiseo Paving Company premium $ Insurance Company Amerisure Insurance Company Counievslydned by POLICY NUMB-R:CPP 2079633 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMI'AERCIAL GENERAL UABILITY COVERAGE PART PRODUCTS/; OMPLETED OPERATIONS LIABILI-I-Y COVERAGE PART wffimllfflm Name Of Person Or Organization: IVARIOUS Inforr'nation requirea, r cc) the Declarations. The �0 � flowin , q is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or I un " done : vo-ur worK - der a contract with that person or organization arid included in the "Products - completed operations hazard". This tvaiver applies only to the person or organization shown in the Sohedu'e, above, CC3 24 04 05 09 @ insurance Services Office, inc,, 2008 Page 9 of 1 L-1 Named Insured: Tiseo Paving Company Policy No. CPP2079633, CA2079632, WC2079634 Amerisure Companies I Commercial General Liability 105/01/07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization Mailing Address IL 70 45 05 07 ©Amerisure Companies SUPP (10100) Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. Contractor's Insurance o Worker's Compensation — As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner's Protective Liability - $600,000 per occurrence; 1,000,000 aggregate o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate ■ Additional insured — The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2-8 Contract Documents Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2-9 Contract Documents PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS Bond No. 35BCSGC8147 KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company whose address is 419 E. Highway 80 Mesquite, TX 75150 , hereinafter called Principal, and Hartford Fire Insurance Company, One Hartford Plaza, T-4, Hartford, CT 06155 a corporation organized and existing under the laws of the State of Connecticut , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Four million, eight hundred and twenty six thousand, six hundred fifty seven and 36/100 DOLLARS ($4,826,657.36) in lawful. money of the United States, to be paid in Dallas County, Texas, for the payment- of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or -Supplemental-:Agreement-.Which .:increases 'the Contract price; . but .in .no= event:, -shall a, Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D..2015, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Freeport Parkway - North PROJECT NO. STOS-02B Bid No. Q-0215-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making 2-90 Contract Documents good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County 'or Denton County to whom any requisite notices may be delivered and on whom service of process may be.had in matters arising out of id such suretyship, as proved by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of i aas. IN WITNESS WHEREOF, copies, each one of which shall April _ _, 2015. this instrument is executed in 4 be deemed an original, this- the . stn � day of PRINCIPAL SURETY Tiseo Paving Company Hartford Fire Insurance Company By: B ii Title: Lzvvs T%4 b C=r%l✓w __ -- Title: /Jennifer A reffa, Attorney -In -Fact ATTE ATTEST' MeagX Kress Resident -Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the -process is: NAME: William D. Rirdsono ADDRESS: 10000 N Central Expressway, Ste. 1100, Dallas, TX 75231 NOTE.• Date of Performance Bond must 8e date of Contract. If Resident Agent is not corporation, give person's name. 2-11 Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS Bond No. 35BCSGC8147 KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company whose address is 419E Highway 80 Mesquite TX 75150 , hereinafter called Principal, and Hartford Fire Insurance Company, One Hartford Plaza, T-4, Hartford, CT 06155 , a corporation organized and existing under the laws of the State of Connecticut , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporatiorf organized and existing under the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of Four million eight hundred and twenty six thousand six hundred fifty seven and 36/100 DOLLARS ($4,826,657.36) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these-:�presents.-•-This,.Bond• shall --automatically be:.increased -key=the=amount jof;any­ Change Order or Supplemental Agreement which increases the Contract price; but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, . the Principal entered into a certain Contract with the City of Coppell, dated the of A.D. 2015, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Freeport Parkway - North PROJECT NO. ST05-02B Bid No. Q-0215-01 NOW, THEREFORE„ if the Principal shall well, truly and faithfully perform its duties and make prompt .payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, 2_12 Contract Documents 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. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 8th day of April , 2015. PRINCIPAL Tiseo i'avinj Company ATT T: The Resident Agent of the Surety in Dal I otice and service of the process is: NAME: William D. Birdsong SURETY Hartford Fire Insurance Company BJ41M /T Title: Jennifer Gareffa, Attorney-In-Fct ATTEST: an Kress or Denton County, T Vis, for delivery of ,ADDRESS: 10000 N Central Expressway, Ste. 1100, Dallas, TX 75231 !'+TOTE• Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-13 Contract Documents MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS Bond No. 35BCSGC8147 KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo Paving Company as Principal, and Hartford Fire Insurance Company a corporation organized under the laws of Connecticut , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the CITY OF COPPELL, a Municipal Corporation, Texas, the sum of Four million, eight hundred and twenty six thousand, six hundred fifty seven Dollars and thirty six Cents ($4,826,657.36), for the payment of which sum will and truly be made unto said CITY OF COPPELL , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THiS obligation is conditioned; 'however, that whereas, the said CITY OF --G- 0.- PPELL --.1has -this- day- entered into : a written -contract-, with. --.the =said:-Tiseo- Paving Com an to build and construct Freeport Parkway - North (Project No. ST05-0213), Bid No. Q-0215-01, which contract and the. plans_ and specifications therein mentioned, adopted by the CITY OF COPPELL are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein 'contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole .or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and . sureties hereon shall be subject to the' liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said CITY OF COPPELL shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance 2-94 Contract Documents period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the Said Tiseo Paving Company has caused these presents to be executed by and the said Hartford Fire Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Jennifer A. Gareffa , has hereunto set his hand, the 8th day of Aoril $2015. PRINCIPAL Tiseo Paving Company By: Title: 'Lc),, -F! ' e., -- AS SURETY Hartford Fire Insurance Company By: Title: Jenniferfiriareffa, Attorney -In -Fact v L'.' WIT SS: ATTEST: Me n -Kress NOTE • Date of Maln mance Bond must not be prior to ate of Contract 2-95 Contract Documents Direct irrqulrles/Claims to: POWER OF ATTORNEY THE HARTFORDBOND, T-4 One Hartford Plaza Hartford, Connecticut06166 call; 868-2136.3488 or fax: 860.767-6835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 36-361226 Hartford Fire Insurance Company, n corporation duly on muized under the laws of the State of CenniDeticul Hartford Casualty Insurance Company, it corporadotl duly organized under die laws of du state of Indiana, 0 Hartford Accident and indemnity Company, a corporation duly organized under the laws of the State of Cmulaeticut Hartford Underwriters Insurance Company, a corporation dilly organized wider Ilse Iowa of the State of Connecticut Q Twin City Fire Insurance Company, a corporation duly organized under die haws of the state of hutiana 0 Hartford insurance Company of Illinois. a corporation duly organized anderthe laws of the state of Illinois Hartford Insurance Company of the Midwest, a eoupotidiun duly olganizcd under lite laws of the 3tato of Indiana 0 Hartford insurance Company of the Southeast, a corporation duly organized aider lite laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies') do hereby make, constitute and appoint, up to the amount of unllmlted: Robert Trobeo, Kathleen M. Ireton, Ian J. Donald, Jeffrey A. Chandler, Alan A. Chandler, Wendy L. Hingson, JennlfsrAlGerefla of Troy, MI their true and lawful Attorney($) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(tes) only as delineated above by [@, and to execute, seal and acknowledge any and ail bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. iF' ' S�,li�mffn lMNknF7,. �Q%0♦fi,CjY7� ♦ •/H. Ie\4\• �I1'��'�t 10 IIF9A ��MNf/�.y'"�.} Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President STATE OF CONNECTICUT S3. Hartford COUNTY OF HARTFORD On this 12v' day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides In the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described In and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by Ilk% authority. A a JIr�1in * %nuilean T. afa)nari Nntnry Public My Cranrninniun F,q)im fuly 31, 2010 CERTMATE I, the undersigned, Vice President of the Companies, 00 HEREBY CERTIFY that the above ;and foregoing is-a.trua and correct copy of the Power of Attorney executed by said Companies, which is stili in full force effective as of April 8th 2015 Signed and sealed at the City of Hartford. "+►r.✓� �. aru.utt qHh•�► > tp79 �:a7a� �Oh♦ +truce �t 1 'a� . •d,, q( �1f1 \OY}'� + ♦ 'k O ipl �` 4a,yt' Gary W. 8tumper, Vice President SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY T H E, C I T Y - 0 F COPPELL ®R - CONDITIONS 'Y 3-1 Standard Specifications Supplementary Conditions CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 ._ ... Engineer: The word "Engineer" or "ENGINEER" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or "OWNER" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, 1100 Macon Street, Fort Worth, Texas 76102. Working Day: Add the following sentence to the end of the "Working Day" definition: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance -notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments." All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-2 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC -103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC -103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or -not such other insurance has been procured by CONTRACTOR." SC -103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC -103.4.7.1 Add the following new item: "103.4.7.1 Teague Nall and Perkins, Inc. shall be included as an "Additional Insured" on all project liability insurance." 3-3 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC -104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:" ITEM 105.1 — CONTRACT DOCUMENTS SC -105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC -105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies" Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, the Design Engineer has established and relied upon the following reports of exploration and tests of subgrade conditions at the site of the work: Geotechnical Engineering Study — Freeport Parkway Extension Between Sandy Lake Road and SH 121 Coppell, Texas, by Alpha Testing, Inc., dated December 2015. Copies of these reports are available upon request. 3-4 Standard Specifications Supplementary Conditions The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC -105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC -107.3.2 Replace Item 107.3.2 with the following new paragraph: 107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR." 3-5 Standard Specifications Supplementary Conditions ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC -107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: "Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption .certificate from the city for those. materials: (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of: 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC -107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arise out of CONTRACTOR's, OWNER's, ENGINEER's, Consulting Engineer's or any other person's actions, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, 3-6 Standard Specifications Supplementary Conditions attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER L.Z 4 _ and Consulting Engineer for any delay; disruption, interference or hindrance caused by any separate contractor." ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SCA 07.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2: 107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." 3-7 Standard Specifications Supplementary Conditions ITEM 108.1 — PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by OWNER or ENGINEER". ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "in such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 —SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the ENGINEER." 3-8 Standard Specifications Supplementary Conditions ITEM 203.7 - EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 303.5 - CONSTRUCTION METHODS: Under Item 303.5.4 Joints: Replace Item 303.5.4.2 — Expansion Joints, with the following : "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to Existing Structures: "or as directed by the ENGINEER". Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints, and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." Under Item 303.5.6 Finishing: 3-9 Standard Specifications Supplementary Conditions Add the following paragraph at the end of Item 303.5.6.1 Machine: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL: Under Item 504.2.3.3 Type "B" Backfill: Insert the following paragraph after .the .first sentence of Item 504.2.3.3.3 Additional Requirements: "Additional Requirements for Type "B" backfill when used in streets - All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 504.5 - EMBEDMENT: Under Item 504.5.3.2 Compaction: Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic, by striking the words: "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3-10 Standard Specifications Supplementary Conditions DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 — SLOPE AND CHANNEL PROTECTION: Under Item 803.3.3 Riprap Construction Methods: Add the following sentence to Item 803.3.3.6 Mortar Riprap: "Mortar or concrete type shall be approved by the ENGINEER and shall conform to A.S.T.M. C 387-83." 3-11 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E- C I T Y - O F 4-1 Specific Project Requirements SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. w American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-2 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc., 1100 Macon Street, Fort Worth, Texas 76102, telephone (817) 336-5773. 1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.5 SITE: The CONTRACTOR shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.6 PROJECT DESCRIPTION: This work shall consist of the reconstruction of Freeport Parkway from Sandy Lake Road to SH 121 NB Frontage. This project will include unclassified excavation, the construction of new pavement, construction of a multi -box culvert and outfall channel, construction of retaining walls, the installation and/or adjustment of water & wastewater utilities, the installation and/or adjustment of related drainage facilities, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST05-02B. 1.7 EXPLANATION OF CONTRACT TIME: In the event the CONTRACTOR completes the contract prior to the expiration of the Original Contract Time, the OWNER will pay the CONTRACTOR an incentive payment of the Daily Value amount specified in Item 20 of the Instructions to Bidders (Section 1) in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and is subject to the conditions set forth below. The term "Original Contract Time" as used herein will mean the number of calendar days established by the CONTRACTOR for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the 4-3 Specific Project Requirements calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of CONTRACTOR's operations, delays or other events as described herein. For purposes of the calculation and the determination of the incentive/disincentive, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the CONTRACTOR are specifically contemplated and acknowledged by the parties in entering into this Contract. Further, any and all costs or impacts whatsoever incurred by the CONTRACTOR in accelerating the CONTRACTOR's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the CONTRACTOR successfully does so or not, shall be the sole responsibility'of the CONTRACTOR in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of CONTRACTOR negligence which may impact the critical path of the project construction schedule, the OWNER may choose to negotiate the extension or reduction of the Original Contract Time with the CONTRACTOR. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER) directly and substantially affecting the CONTRACTOR's operations on the Contract, the CONTRACTOR and the OWNER shall agree as to the number of calendar days to extend the Original Contract Time, so that such extended Original Contract Time will be used in the calculation of any incentive payment. In the event the CONTRACTOR and OWNER are unable to agree to the number of calendar days to extend the Original Contract Time, the OWNER shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the CONTRACTOR shall have no right whatsoever to contest such determination, save and except that the CONTRACTOR establishes that the number of calendar days determined by the OWNER were arbitrary or without any reasonable basis. The CONTRACTOR shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the CONTRACTOR's entitlement to any incentive the CONTRACTOR must: =I Specific Project Requirements 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the OWNER prior to expiration of the Original Contract Time. 2. The CONTRACTOR shall notify the OWNER in writing, within 30 days after the final acceptance of the Contract by the OWNER, that the CONTRACTOR elects to be paid the incentive payment which the CONTRACTOR is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the CONTRACTOR of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the OWNER, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the CONTRACTOR has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make._ it functional, weather, weekends, holidays, suspensions of CONTRACTOR's operations, extended or unabsorbed 'home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all-inclusive and absolute, save and except any routine OWNER final estimating quantity adjustments. Should the CONTRACTOR fail to actually complete the Contract and obtain final acceptance by the OWNER prior to expiration of the Original Contract Time, or should the CONTRACTOR, having timely completed the Contract and obtained final acceptance by the OWNER prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the CONTRACTOR choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the CONTRACTOR shall have no right to any payment whatsoever under this Article. Notwithstanding the CONTRACTOR's election or non -election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. Should the CONTRACTOR fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the OWNER shall deduct from the monies due the CONTRACTOR the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall 4-5 Specific Project Requirements be the disincentive for the CONTRACTOR's failing to timely complete the Contract. This shall be strictly enforced. In the event the CONTRACTOR elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.9 SOIL INVESTIGATION: A geotechnical investigation report has been -prepared for this project and will be made available to the' CONTRACTOR upon request. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered -incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or re -inspections. The CONTRACTOR shall notify the 4-6 Specific Project Requirements ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the CONTRACTOR's responsibility for his own quality assurance/quality control testing. CONTRACTOR shall replace any deficient construction items. 1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days written notice to the CONTRACTOR, terminate the Contract. In such an event, the OWNER shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed.$5,000. 1.14 PRESERVATION OF TREES: Permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to "Furnish, Install and Maintain Traffic Control Devices". The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. 4-7 Specific Project Requirements Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the CONTRACTOR shall take into account that the project will be constructed in multiple phases. The CONTRACTOR shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen; warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the OWNER. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as "required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental to pay item entitled, "Furnish, Install and Maintain Traffic Control Devices". 1:.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. 4-8 Specific Project Requirements b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new -appearing condition. 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 4-9 Specific Project Requirements 1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 1.25 FUNERAL SERVICE: In the event of a funeral service at Rolling Hills Cemetery, 24-hour notice will be provided by the City to the Contractor whom will cease all construction activities in the area around the cemetery the morning prior to, and during the funeral service. Construction activities may resume following the completion of the funeral service as determined by the City. If delays caused by funeral service activities can be shown to have caused a delay to the critical path of the project, an extra day will be added to the completion date for each incident of funeral service activity delays. 4-10 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information - as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4-11 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the CONTRACTOR requires, plus two that will be retained by the ENGINEER. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. _8. - Identification of deviations from Contract Documents. 9. Identification of revisions on re -submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-12 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. , Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. 4-13 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T H E C I T Y C F COPPELL x A S i 5-1 Description of Pay Items SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work contemplated and required under each of the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any existing signs; (b) removal of spoils; (c) water for construction; (d) construction staking and/or layout; (e) surveying to re-establish grade; (f) maintenance of streets during construction; (g) sprinkling for dust control; (h) project trailer, if needed; and/or (i) any other incidentals necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Item No. 1 — Mobilization: This pay item shall include the mobilization and demobilization efforts required for the construction of the project. The project is anticipated to be constructed in multiple phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, field offices, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid (A) amount, exclusive of this pay item (Adjusted Contract Amount). Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall be paid with the first pay estimate following the initial project mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of 5-2 Description of Pay Items the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 2 — Project Sign: This pay item shall consist of the installation of a project signage in the following location: the intersection of Freeport Parkway and West Sandy Lake and the intersection of Freeport Parkway and SH 121. Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 3 — Right of Way Preparation: This work includes the clearing & grubbing, and removal & trimming of vegetation in all areas within the project limits requiring such work, including work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All vegetation within the paving limits shall be removed. Any tree labeled for removal in the plans shall be confirmed with the Engineer prior to removal. Tree removal shall include all pruning, felling, stump removal, mulching of leaves and limbs necessary to safely remove any tree approved for removal. Once work has commenced on the removal of a tree approved for removal, it shall not cease until the remnants of the tree are completely mulched and lawfully removed from the project site. All debris and mulch from the removal of trees shall be disposed of in a legal manner. This item shall also include the protection of any trees, shrubs, fences, structures,, --signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. Disposal of said material will be at the Contractor's sole expense. Any existing landscape improvements, including landscape beds and landscape timbers, shall be removed if deemed necessary for the construction of the improvements shown within the plans. Any removal of existing landscape improvements shall be coordinated with the Engineer and homeowner. Removal of landscape improvements shall be considered subsidiary to this pay item. 5-3 Description of Pay Items This work shall also include: (a) The removal of existing pavement markings and traffic buttons; (b) The removal of existing gravel driveway/roadway; (c) DELETED (d) The removal of all existing drainage pipe, culverts, inlets, headwalls and other related drainage structures and/or appurtenances; (e) DELETED (f) The removal of existing rock rip rap; (g) The removal of a portion of the existing retaining wall at the locations shown in the construction plans; (h) The removal of landscape edging; (i) The removal of mailboxes; Q) The removal and salvage of any existing regulatory, school or informational signs; (k) The removal of all trees, stumps, bushes, vegetation, roots and shrubs within the limits of work; (1) Trimming of trees to provide a 7 -foot clearance over sidewalks and a 18 -foot clearance over roadways. (m) Video documentation of the existing project conditions prior to beginning construction. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Any item indicated in the plans to be removed (directly called out or implied) for which there is no specific pay item shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to general site and/or right of way preparation, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-4 Description of Pay Items Pay Item No. 4 — Furnish, Install, Maintain and Remove Erosion Control Devices: This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality's (TCEQ) permitting procedures and requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TPDES) general construction permit TXR 150000, the operator with control of construction plans and specifications (Owner) and the operator with day-to-day operational control (Contractor) are required to obtain a permit for the discharge of storm water runoff. The Contractor shall be required to prepare and implement a single comprehensive site specific Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The Contractor shall: (1) sign the SWP3, (2) submit an NOI for City & Contractor, and (3) post a site notice as part of the permit. The SWP3 must describe and insure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWP3 must clearly indicate which operator is responsible for satisfying -each shared requirement of the SWP3. The SWP3 shall be subject to approval by the Owner and must be retained on-site during the term of the construction. Notice must be posted if the SWP3 is retained off-site. A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan (ECP) submitted as part of the SWP3. The Contractor shall submit a Notice of Termination for City and Contractor upon completion of the project. This work shall also include the installation and maintenance of: (a) Silt fence; (b) Rock berm; (c) Construction entrance; (d) Inlet protection; (e) Scourstop, or approved equivalent; (f) Any additional erosion control measures required by the SWP3. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the duration of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Payment shall be evenly prorated throughout the term of construction on a monthly basis, based on amount bid and time bid. 5-5 Description of Pay Items Pay Item No. 5 — Furnish, Install and Maintain Temporary Traffic Control Devices & Detours: This work includes furnishing, installing and maintaining the required temporary traffic control devices & detours (including temporary traffic buttons and striping, signage, temporary pavement, temporary special shoring & traffic barriers as needed) during each phase of construction as shown and/or indicated on the plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction (i.e., printed notices delivered to individual homes and businesses, electronic message boards, signage, etc.) to be given to adjacent businesses, property owners and the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes through the construction area, as well as the installation and removal of all temporary pavement. Additionally, the Contractor shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during construction. The Contractor shall provide, utilize and update two (2) message boards to be located on the north and south ends of the project, or as directed by the City. Traffic control plans and updates shall be provided to the Engineer for review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). All temporary pavement shall be 2" Type B HMAC on 6" Flex Base. Measurement and payment for the temporary traffic control devices & detours furnished, installed and maintained work performed and materials furnished shall be made on the basis of the price per price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. Measurement and payment shall be as follows: Twenty-five percent (25%) of the amount bid shall be paid with the first pay estimate following the installation of the traffic control devices & detours for the first phase of construction. On all subsequent pay estimates, payment shall be prorated on the number of months bid. No additional payment will be made if the contractor goes over the time bid. Pay Item No. 6 — Remove & Dispose Existing Concrete Pavement: This work includes the removal and disposal of existing concrete pavement at the locations and limits shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full -depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re -sawed, removed and replaced at the Contractor's 5-6 Description of Pay Items expense. Once concrete improvements are removed, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #4x18" dowel bars into end of existing concrete (12" o.c.). For sidewalks, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x18" dowel bars into end of existing sidewalk or driveway concrete (18" o.c.). This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thickness of the existing concrete is unknown. All spoils shall be removed from the project site at the Contractor's expense. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any concrete removal required for the installation or adjustment of existing utilities is included in this pay item. The removal of stamped concrete as shown on the construction plans shall be measured and paid for under the pay item for Remove & Dispose Existing Concrete Pavement. Measurement and payment for work performed' and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by Contractor and by Owner's representative prior to removal. Pay Item No. 7 — Remove & Salvage Existing Fence: This work includes the removal and salvage of existing fence as noted on the plans. All work shall be performed in accordance with plans and project details. Measurement and payment shall be on the basis of linear feet (LF). The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Pay Item No. 8 — Unclassified Excavation: This work consists of all the required excavation within the limits of the right-of-way and adjacent areas to establish the roadway cross-section, channel section, grade and profile as shown on the plans. All excavation is considered unclassified and shall be performed to the lines & grades shown on the construction plans or as directed by the Engineer, in accordance with the appropriate specifications, details and notes, including NCTCOG Item 203.4 and the City of Coppell Standard Construction Details. Payment shall include the removal and stockpile of all unused excavated materials on adjacent property (as directed by the City or Engineer), constructing, shaping and finishing of all earthwork involved. 5-7 Description of Pay items Any excess excavation may be used on-site for fill, if determined to be clean and suitable, or stockpiled in locations as directed by the City or Engineer for future use on the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for work performed and materials furnished related to the unclassified excavation, as provided herein, shall be made on the basis of the price bid per cubic yard (CY) for unclassified excavation and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 9 — Embankment: This item includes the transportation, placement and compaction of embankment material required for this project, in accordance with the appropriate specifications, including NCTCOG Item 203.7. Fill shall be placed and compacted (minimum 95% of maximum dry density) in accordance with the geotechnical report and the City of Coppell and/or NTCOG specifications. This is a "Plans Quantity" measurement Item and the quantity to be paid for will only be that quantity shown in the proposal and on the "Summary of Estimated Quantities" in the plans. Payment shall be made on the basis of the price bid per cubic yard (CY) in accordance with NCTCOG Item 203.7, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 10 — 8" Cement Stabilized Subgrade: This work includes treatment of the top 8" of subgrade by pulverization, addition of cement, mixing and compacting of the mixed material to the required density. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications, including Item 275 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Cement treatment shall be provided under all proposed concrete pavement, median pavement, curbs, concrete valley gutters and HMAC pavement unless noted otherwise or approved otherwise by the Engineer, and shall extend to a point at least one -foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. An application of emulsified asphalt curing sealant shall be applied, after final rolling, at a rate of 0.2 gallons per square yard (Item 275.4G). Prior to construction, the Lab shall perform a cement series test to confirm the rate of cement per square yard. Series test shall be submitted to the Engineer for approval. Testing shall be done by the OWNER. 5-8 Description of Pay Items Measurement and Payment for work performed and materials furnished related to cement subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance Item 275.5 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 11 — Cement for Stabilized Subgrade (33 LB / SY): This work includes the furnishing of the cement material to be used for cement subgrade treatment, in accordance with the appropriate specifications. All cement shall be placed in accordance with Item 275 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Cement to be used for this project shall be placed at a rate of 33# per square yard and in SLURRY FORM, unless approved otherwise by the Engineer. Prior to construction, the Lab shall perform a cement series test to confirm the rate of cement per square yard. Series test shall be submitted to the Engineer for approval. Testing shall be done by the OWNER. Measurement and Payment for work performed and materials furnished related to cement material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TON) in accordance with Item 275.5 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 12 —10.5" Reinforced Concrete Pavement: Pay Item No. 13 — 6" Reinforced Concrete Pavement: This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with,the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6" monolithic curb. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The Contractor shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer's recommendations. 5-9 Description of Pay Items Contractor shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. Median noses shall be considered subsidiary to street pavement. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Concrete street headers shall be constructed at the locations shown on the plans or as directed by the Engineer. Concrete street headers will not be measured or paid for separately, but shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 14 — 4" Gravel Driveway: This work includes repairing or replacing existing gravel driveways to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 301.5. The extent of repair/replacement shall be as shown in the construction plans or as determined by the Engineer. The material used shall be gravel base or flexible base as specified in NCTCOG Item 301.5. The base material shall be placed at a thickness as required to provide a smooth transition and an even finished grade. Where the thickness exceeds 6 inches the base material shall be constructed in two or more courses of equal thickness. The minimum compacted thickness shall be 4 inches, unless approved otherwise by the Engineer. Measurement and Payment for gravel driveway work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY), in accordance with NCTCOG Item 301.5.3, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 15 —10' Wide Hike / Bike Trail - 6" Reinforced Concrete: This work includes construction of concrete sidewalks and the concrete 10' wide trails at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for the sidewalks and trails shall be Class "A" concrete with a 5-10 Description of Pay Items minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All sidewalk and trail construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk or trail found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. Expansion joint cover plates at bridges shall be considered subsidiary to trail pavement. Measurement and payment for reinforced concrete sidewalk and concrete trail work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square foot (SF) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 16 — 6" Reinforced Stamped Concrete Pavement: This work includes the construction -of reinforced stamped concrete at locations shown in the plans or as determined by the Engineer, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 & 2140). Stamped concrete that is to be constructed in the medians shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted in either case. The Contractor shall vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray — Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. Contractor shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the 5-11 Description of Pay Items slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Joint sealant shall match color of concrete where appropriate, as directed by Engineer. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 17 —10.5" Reinforced Stamped Concrete Pavement: This work includes the construction of reinforced stamped concrete at locations shown in the plans or as determined by the Engineer, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2185). Stamped concrete that is to be constructed .in the medians shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted in either case. The Contractor shall vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay — Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray — Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. Contractor shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. 5-12 Description of Pay Items All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Joint sealant shall match color of concrete where appropriate, as directed by Engineer. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 18 —10' Wide Barrier Free Ramp for 10' Trail: Pay Item No. 19 — 5' Wide Barrier Free Ramp: Pay Item No. 20 — Modified Parallel Curb Ramp: This work includes the construction of barrier free ramps at locations shown in the plans or as determined by the Engineer, in accordance with the appropriated details and specifications. All concrete used for the barrier free ramp construction shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All pedestrian ramp types are based on the Texas Department of Transportation's Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED - 12A). All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. Measurement and -payment for construction of barrier free ramps and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 21 — Hydromulch & Temporary Irrigation: In addition to the description of work in NCTCOG Item 201.16, refer to TURF AND GRASSES under technical specifications for more details. 6" of top soil shall be included in this pay item. Onsite stockpiled topsoil from the mass grading may be used for areas being hydromulched. Measurement and payment for this item shall be made on the basis of the price bid per square feet of hydromulch seeding as shown on the plans and shall be full 5-13 Description of Pay Items payment for all materials, labor, equipment and other incidentals necessary to complete the work. The project retainage will not be paid in full until hydromulched areas have germinated and become established, in the opinion of the Engineer. No separate payment will be made for fertilizer and temporary watering. Pay Item No. 22 — Pavement Markings & Signage: This work includes the placement and installation of all pavement markings (stop bars, striping, words, symbols shapes, etc.), as well as buttons and traffic signage, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Items 666 & 668 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface preparation (including sealing), as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing markings that are not in alignment or sequence. Buttons - This work includes the furnishing, installation and placement of all permanent traffic control devices, including traffic buttons (raised pavement markers), for traffic delineation, as shown in the construction plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including Item 672 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 3M Raised Pavement Markers or approved equal shall be used, unless directed otherwise by the Engineer. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer's recommendations for use of the epoxy adhesive shall be carefully followed. Signs - This work consists of the furnishing and installation of standard roadway signage at the locations shown in the construction plan set and as specified by the Engineer. All signs shall be manufactured and mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Measurement and payment shall be on the basis of lump sum (LS) for pavement marking and signage complete in place and accepted. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Pay Item No. 23 — Concrete Retaining Wall (Cast -in -Place): This work includes the construction of cast -in-place concrete retaining walls at the locations shown in the plans or as established by the Engineer, in accordance with the appropriate details and specifications. All retaining wall construction shall be in accordance with the construction plans, "Standard Specifications for Construction 5-14 Description of Pay Items of Highways, Streets and Bridges", 2004 Edition by the Texas Department of Transportation (TxDOT) and Standard Construction Specifications of the City of Coppell. Concrete for retaining walls shall be Class `C', 3600 psi at 28 -days in accordance with TOOT Specification Item 423. Measurement and payment for cast -in-place concrete retaining wall work performed shall be made on the basis of the price bid per square foot (SF) of the vertical wall face, between the top of footing and the top of wall. The price shall include the cost for stone veneer finish. Measurement and payment for work performed shall be in accordance to TOOT Standard Specifications. Pay Item No. 24 —Pedestrian Rail for Retaining Wall: This item includes the furnishing and installation of pedestrian handrail in all areas designated in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Pedestrian handrail shall be black powder coated and shall be included in this work. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 25 — 30" Wide Reinforced Concrete Flume: This work includes construction of a concrete flume and curb at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for the flume shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. Measurement and payment for reinforced concrete flume work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per -square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 26— Metal Beam Guard Fence: This work includes the construction of metal beam guard fence at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TOOT details and specifications. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-15 Description of Pay items Pay Item No. 27 — Adjust Existing Vault to Grade: This work includes the adjustment of existing franchise utility vaults (including raising or lowering) in multiple locations along the project where the proposed finished grade is being raised or lowered, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the materials manufacturer(s). Measurement and payment for work performed and materials furnished related to the adjustment of the existing vault, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 28 — 21" Class III RCP: Pay Item No. 29 — 24" Class III RCP: Pay Item No. 30 — 30" Class III RCP: Pay Item No. 31 — 48" Class III RCP: This work includes the construction of all RCP storm drain (various sizes) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 501.6 and 508.3. All RCP storm drain shall be Class III or IV (NCTCOG Item 501.6) as indicated on the plans. All bends shall be pre -fabricated. Ram-nek joint material shall be used for all joints, unless approved otherwise by the Engineer. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Where leads or pipe terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection. The construction of concrete collars, as required by these specifications and the connection to the existing storm sewer line will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of 2" Type B HMAC on 6" Flex Base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of RCP storm drain (various sizes and/or classes), as provided herein, shall be made on the basis of the price bid per linear foot (LF) in 5-16 Description of Pay Items accordance with NCTCOG Item 508.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 32 — 7'x4" Box Culvert: This work includes the construction of concrete box culverts at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TxDOT details and specifications. Rail Anchorage Curb per TxDOT RAC is subsidiary to box culvert. All concrete headwall shall be Class `C', 3600 psi at 28 -days in accordance with TxDOT Specification Item 421. Measurement and payment for work performed and materials furnished related to the construction of concrete box culverts (various sizes), as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 33 — TxDOT Concrete Wingwall: - This work includes the construction of concrete wingwalls at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TOOT details and specifications. All concrete headwall shall be Class `C', 3600 psi at 28 -days in accordance with TOOT Specification Item 421. Measurement and payment for work performed and materials furnished related to the construction of concrete headwalls (various sizes), including attached wingwalls, toewalls, & aprons, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 34 — Pedestrian Traffic Rail: Pay Item No. 35 — Bicycle Rail: This item includes the furnishing and installation of railing in all areas designated in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete rail shall be Class 'C', 3600 psi at 28 -days in accordance with TxDOT Specification Item 421. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-17 Description of Pay Items Pay Item No. 36 —10' Recessed Curb Inlets: Pay Item No. 37 —15' Recessed Curb Inlets: Pay Item No. 38 — 20' Recessed Curb Inlets: This work includes the construction of non -recessed & recessed curb inlets (various lengths & widths) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class "A", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of curb inlets (various types, lengths & widths), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 39 — 24" Catch Basin: Pay Item No. 40 — 4' x 4' Drop Inlet: !-his work includes the construction of catch basins at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6040 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class "A", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of catch basins, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 41 — 5'x5' Storm Drain Manholes: This work includes the construction of square storm drain manholes (various sizes) at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Detail 6010 and NCTCOG Items 702. Concrete used for the construction of storm drain manholes shall be Class "A", with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of square storm drain manholes (various sizes), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-18 Description of Pay Items Pay Item No. 42 —18" Rock Rip Rap: This work includes the construction of 18" thick rock riprap at the locations shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including the City of Coppell Standard Construction Details and NCTCOG Item 803.3. All locations where riprap is to be installed shall be over -excavated the depth of the rip rap (26") so that the riprap is flush with the adjacent ground. Measurement and payment for work performed and materials furnished related to the construction of the riprap, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 43 — 5" Concrete Rip -Rap: This work includes the construction of 5" concrete rip -rap at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TxDOT details and specifications. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 44 — Trench Safety for Drainage Improvements: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench situation for all utility construction (i.e., storm drain, water and/or sanitary sewer), in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 107.19.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer, and provided to the Engineer prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-19 Description of Pay Items Pay Item No. 45 — 4" PVC C-200 DR -14 Water Line: Pay Item No. 46 — 6" PVC C-200 DR -14 Water Line: Pay Item No. 47 — 8" PVC C-150 DR -18 Water Line: Pay Item No. 48 —12" PVC CA 50 DRA 8 Water Line: This work includes the furnishing and installation of 4", 6" & 8" C-200 DR -14 and 12" PVC C-150 DR -18 water line at the locations shown in the plans as per NCTCOG Items 506 & 502.4 and the City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, ductile iron pipe fittings, protecting or replacing existing structures or utilities, testing, disposal of surplus materials, and cleaning up and maintenance. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Testing in accordance with specifications is considered subsidiary to the price bid. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of 2" Type B HMAC on 6" Flex Base. Temporary pavement repair shall be constructed and maintained along all water lines installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment shall be made on the basis of price bid per linear foot (LF) measured horizontally and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill; any intermediate taps necessary for testing & disinfecting. Pay Item No. 49 — Connect to Existing 12" Water Line (Wet Connection:): This work consists of connecting the proposed water lines to the existing water system by means other than the use of tapping sleeves and valves or cut -in gate valves. The Contractor shall locate the existing water line, make the connection with a sleeve, if necessary, and provide other fittings, blocking, labor and incidentals required. Measurement and payment shall be made on the basis of the price per bid each (EA) connection and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill; any intermediate taps necessary for testing & disinfecting, and all bends, fittings, blocking, retainer glands, megalugs, etc. necessary to complete the water line installation. 5-20 Description of Pay items Pay Item No. 50 — Standard Fire Hydrant Assembly: This pay item shall consist of the installation of new fire hydrant assemblies including connections and testing of the fire hydrants at locations indicated on the plans. The 6" PVC water line and the 6" gate valve required for fire hydrant installation are not included in this pay item, but are under other pay items of this contract. Fire hydrant assemblies shall be inclusive of all work necessary to install and connect the new fire hydrant to the water line. This includes all fittings, megalugs, blocking, etc. necessary to complete the construction. Measurement and payment for work performed and materials furnished related to installing the fire hydrant and valve assembly, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including curb identification markings and any barrel extensions required. Pay Item No. 51 — 4" Gate Valve: - Pay Item No. 52 — 6" Gate Valve: Pay Item No. 53 — 8" Gate Valve: Pay Item No. 54 —12" Gate Valve: This work includes the furnishing and installation of various sizes of gate valves as shown on the plans in accordance with NCTCOG Item 502.6 and the City of Coppell Standard Construction Details and Specifications. This installation and pay item shall be inclusive of all fittings, megalugs, blocking, retainer glands, etc. necessary to complete the installation. Measurement and payment shall be made on the basis of the price per bid each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including curb identification markings, all excavation, embedment and backfill necessary to complete the work. Pay Item No. 55 — Blow -Off Valve for 12" Water Line (Type 1): This work includes the labor, equipment, and material required to install a 12" blow -off assembly, including fittings, gate valve, pipe, and nozzle assembly at the location shown on the plans. Removal of the existing blow -off assembly (fittings, valve, pipe, nozzle) shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the installation of the proposed 12" blow -off assembly shall be made on the basis of price per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. 5-21 Description of Pay Items Pay Item No. 56 — Air Release Valve for 12" Water Line (Type 1): This work includes the labor, equipment, and material required to install a 12" air release valve, including fittings, gate valve, pipe, and nozzle assembly at the location shown on the plans. Removal of the existing air release valve (fittings, valve, pipe, nozzle) shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the installation of the proposed 12" air release valve shall be made on the basis of price per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. 57 — Trench Safety for Water Line: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench situation for all utility construction (i.e., storm drain, water and/or sanitary sewer), in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 107.19.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer, and provided to the Engineer prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and Payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 58 — Remove Existing Water Line: This pay item shall consist of the removal of existing water line along Freeport Parkway as indicated in the plans. Any material that is. removed shall be disposed of at the contractor's expense and considered subsidiary to this pay item. Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 59 — 8" PVC SDR -35 Sanitary Sewer Pipe: This work includes the installation of ASTM D3034 SDR -35 PVC sanitary sewer pipe of various diameters at the locations and to the grades shown on the plans. Work shall be in accordance with NCTCOG Items 501, 504, 505, 507 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or 5-22 Description of Pay Items replacing existing structures or utilities, mandrel pulling, testing, disposal of surplus materials, cleaning up and maintenance, fence removal and replacement, as result of the pipeline construction to equal or better condition. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the Contractor and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the Contractor. Removal and disposal of existing in same trench shall be incidental to pipe line installation. Testing in accordance with specifications is considered subsidiary to the price bid. This work also includes the connection of the proposed sanitary sewer lines to any existing sanitary sewer lines or manholes. Connection to existing line shall include a Class "B" concrete collar around the joint between the existing and new pipe. Connection to existing manholes shall be made by coring and grouting the existing manhole. Connections to existing lines and/or manholes will not be paid for directly but will be subsidiary to this pay item. Measurement and payment shall be made on the basis of price bid' -per linear foot (LF), regardless of depth, measured horizontally from center of manhole to center of manhole or cleanout without any deduction for the length of pipe through manholes and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item No. 60 — 5' Diameter Sanitary Sewer Manholes: Pay Item No. 61 — 5' Diameter Drop Sanitary Sewer Manholes: This work includes the installation of 4' diameter sanitary manholes and drop connections per NCTCOG item number 502.1 and City of Coppell Standard Construction Details. Payment shall include excavation, castings, reinforcing steel, concrete, backfill, and other materials, and all appurtenances for a complete and functional unit. Both pre -cast and cast -in-place manholes are permitted ,for this project. Measurement and payment shall be made on the basis of price bid per Each (EA). There is no separate bid item for extra depth, and shall be paid for as per each regardless of depth. The contract price shall be the total compensation for the furnishing of all labor, materials, tools, equipment and incidentals necessary to complete the work, including curb identification markings, earth excavation, disposal of surplus materials and backfill. Pay Item No. 62 — Remove Existing Sanitary Sewer Line: This work includes the removal of existing sewer lines as shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The Contractor shall verify that all services, stubouts and other branch sewer lines supplied from the existing sewer lines to be 5-23 Description of Pay Items removed are transferred to temporary sewer service till proposed sewer line has been constructed. No service shall be down for more than 12 hours. Any material that is removed shall be disposed of at the contractor's expense and considered subsidiary to this pay item. The existing sewer lines shall be removed as follows: (a) After each section of the existing sewer line is taken out of service, the abandoned section shall be completely drained, including pumping sewer from the system, as necessary. Measurement and payment for work performed and materials furnished related to the removal of existing sewer line, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 63 — Remove Existing Sanitary Sewer Manhole: This work includes the removal of existing sewer manholes as shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. The Contractor shall verify that all services, stubouts and other branch sewer lines supplied from the existing sewer manhole to be removed are transferred to temporary sewer service till proposed sewer line has been constructed. No service shall be down for more than 12 hours. Any material that is removed shall be disposed of at the contractor's expense and considered subsidiary to this pay item. The existing sewer manhole shall be removed as follows: (a) After each section of the existing sewer line is taken out of service, the abandoned manhole shall be completely drained, including pumping sewer from the system, as necessary. Measurement and payment for work performed and materials furnished related to the removal of existing sewer manholes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 64 — Trench Safety for Sanitary Sewer (Up to 22 -feet): This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench situation for all utility construction (i.e., storm drain, water and/or sanitary sewer), in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA). The Contractor shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer, and provided to the Engineer prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. 5-24 Description of Pay Items Measurement and payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 65 —Temporary Sanitary Sewer Facilities: This work includes the temporary sanitary sewer facilities required to accommodate existing sanitary sewer flows during construction of the proposed sanitary sewer lines and manholes. All work shall be in accordance with all Federal, State and Local laws. Measurement and payment shall be made on the basis of price bid per lump sum (LS), regardless of method used, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item No. 66 — Highway Traffic Signal - Sandy Lake Road Intersection: This work includes furnishing and installation of new traffic signal equipment including signal upgrade modification as indicated on the plans. Any necessary modifications to the existing traffic signal controller and cabinet will be in accordance with the appropriate details and specifications, including City of Coppell "Controller Cabinet Modification Specifications" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The work under this pay item shall include the removal, re -installation and re -use of the some of the existing signal equipment to work in conjunction with new signal equipment as indicated on the plans; Traffic Signal Poles, Video Imaging Vehicle Detection System, Opticom System, Spread Spectrum Radio Interconnect, and Confirmation Lights currently in use at this intersection. This shall include the removal & demolition of any existing concrete foundations or any other incidentals necessary to complete the removal of existing signals. Existing signal equipment not being re -used shall be salvaged from the existing traffic signal and returned to the City by the Contractor subsidiary to this pay item. Measurement and Payment for installation of highway traffic signals work performed and materials furnished, completed and in place as provided herein shall be made on the basis of the price bid per each (EA) intersection and shall be total compensation for furnishing all labor, materials, equipment, mast arm mounted signs, signal wiring inside poles/mast arms, and incidentals necessary to complete the work. 5-25 Description of Pay Items Pay Item No. 67 — Traffic Signal Pole w/ 40 -Foot Mast Arm: Pay Item No. 68 — Traffic Signal Pole w/ 44 -Foot Mast Arm: This work shall include the furnishing and installation of traffic signal poles with various length mast arms as indicated on the plans. Said traffic signal poles shall be powder coated with matching Super OGF Black, S-400 finish and installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 69 — Pedestal 4" Dia Pole for Pushbutton - Direct Bury: This work shall include the furnishing and installation of pedestal signal poles as indicated on the plans. Said pedestal pushbutton signal poles shall be powder coated with matching Super OGF Black, S-400 finish and installed in accordance with City of Coppell standards and "Specification for Mast Arm Pole Assembly", and TxDOT Item 687 as applicable. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 70 — Pole Foundation (36-A): This work shall include the furnishing and installation of traffic signal foundations type 36-A as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Items 416 and 656 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 71 — Roadway Light Foundations: This work shall include the furnishing and installation of roadway light foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-26 Description of Pay Items Pay Item No. 72 — Illumination Pole Assembly and Luminaires: This work shall include fabricating, furnishing, and installation of Illumination poles, luminaire arms, transformer bases, and luminaires as indicated in the plans. Said pole assemblies and luminaires shall be installed in accordance with City of Coppell standards and the manufacturer's specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) complete pole assembly of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work. Pay Item No. 73 — 3 -Section Signal Head with Backplates: Pay Item No. 74 — 4 -Section Signal Head with Backplates: Pay Item No. 75 — 5 -Section Signal Head with Backplates: This work shall include the furnishing and installation of 3 -section and 4 -section signal heads with backplates. All signal head housings and backplates shall be black in color. Said signal heads shall be installed in accordance with City of Coppell standards and specification "Polycarbonate Resin Traffic Signal Heads - 12 Inch, Expand able,'Adjustable Type", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 76 — Pedestrian Signal Heads Count Down Type: This work shall include the furnishing and installation of polycarbonate, symbolic pedestrian signal heads in accordance with the appropriate details and specifications, including TxDOT's Special Spec 8206, which can be found here ftp://ftp. dot. state.tx. us/pub/txdot-info/cmd/cserve/specs/2004/spec/ss8206. pdf. Pedestrian signal head shall be of the "count down" variety. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 77 — Accessible Pedestrian Signal (APS) Pushbutton Station: This work shall include the furnishing and installation of an accessible pedestrian signal (APS) push button station that includes a pedestrian sign, a pushbutton, vibrotactile arrow and an audible speaker contained in one unit with the features described by TxDOT Special Specification 8835, Accessible Pedestrian Signal Units and in accordance with City of Coppell standards and specification "Vehicle and Pedestrian Detectors; Detector Amplifiers; Lead in Cable; Pedestrian Push Buttons; Installation Procedures". 5-27 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work. Pay Item No. 78 — Uni-Directional Opticom Detector: This work shall include the furnishing and installation of uni-directional, infra red Model 721 Opticom detectors with mast arm mount, or approved equal, to sufficiently operate with the existing Opticom Detector System in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 79 — Video Imaging Vehicle Detection System: This work shall include the furnishing and installation of video imaging vehicle detection system to sufficiently operate with the existing Video Imaging Vehicle System in accordance with the appropriate details and specifications. Video Imaging Vehicle Detection System provided shall be AutoScope Encore, or approved equal. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 80 — Traffic Signal Confirmation Lights: This work shall include the furnishing and installation of traffic signal confirmation light assemblies with clear globe on the mast arms and in the locations as designated by the Owner. Contractor shall furnish and install Pelco Part Number SM -0286 traffic signal confirmation lights, or equal. Confirmation light shall be mounted with extension high enough to be visible above the street name sign. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Any necessary extensions shall be considered subsidiary to this pay item. Pay Item No. 81 — 2" PVC Conduit Schedule 40 (Trench): Pay Item No. 82 — 2" PVC Conduit Schedule 40 (Bore): Pay Item No. 83 — 3" PVC Conduit Schedule 40 (Trench): Pay Item No. 84 — 2" PVC Conduit Schedule 80: This work shall include the furnishing and installation of 2", 3" and 4" Schedule 40 PVC conduit, and 2" Schedule 80 Conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and NCTCOG standards. 5-28 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing (1) conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets; furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 85 — Type 'A' Ground Box with Apron: This work shall include the furnishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard and specification Item 624 "Ground Boxes", and appropriate TOOT standard details (Type A-ED(3)-03). Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 86 — Single Phase Primary Subsurface Splice/Pull Box: This work shall include the furnishing and installation of ground boxes in accordance with Oncor standards. Contractor shall purchase pull box from an approved Oncor Vendor. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 87 — 6" PVC Conduit Schedule 40: This work shall include the furnishing and installation of 6" Schedule 40 PVC conduit in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing (1) conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets; furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 88 — Transformer Pad: This work shall include the furnishing accordance with Oncor standards. and installation of transformer pads in 5-29 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 89-1 Conductor #8 Gauge Bare Wire: This work shall include the furnishing and installation of 1 C #8 gauge bare wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 90 — 1 Conductor #8 XHHW Wire — Red: This work shall include the furnishing and installation of 1C #8 Gauge XHHW Red wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 91 —1 Conductor #8 XHHW Wire — Black: This work shall include the furnishing and installation of 1C #8 Gauge XHHW Black wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 92 —1 Conductor #12 XHHW Wire (ILSN Signs): This work shall include the furnishing and installation of 1C #12 Gauge XHHW wire for ILSN signs in the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 93 — Opticom Cable: This work shall include the furnishing recommended by the manufacturer in Coppell standards and specifications. and installation of opticom cable as the project in accordance with City of 5-30 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 94 — Video Cable: This work shall include the furnishing and installation of VIVDS Video cable in the project in accordance with the recommendation of the manufacturer. Cable furnished shall be of the type recommended for use with the AutoScope Encore video system. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 95 — 3 Conductor #12 Gauge Wire: This work shall include the furnishing and installation of 3C #12 Gauge wire in the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 96 — 20 Conductor #14 Gauge Wire: This work shall include the furnishing and installation of 20C #14 Gauge wire in the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 97 — Power Service and Pedestal Equipment: This work shall include the furnishing and installation of power service and pedestal equipment in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures". and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-31 Description of Pay Items Pay Item No. 98— Modify Power Service and Pedestal Equipment: This work shall include the furnishing and installation as necessary to modify the existing power service and pedestal equipment to provide new service for illumination roadway lighting and landscape irrigation in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 99 — Illuminated Street Name Signs: This work shall include the furnishing and installation of illuminated street name signs in accordance with this specification, and as indicated in the drawing. Signs shall be edge lit LED illuminated with an 18" tall viewing area. Signs shall be "Classic Thinline" model from Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using an Astro-Brac@ SP0140 or approved equal. A photocell shall be provided to control when the sign is illuminated. The photocell shall be set up such that all lights are on or off at the same time. Lights shall not come on or turn off at different times. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 100 — Remove & Re -Install Illuminated Street Name Sign: This pay item includes the removal, temporary handling and storage, cleaning and installation of existing Street Name Signs at West Sandy Road intersection, in accordance with the appropriate details and specifications. Measurement and Payment shall be made on the basis of the price per each (EA) and shall be total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item 101 — Furnish and Install 3" (65 Gal.) Caliper Tree: This pay item shall consist of the installation of a new three inch (3") caliper tree / 65 Gal. minimum of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 102 — Furnish and Install 25 Gal. Tree: This pay item shall consist of the installation of a new twenty — five (25) Gal tree of the project. 5-32 Description of Pay Items This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 103-106 — Furnish and Install 5 Gallon Shrubs This pay item shall consist of the installation of a five (5) gallon shrub of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 107-109 — Furnish and Install 3 Gallon Shrubs This pay item shall consist of the installation of a three (3) gallon shrub of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 110-112 — Furnish and Install 1 Gallon Shrubs This pay item shall consist of the installation of a one (1) gallon shrub of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 113 — Furnish and Install Landscape Boulders This pay item includes the installation landscape boulders in specific locations shown on the plans, and per the details. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-33 Description of Pay Items Pay Item 114 — Furnish and Install Dry Creek Bed This pay item includes the installation of dry creek bed in specific locations shown on the plans, and per the details. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 115 — Furnish and Install Decomposed Granite — 4" Layer: This pay item shall consist of the installation of a four inch (4") layer of decomposed granite. The installation shall include a process of 2 — 2" lifts that shall be installed in shrub beds and tree rings of the project. See plan and details for locations. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, equipment, iabor, and any other incidentals necessary to complete the work. Pay Item 116 — Furnish and Install Flagstone Paving in Decomposed Granite This pay item includes the installation of flagstone paving in specific locations shown on the plans and per the details. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 117 — Construction 9" Mow Band: This pay item shall consist of the installation of mow curb in planting beds. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per linear feet (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 118 — Furnish and Install Mulch — 4" Layer: This pay item shall consist of the installation of four inch (4") layer of finely ground hardwood mulch in the shrub beds and tree rings of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished 5-34 Description of Pay Items shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 119 — Final Grading: This pay item shall consist of the work necessary to establish a smooth and consistently grade across proposed median islands. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per square foot (SF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item 120 — Furnish & Install Common Buffalo Sod: This work includes placement of Common Buffalo sod within the median areas of the roadway. Sod shall be laid solid and with tight joints, and rolled in placed. Stake sod as necessary to aid in establishing roots and minimize soil erosion. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per square foot (SF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 121 — Furnish and Install Plant Soil Mix — 6" Layer: This pay item shall consist of the installation of six inch (6") layer of soil mix incorporated into the shrub beds of the project. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 122 — Furnish and Install Irrigation Controller: This work includes the installation of an irrigation controller in the location shown on the plans. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-35 Description of Pay Items Pay Item No. 123 — Furnish and Install Hydrometer: This work includes the installation of a hydrometer in the location shown on the plans. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 124 — Furnish and Install 2" Water Meter: This work includes the installation of a 2" water meter in the location shown on the plans. This installation includes permitting and tapping the existing 8" water line in order to set the meter, in accordance with the appropriate details and specifications, including the City of Coppell Standard Construction Details. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 125 — Furnish and Install Irrigation Sleeves This pay item includes the installation of Schedule 40 PVC pipe to serve as irrigation piping sleeves under the proposed roadway pavement. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 126 — Furnish and Install Irrigation System: This work includes the installation of a fully automatic irrigation system per the plans, City of Coppell Standard Construction Details, and Building Codes and Regulations. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per square foot (SF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 127 — Provide Routine Landscape Maintenance: This work includes mowing, edging, trimming, fertilizing and weed control of the sodded area for a period of 90 calendar days after final project acceptance. The 5-36 Description of Pay Items City of Coppell reserves the right to extend and shorten the maintenance period based on the health and vigor of turf establishment within the work. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per month (MO) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 128 — Furnish and Install City Monument Sign: This work shall consist of the work necessary to construct a masonry monument sign within the City right-of-way and a roadway median. The work includes the concrete footings, masonry core, decorative masonry veneer; cast stone inset signage with City logo and text engraving, decorative cast stone cap, lighting fixtures, electrical supply and connection, and all other incidentals subsidiary to construct the sign. The illumination for the gateway monument lighting and installation, identified under Plan Sheet 85 revision under the "Plan Item" section below, shall be included in this pay item. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Payment for the work performed monthly and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 129 — Exploratory Excavation of Existing Utilities: This work includes the excavation and identification of existing utilities at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TOOT details and specifications. Measurement and payment for work performed and materials furnished shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 130 — 7 -Strand Barbed Wire Fence, Metal Post: This work includes the construction of 7 -strand barbed wire fence with metal post at the location(s) shown on the construction plans or as determined by the Engineer. 7 -strand barbed wire fence shall include steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe "H" Braces at 600' centers, and steel pipe corner braces as required. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-37 Description of Pay Items Pay Item No. 131— Franchise Utility Relocation: This work includes the relocation of franchise utilities, based on the owner's discretion. Franchise utility relocation identified in the plans, including conduits and work related to cell tower franchise utility services are covered under separate pay items. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the bases of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 132— (Bid Alternate No. 1) Red Yucca (5 Gal.): Reference Pay Item No. 104. Pay Item No. 133— (Bid Alternate No. 1) Seep Muhly (5 Gal.): Reference Pay Item No. 105. Pay Item No. 134— (Bid Alternate. No. 1) Softleaf Yucca (3 Gal.): Reference Pay Item No. 107. Pay Item No. 135— (Bid Alternate No. 1) Henry Duelberg Sage (3 Gal.): Reference Pay Item No. 108. Pay Item No. 136— (Bid Alternate No. 1) Rosemary (3 Gal.): Reference Pay Item No. 109. Pay Item No. 137— (Bid Alternate No. 1) Mexican Feather Grass (1 Gal.): Reference Pay Item No. 110. Pay Item No. 138— (Bid Alternate No. 1) Red Autumn Sage (1 Gal.): Reference Pay Item No. 112. - Pay Item No. 139— (Bid Alternate No. 1) Boulders: Reference Pay Item No. 113. Pay Item No. 140— (Bid Alternate No. 1) Dry Creek Bed: Reference Pay Item No. 114. Pay Item No. 141— (Bid Alternate No. 1) Decomposed Granite (4"): Reference Pay Item No. 115. Pay Item No. 142— (Bid Alternate No. 1) Mow Curb (9"): Reference Pay Item No. 117. Pay Item No. 143— (Bid Alternate No. 1) Mulch (4" Layer): Reference Pay Item No. 118. 5-38 Description of Pay Items Pay Item No. 144— (Bid Alternate No. 1) Final Grade: Reference Pay Item No. 119. Pay Item No. 145— (Bid Alternate No. 1) Buffalo Grass: Reference Pay Item No. 120. Pay Item No. 146— (Bid Alternate No. 1) Plant Soil Mix — 6" Layer: Reference Pay Item No. 121. Pay Item No. 147— (Bid Alternate No. 1) Irrigation System: Reference Pay Item No. 126. Pay Item No. 148—Temporary Shoring: This work includes the temporary shoring at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TOOT Specification Item 403. Measurement and payment for work performed and materials furnished related to temporary shoring shall be made on the basis of the price bid per square foot (SF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 149 -UPS System: This work shall include the furnishing and installation of an uninterrupted power supply system, Alpha Technologies, Rugged UPS Module Model FXM 2000, or approved equal, with Ethernet port for remote status viewing and a six battery accessory cabinet in accordance with the appropriate details and specifications, including TxDOT Specification. This item shall include the installation of the externally mounted cabinet to house the system. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total.�compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-39 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C C T Y O F k.,,.OPPELL 6-1 Technical Specifications CITY OF COPPELL PROJECT SIGN i jf{Fr euX BAacarovrro 'ra�tt tttmtS �-T— CAW OF topp EL �OPPEL�. �O� ffoflMAJON CONTA0 # pHTRAGTOR S 1 PHONE NUMBER: (972) PRUCT NAME QPROJECT NUMBER) - r 1 3/2• CONTRAC 1TORo CONTRA C TOG'S NAME 'a N CONTRACTORS PHONE NUMBER ER �,�� BACKCADVHD � d ����Q¶'� �D�OO PL UON JATEr SE;SON1EA1 .� 1 1 /211 ` Km WRM NOTES'. 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2` CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: COELL FOR MFOG" M � THON C HTACT' r 1-v 'TIC ISPEPTIVOOR SANDY LAKE ROAD (ST99-02) CONTRACTOR: KKXM (000) D00 -DODO COMPLETION DATE: WE 20KK RESERVED fCA ',i TE NOT" CA w POSTNv j 6.2 Technical Specifications CONTROLLER CABINET MODIFICATION SPECIFICATIONS CABINET ASSEMBLY MODIFICATIONS 1.1 This specification describes the minimum acceptable requirements for cabinet assembly modifications to add new and re -use existing signal equipment indicated on the plans. 1.2 Wiring 1.2.1 All wiring within the cabinet shall be neat and routed such that opening and closing the door or raising or lowering the back panel will not twist or crimp the wiring. All wiring harnesses shall be either braided, sheathed in nylon mesh sleeving, or made of PVC or polyethylene insulated jacketed cable. Wiring leading to the cabinet door shall be sheathed in nylon mesh sleeving or be PVC jacketed cable only. 1.2.2 Size A. All conductors between the main power circuit breakers and the signal power bus shall be a minimum size 10 AWG stranded copper. All conductors carrying individual signal lamp current shall be a minimum size 14 AWG stranded copper. All AC service lines shall be of sufficient size to carry the maximum current of the circuit or circuits they are provided for. Minimum cabinet conductor wire size shall be 22 AWG stranded copper. All wiring and insulation shall be rated for 600 V or greater. B. Conductors for AC common shall be white. Conductors for equipment grounding shall be green. All other conductors shall be a color different than the foregoing. C. No P.C. boards will be allowed on the back panel of the cabinet. All wiring must be done from the ABC Harnesses to the Back Panel using standard 19 -gauge wiring. 1.2.3 A barrier terminal block with a minimum of three compression fitting terminals designed to accept up to a #4 AWG stranded wire shall be provided for connection of the AC power lines. The block shall be rated at 50 Amperes. 1.2.4 All terminals shall be permanently identified in accordance with the cabinet wiring diagram using an anodized silk screening process on the aluminum panel. Where through panel solder lugs or other suitable connectors are used, both sides of the panel shall have the terminals properly identified. Identification shall be placed as close to the terminal strip as possible. A. Each controller input and output function shall be distinctly identified with no obstructions, at each terminal point in the cabinet, with both a number and the 6-3 Technical Specifications function designation. The same identification must be used consistently on the cabinet wiring diagrams. The back panel shall be wired and labeled according to the TS2-1992 specification MODE 6 — User defined 1/0 which converts existing unused TS1 inputs to extra vehicle detectors and preempts. B. Each load switch socket shall be identified by phase number, overlap number, and pedestrian phase number as applicable. No cabinet equipment, including the load switches themselves, may obstruct these identifications. C. Each flash transfer base and power relay base shall be properly identified with no possible obstructions. D. Each harness within the cabinet shall be distinctly identified by function on the connector end. E. The flasher socket shall be distinctly identified with no possible obstruction. F., All other sockets needed within the cabinet to fulfill the minimum requirements of the Invitation to Bid, or attachments thereof, shall be distinctly identified. 1.2.5 The controller unit harnesses (ABC plugs) shall be long enough to reach any point 400 mm above the timer shelf. The conflict monitor harness and any required auxiliary harness shall reach 600 mm from the conflict monitor shelf. 1.2.6 An unused, spare terminal block providing ten terminals shall be provided. This block shall be double 8 32 X 5/16" binder head screw design with shorting bars. These terminal strips shall be located on the lower third of either side of the cabinet. 1.2.7 Copper ground buses shall be provided for both the power supply neutral (common) and chassis ground. Each bus bar must provide a minimum of ten unused terminals with 8 32 X 5/16" or larger screws. The AC neutral and chassis ground buses shall be jumpered together with a minimum #10 AWG wire. 1.2.8 A 20 Ampere and a 50 Ampere thermal type circuit breaker shall be mounted and wired in the cabinet. The 20 ampere breaker shall protect the base light, trouble light, GFCI receptacle, modem duplex receptacle, and fans. The 50 ampere breaker shall protect the signal load circuits, controller circuits, conflict monitor, flasher, and card rack detector power supply. The breakers shall be Square "D" QUO 150 Series, no other brand will be allowed. 1.2.9 The circuit breakers shall be equipped with solderless connectors and installed on the right side wall (facing the cabinet) or lower right hand side of the back panel inside the cabinet. The breakers shall be easily accessible. The breakers shall be positioned so that the rating markings are visible. 6-4 Technical Specifications 1.2.10 A Ground Fault Circuit Interruption (GFCI) type duplex receptacle shall be mounted and wired in the lower right side wall of the cabinet. An additional duplex receptacle (for use with communications modems) shall be mounted and wired in the upper left side of the cabinet behind the preempt/interconnect panel. These receptacles shall be wired on the load side of the 20 Amp circuit breaker. 1.2.11 The above breakers are in addition to any auxiliary fuses which may be furnished with the controller to protect component parts, such as transformers, etc. 1.2.12 The load side of the main circuit breaker shall be protected by a two stage lightning surge suppresser, equivalent to the EDCO ACP340 (with LED indication along with a set dry contacts for alarm capabilities to indicate proper operation). 1.2.13 The suppresser ground connection shall be connected to the cabinet by means of a short, heavy copper ground strap. The strap shall be bonded to the cabinet. 1.2.14 The suppresser shall be connected to the line filter as recommended by the manufacturer. Number 10 AWG or larger wire shall be used for connections to the suppresser, line filter and load switch bus. 1.2.15 A fluorescent light, with switch and a rapid start ballast, shall be installed in the cabinet. This light shall be turned on when the cabinet door is opened, and turn off when the cabinet door is closed. An MOV or other such transient suppression device shall be placed across the AC power input to the light. 1.2.16 A radio frequency interference (RFI) suppresser shall be provided and installed on the load side of the signal circuit breaker and shall be protected by the surge protector. This filter shall be rated at 50 amperes and shall provide a minimum attenuation of 50 decibels over the frequency range of 200 Kilohertz to 75 Megahertz. 1.2.17 Transient suppression devices shall be placed on the coil side of all relays in the cabinet. DC relay coils shall have, as a minimum, a reversed biased diode across the coil. AC relays shall have MOV's or equivalent suppression across their coils. RC networks are acceptable. One suppression device shall be supplied for each relay. 1.2.18 Except where soldered, all wires shall be provided with lugs or other approved terminal fittings for attachment to binding posts. Insulation parts and wire insulation shall be insulated for a minimum of 600 volts. 1.2.19 The outgoing traffic control signal circuits shall be of the same polarity as the line side of the power source. 1.2.20 A switch shall be provided on the inside face of the cabinet door that shall be labeled Test Normal. When the switch is in the Normal position, call for flashing operation shall remove the power from the controller unit. When the switch is in the Test position, the call for flashing operation shall permit the controller unit to continue to run so that its operation can be observed. 6-5 Technical Specifications 1.2.21 A switch shall be provided near the Test Normal switch to cause the controller unit, and any auxiliary equipment, to stop timing. It shall be labeled "STOP TIMING". 1.2.22 The cabinet shall be wired so that activation of the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. 1.2.23 Conflict and manual flash shall be wired for all red. 1.2.24 The cabinet shall be designed and equipped with enough transfer relays for the purchaser to change any main street indications (movements 2, 6, and/or 1, 5) to amber for the conflict and/or manual flash operation on the face of the back panel or a side panel, using only simple tools. 1.2.25 Transfer relays shall be the plug in type manufactured by Magnecraft or equivalent. The relays shall have contacts a minimum of 3/8" diameter in size and shall be rated at a minimum of 30 Amps 102/240 VAC, 20 Amps 28 VDC. 1.2.26 The red enable and remote reset from the conflict monitor shall be terminated on the face of the back panel. 1.2.27 A 75 Amp, solid state relay shall be wired between the RFI filter output and the load switch power bus. The relay shall be controlled by the signal shutdown switch and the flash switch. The relay shall be mounted to a heat sink designed to allow maximum current flow at 74 C without damaging the relay. 1.2.28 All exposed AC wiring points, including the RFI filter, surge suppresser, and solid state relay shall be covered with a clear non-conductive plastic cover to prevent accidental contact. Unless otherwise noted in this specification, wiring at terminal strips is exempt from this requirement. 1.2.29 An input point shall be provided on the back panel to allow external reset of the Malfunction Monitoring Unit. 1.2.30 The load switch outputs shall be brought out through posted 10 32 X 5/16" binder head screw terminals. Field wiring for the signal heads shall be connected at this terminal strip.The cabinet shall be equipped with an auxiliary power connector to plug in a generator for electrical service.. The circuit shall be activated by the presence of 120 VAC generator line voltage that will supply a relay to transfer the supply source to generator power. The connector shall be located inside an accessible panel on the rear of the cabinet and shall allow a plug to be present with the access door closed and locked. 6-6 Technical Specifications 2 VIDEO DETECTOR PANEL AND CARD RACK SYSTEM 2.1 The detection system shall be an AutoScope Encore Video Imaging Vehicle Detection System (VIVDS) or approved equal; that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. 2.2 Definitions VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones and collects vehicular data as specified. VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of camera inputs. Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VIVDS. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor. Or when a vehicle in one lane passes 6-7 Technical Specifications through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. Detection Accuracy. The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). Live Video. Video being viewed or processed at 30 frames per second. Lux. The measure of light intensity at which a camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. Video Monitor. As a minimum must be a 9 -in. black and white. monitor with_BNC connectors for video in and out. 2.3 Functional Capabilities Vehicle Detection. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to be fully overlapped. In addition, detection zones must have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. 6-8 Technical Specifications The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. Detection zones must be provided that is sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross -street and wrong way traffic should not cause a detection. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 ft. by 6 ft. inductive loop). A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including 5 traffic lanes simultaneously. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified in the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. The video from each camera must show vehicle detections for all zones. Equipment failure, either camera or VIVDS processor unit, must result in constant vehicle detection on affected detection zones. Camera Assembly. Camera. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for 6-9 Technical Specifications use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: Images must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to RS170. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. The camera must include an electronic shutter or auto -iris control based upon average scene luminance and must be equipped with an electronic shutter or auto -iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +165°F while exposed to precipitation as well as direct sunlight. The enclosure must allow the camera horizon to be rotated in the field during installation. The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. 6-10 Technical Specifications The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 Ib. When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. A camera interface panel capable of being mounted to sidewalls of a controller cabinet must be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, a Edco ACP -340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP -340 and a terminal strip with a minimum of sixteen 8-32 binder head screws. The terminal strip must be protected by a piece of 1/8 in. Plexiglas. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS -0166-4-62 or equivalent is acceptable. Field Communication Link. The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The following requirements must govern for the various types of field communications link media described on the plans: Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft. at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed by the Engineer. Fiber Optic Cable. If specified by the plans, furnish fiber optic cable in accordance with the special specification for fiber optic cable. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control cable. 6-11 Technical Specifications All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 2.4 Detector Card Rack 2.4.1 The card rack shall have 12 positions (10 slots for vehicle, 2 slots for Opticom preemption). The detector card rack shall have a rigid frame and shall be fabricated from aluminum and shall have slots set in a modular fashion such that the PCB edge connectors shall plug into the rear while sliding between top and bottom card guides for each module. Mounting flanges shall be provided and be turned outward for ease of access. The detector card rack shall be bolted to a cabinet shelf. It shall be possible to unbolt the rack using simple tools. 2.4.2 All wiring to the rack shall be labeled and neatly run to other parts of the cabinet and detector termination panel. 2.4.3 The slots shall be numbered 1 to 10 for loop amplifiers and 1 to 2 for preemption left to right when viewed from the front of the rack. A flange shall be provided on the top and the bottom of the rack to label each individual channel. 2.4.4 The Detector DC Supply shall be bussed to a common point and wired to the Intersection Detector Panel. 2.4.5 The Chassis Ground shall be bussed to a common point and wired to the Detector Panel. 2.4.6 The Logic Ground shall be bussed to a common point and wired to the Detector Panel. 2.5 Detector Panel 2.5.1 The Detector Panel shall provide all connections between the detector loops and the detector amplifiers as well as all necessary preemption inputs and hardwire communications terminals. 2.5.2 The panel shall be constructed of 3.2 mm aluminum. 2.5.3 The panel shall contain a 76 mm horizontal slot in each corner to accommodate 6.3 mm mounting bolts. 6-12 Technical Specifications 2.5.4 All inputs from the loops shall be brought through posted 10-32 X 5/16 inch binder screw terminals or 8-32 X 5/16 inch binder screw terminals. 2.5.5 Each loop pair shall be protected by lightning surge suppresser. The suppressers must be mounted behind the panel using feed through screw terminals to attach the suppressers. 2.5.6 Each detector will have a test switch such that when the switch is closed, a call is placed upon that detector input. The test switch will have three positions; no effect, permanently on, and momentarily on. 2.5.7 A chassis ground bus bar shall be provided on the panel and connected to the cabinet by an insulated braided copper ground strap. The strap shall be bonded to the cabinet. 3 PREEMPT / COMMUNICATION PANEL 3.1 A preempt / communication panel shall be part of the detector panel and provide all interface circuits and wiring for preemption and communication functions. The panel shall be located on the left side of the cabinet interior. 3.2 Three input relay circuits, with 120 VAC coil and contacts rated for the application, shall be provided on the preempt panel. These circuits shall be used to isolate the incoming preempt commands from the controller unit logic circuitry. The circuits shall be programmable to operate with either a normally open or normally closed relay contact by jumpers on a terminal strip. A barrier strip protected from accidental contact by service personnel shall be supplied to connect the external input. It shall be possible to use either a neutral or hot 120 VAC input. Relays used shall be plug in Potter Brumfield K1 OP series/Magnecraft W 78 series or interchangeable equivalent. The relays shall be mounted in relay sockets. 3.3 Adequate protection of the input relay circuits as well as the preemptor circuitry shall be provided to eliminate damage or false preemption commands caused by line transients or lightning surges. The devices shall have a minimum rating of 20 Joules. 3.4 Three momentary test switches, one for each preempt circuit, shall be provided on the preempt panel. The operator shall not be exposed to hazardous voltages during operation of the test switches. 3.5 All necessary interconnection cables and mounting hardware shall be provided. 3.6 There shall be a switch on the preempt/communication panel, which shall release the local controller to operate in an isolated, full actuated manner, when necessary for maintenance purposes. The switch positions shall be labeled "SYSTEM" and "FREE". 6-13 Technical Specifications 3.7 Terminal connections for 3 twisted pair communication lines and one telephone line shall also be provided. The protection will consist of series 25 ohm resistors, 15 volt transorbs, and other devices, which allow protection including primary overvoltage protection, resettable overcurrent protection, secondary clamping voltage protection, and fast transient filtering. The secondary overvoltage stage shall allow peak voltages of no more than 250 volts. The fast transient filtering stage shall provide no less than 40 dB/decade of attenuation to transients above the required pass band. The protection shall be provided in an integrated closure with eight (8) input/output terminations and ground connection. 6-14 Technical Specifications SPECIFICATION FOR MAST ARM POLE ASSEMBLY GENERAL 1.1 This specification covers steel (as specified in Plans) mast arm and pole assemblies, which, shall include transformer base. All mast arm pole assemblies, as supplied and installed, must conform to the detailed drawings and/or to the requirements in the Plans as to height, general design and finish. 1.2 Drilled shaft foundations for each mast arm pole installation shall be considered an integral part of the respective mast arm pole assembly, when loading and wind design factors are applied. 1.3 Each assembly shall be designed to withstand wind and ice loads per respective signal head(s), sign(s) and on all surfaces of the support assembly, in accordance with the American Association of State Highway and Transportation Officials "Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals" and other pertinent specifications of this body. Unless otherwise shown in the Plans, wind speeds used for design shall be based on a 50 -year mean recurrence interval. Wind drag coefficient shall be 1.2. Allowable unit stresses in each component of each assembly shall be as provided in the AASHTO Specifications above mentioned. 1.4 All castings shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blowholes and other defects in any position affecting their strength and value to service intended. Surfaces shall have a workmanlike finish, and no sharp unfilleted angles or corners will be allowed. 1.5 All parts of assemblies of the same manufacturer shall be interchangeable. 1.6 Each pole assembly shall be designed to support respective required dead loads of signal heads, signs and the stresses applied to the exposed areas of all appurtenances based on wind and ice loads per Section 1.3 above. 2 POLE SHAFT 2.1 Pole shafts shall be fabricated to satisfy strength requirements of Section 1.0. Welded joints in shafts or arms shall develop the full required strength of the welded member. 2.2 Fabrication. Round continuously tapered shafts shall be formed and welded, and shall have no more than one (1) longitudinal welded joint and no horizontal welded (transverse) joints. After forming and welding, the tapered shaft may be longitudinally rolled under sufficient pressure to flatten welds and to assure continuous uniform taper (on .10-in/ft. or .14-in/ft.). All welds shall be smooth so as to attain the external appearance characteristics of the pole itself. 2.3 All shafts shall meet strength requirements of Section 1.0, and shall be provided with reinforced handholes if shown on the Plans. 6-15 Technical Specifications 3 SHAFT BASE 3.1 Steel shaft bases shall be fabricated and constructed with an opening of a size and shape to receive the shaft and shall be welded to the shaft by continuous welds which develop strength of the base and of the adjacent shaft section. Four mounting holes shall be provided in the shaft base with a bolt circle pattern compatible with transformer base. Transformer base mounting bolts and four nuts shall be provided for securing shaft base to transformer base. Ornamental casting covers are required to cover exposed base mounting bolts. 4 1TRANSFORMER BASE ` - A transformer base of the size and design shown in the plans shall be provided for each pole assembly. The base shall be of fabricated steel and shall develop the strength of the respective adjacent base and shaft. A handhole with cover of the minimum dimensions shown on the plans shall be provided. The cover shall be securely held in place with a non -corrosive holding device such as one or more galvanized bolts. One or more corrosion resistant steel plates, conforming to ASTM Designation A 123, shall be -- - furnished as necessary where the base is subject to abrasive action due to the rotating capabilities of the assembly. The location is generally considered to be the supporting ring on the bottom of the transformer base. The interior side of the hand hole cover shall have a multi terminal (12 min.) compression CV6 Terminal block mounted to it for all signal conductor connections. This is the only point that the splices are to be made. 5 ANCHOR BOLTS AND SHIMS Four steel anchor bolts, and template for proper alignment of bolts in foundation, shall be furnished for each pole assembly. Allowable unit stress for each anchor bolt shall be as provided in AASHTO Specifications mentioned in Section 1.4. Transformer base installations require each anchor bolt to be top threaded and fitted with one nut and one flat washer. A set of six (6) "U" shaped galvanized steel shims (3 each, 1/8 inch thick and 3 each, 1/16 inch thick) shall also be furnished with each transformer base. Shoe base poles require that each anchor bolt be top threaded and provided with two (2) nuts and two (2) flat washers. The embedded end of anchor bolts shall have a 90° bend as shown on the Plans, and have a minimum elongation in 2 inches of 16 percent, or in 8 inches of 14 percent. 6 SIGNAL HEAD AND LUMINAIRE MAST ARMS Mast arms shall be of the design shown in the Plans and arm and attaching hardware shall meet strength requirements of Section 1.0. Fastening the mast arm assemblings to the shaft by use of set screws (which would cut into or groove the shaft) guys, rods or sway braces will not be acceptable. 6-16 Technical Specifications 7 FINISH Painted Finish - All surfaces at the time of paint application shall be in accordance with the requirements of Brush -Off -Blast -Cleaning as specified in Steel Structures Painting Council Specification SSPC-SP7. When shipped, the outside of each assembly shall be coated in a manner that will assure all surfaces, at the time of erection, will be coated with a dry, smooth, continuous, uniform, tightly adhering, nonchalking film that is a minimum of two (2) mils thick measured over the peaks of the anchor pattern. The dried film shall contain, on a weight basis, a minimum of 20% binder solids and a minimum of 25% pigment capable of chemically inhibiting corrosion. A minimum of 12% of the film shall be a chromate type corrosion inhibiting pigment. The inside of each assembly may either be coated in the same manner as the outside or may coated by an acceptable red lead primer. After erection of the assembly, the shop coat shall be touched up with shop primer. After the touch up coat is thoroughly dry, each pole assembly shall be provided with a one (1) mil (dry) thick film of paint specified and approved by the Engineer: a. Color Product name and #: Super OGF Black; S-400 b. Cure: 400E- 10-12 MIN PMT C. Control #: S-400 d. Resin Type: Super polyester resin e. Gloss Level: 70-80% f. "or equivalent". 8 CERTIFICATION REQUIREMENTS The Contractor shall submit for approval by the Engineer, five (5) prints of drawings which show all pertinent information and data required for verifying structural adequacy, and all fabrication and erection details. a. The drawings shall be prepared on sheets 24 x 36 inches in size, with 1 1/2 inch left margin and other margins of 1/2 inch. b. Each sheet shall have a title in the lower right hand corner which includes the names of the Contractor, Fabricator and sheet numbering. C. All material of each component shall be referenced to ASTM Specifications, or to other specifications provided minimum yield points or yield strength and elongations are shown. d. Drawings for only one assembly need be submitted for two or more which are of identical design and dimensions. e. Approval of the drawings shall not relieve the Contractor of the responsibility for correctness and completeness of the drawings, shop fit field connections and proper galvanizing designs when galvanizing is required. f. The drawings shall bear a fully descriptive, detailed certification thereon that the assemblies were structurally designed in accordance with criteria specified in Section 1.0 and specified in the Plans. g. The drawings shall be submitted to and approved by, the Engineer prior to fabrication. 6-17 Technical Specifications POLYCARBONATE RESIN TRAFFIC SIGNAL HEADS 12 INCH, EXPANDABLE, ADJUSTABLE TYPE GENERAL 1.1 The Traffic control signal heads shall be in accordance with TxDOT section 682 Vehicle and Pedestrian Signal Heads. 1.2 Each traffic signal face shall consist of a number of identical signal sections rigidly fastened together in such a manner as to present a continuous pleasing appearance. 1.3 All signal heads shall be of the LED variety. 1.4 All signal head housings and back plates shall be black in color. 2 SIGNAL FACES AND SIGNAL HEADS 2.1 Signal faces and signal heads shall be as shown in the Plans, and installed per requirements in these specifications. 2.2 All housing cases of signal heads shall be rigidly attached, at top and bottom to 1 1/2" (inside diameter) standard pipe supporting arms or similar hardware, radiating from hubs at the vertical central axis of the head and rigidly attached there to in a manner that will assure permanent alignment of the separate housings. The hub shall be designed to conform to the type of mounting attachment specified and provision shall be made for carrying the leads from each housing enclosed in the supporting arms to a single outlet in the mounting attachments. All units of the assembled head shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continuous exposure to sunlight or corrosive atmospheres. 2.3 All traffic signal heads are to be equipped with rigidly -mounted, standard 5 -inch backplates, of sectioned aluminum or of polycarbonate. Backplates are to be mounted so that signal section door hinging movement is not inhibited, and are to be black in color. Polycarbonate backplates are to have the black color impregnated during the manufacturing process, and painting will not be acceptable. 3 HOUSINGS, DOORS, VISORS AND LENSES 3.1 The housing of each section shall be a one piece polycarbonate resin material with sides, top and bottom integrally molded. The housing shall be at least .090" (2.3 mm) thick and shall be ribbed so as to produce the strongest possible assembly consistent with light weight. Two or more sets of internal bosses shall be provided in each section for mounting of a terminal block. Terminal blocks shall be securely mounted (see Section 10). 3.2 The top and bottom exterior of the housing shall be of such shape to assure perfect alignment of assembled sections. The top and bottom of the housing shall have an opening two inches (50.8 mm) in diameter to permit entrance of 1 1/2" (38.1 mm) pipe brackets. 6-18 Technical Specifications 3.3 Individual signal sections shall be fastened together either with at least 4 machine screws between each section or by the bolt and washer method. Complete signal faces shall provide positive locked positioning when used with serrated brackets, mast -arm or span -wire fittings. 3.4 Provision shall be made for accommodation of the particular type of mounting specified and attachment of doors, optical units and such other accessories as may be specified for the particular installation. Cases shall be designed for adequate strength. Fittings and accessories shall be of rust resistant materials capable of withstanding constant exposure to sunlight and corrosive atmospheres, including salt air. All traffic signal housing cases when assembled, together with doors, lenses and mounting attachments, shall comprise a dust -and -moisture -proof housing for the optical units, and shall be of such construction as to assure permanent alignment of all lenses in the signal faces. Portions of cases providing for attachment to supporting arms shall be molded with large bosses for the supporting arms. Each housing case shall be so attached to its supporting hardware that it will be adjustable by rotation about its horizontal axis, and may be rigidly clamped in position required. Provision shall be made for carrying the signal leads enclosed in the mounting attachment. 3.5 Traffic control signal housing cases shall be of the sectional adjustable expandable type. The assembled housings for each signal face shall consist of three or more individual sections each°designed for-huusing a single complete optical'unit, rigidly-corin'ec[ed by means of bolts extending through each section or by individual connectors between sections and forming a single "Signal Face". Both the top and bottom of each section shall be provided with an opening to accommodate 1 1/2" pipe brackets. A locking ring shall be integrally molded around the bottom opening Around the top opening shall be either an integrally molded locking ring or a separate splined locking ring designed to fit into notches. The locking rings shall have a minimum of 46 evenly spaced teeth and shall be so designed that top and bottom rings will mate to provide a perfectly aligned signal head with flush connection between the outer circumference of the sections. Individual units shall be so manufactured that all units are interchangeable. 3.6 "Top" and "Bottom" as used in this section refer to the head assembly in vertical orientation. All heads are to be mounted horizontally. 4 HOUSING DOOR 4.1 The housing door of each signal section shall be a one piece polycarbonate resin material. The door shall be attached to the housing by means of two stainless steel hinge pins, or by polycarbonate hinge pins which are an integrally molded part of the housing door. 4.2 Two stainless steel wing screws are to be installed on the side of the door to provide for opening and closing the door without the use of any special tools. Wingscrews shall have a flat -bearing surface or stainless steel flat washer to prevent gouging of the housing door by the wingscrews. Wingscrews shall remain captive in the housing door when the door is open. 4.3 As an alternate to 4.2, a positive latching mechanism, integrally molded into the housing and housing door, is acceptable. 6-19 Technical Specifications 4.4 Design of door, housing, and visor shall be such that no light is visible in the profile view of the signal face. 5 OPTICAL SYSTEM 5.1 Each optical system shall be provided with an optical unit consisting of a reflector assembly with leads to the terminal block (which is to be furnished in each complete housing) together with all bolts, nuts, screws, clips, hinges, lugs and incidentals necessary for mounting the various parts of the optical assembly. 5.2 Optical system shall consist of a yellow or yellow arrow, green or green arrow lens with a nominal size of 8 3/8 " (200 mm) or 12" (300 mm) as specified. All indicators (red, yellow & green, including PED) shall be LED assemblies. Lenses shall be glass and shall be permanentlymarked, in an inconspicuous manner, indicating the top of the lens and the name or trademark of the manufacturer. When installed, each lens shall be properly "top" oriented in the horizontally mounted head. 6 REFLECTORS (Not applicable) =---7-----m-LAMP-RECEPTACLE (Not applicable) 8 WIRING 8.1 Each LED assembly shall be provided with two flexible insulated color coded leads not smaller than No. 18 American Wire Gauge. These leads are to be securely fastened to the lamp socket and connected to a terminal block in the same section by means of solderless wire connectors or binding screws and spade lugs. Color coding for the identification of the different leads shall be individual so that each lead can be identified separately by coding alone. In general, the coding for the identification of the leads shall be as follows: Lens Hot Wire Neutral Wire Red Red White w/R Tracer Yellow Arrow Red w/Y Tracer White w/R & Y Tracer Yellow Yellow White w/Y Tracer Green Green White w/G Tracer St. Arrow Blue White w/B Tracer Lt. Arrow Blue w/R Tracer White w/B & R Tracer Rt. Arrow Blue w/Y Tracer White w/B & Y Tracer 6-20 Technical Specifications 9 VISORS 9.1 Each signal door shall be equipped with a detachable standard tunnel (unless otherwise shown in the Plans), polycarbonate resin visor fastened at four or more points to the door. 9.2 The visor shall have a downward tilt of 3 1/2 to 5 degrees and shall encompass approximately 300 degrees of the lens. Heads may be shipped with visors detached. If heads are shipped with visors attached, visors shall be easily removed and replaced without damage to visor or signal head. 10 TERMINAL BLOCKS 10.1 Each optical unit (or section) of each signal head shall be wired to a terminal block mounted near the bottom inside of the unit. The terminal block shall be securely mounted in an accessible position, be of molded weatherproof construction, and be equipped with identified terminals for signal (interior) and field wires. Binding screws shall be provided for field wires. Solderless connectors or binding screws shall be provided for interior wiring to the optical unit. 10.2 In addition to individual terminal blocks described above, each multiple section signal (head) will be provided with a common terminal block mount in the top section of each signal head. Each assembled signal head shall be wired by the supplier to the common terminal block. 10.3 If specified, an additional terminal block located within a compartment shall be provided for common wiring of multiple signal heads located on a single pole or pedestal. The terminal compartment shall be weatherproof with cover and molded -construction terminal block with separate, identified terminals for signal and field wires. A sufficient number of terminals shall be provided to handle all optical unit wires. A minimum of twelve connector sets shall be provided. Color coding of leads shall be maintained, individually, from each optical unit lamp holder to respective terminal in the compartment. Commons from each housing shall be grouped and carried to one terminal in the compartment. 10.4 Use of terminal compartment described in 10.3 does not eliminate the requirements for those specified in 10.1 and 10.2. 11 MOUNTING AND ATTACHMENTS 11.1 All mounting attachments shall be of adequate strength for the purpose intended and shall be constructed of materials not affected by continued exposure to sunlight or corrosive atmospheres, particularly salt air. Provisions shall be made for carrying the signal leads enclosed in the mounting attachment. The mounting attachment, together with supporting arms and assembled housings, shall comprise a dust -and -moisture - proof enclosure for optical units and lead wiring. Mounting attachments shall be as specified for the particular head on the Plans. 11.2 The signal heads, vertically mounted on the signal mast arms shall be installed so that door hinges are on the bottom edge, and all doors open downward. 6-21 Technical Specifications 12 MATERIAL All material used in construction of major signal components shall be of polycarbonate resin. This material shall be such that it will withstand 70 foot-pounds of impact without fracture or permanent deformation. 13 COLORS The color of signal heads and hardware shall be black. The underside of visors shall be painted a flat black. Color as specified shall be integrally impregnated in the polycarbonates resin in the molding process. 14 MEASUREMENT AND PAYMENT 14.1 Measurement: Traffic signal heads and backplates of the types specified on the Plans will be measured per each unit. Materials required and used in installation, such as LED's, attachment pipe and brackets, hardware, internal head wiring, paint, etc., will not be measured directly, but will be considered subsidiary to the Item "Traffic Signal Sections". -1-4.2 Payment: Traffic :signal head and backplate units, provided installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for providing and installing heads and backplates, and for furnishing and installing all described attachment hardware, signal lamps, internal wiring, and paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-22 Technical Specifications CONDUIT, GROUND BOXES, CONCRETE CABINET FOUNDATIONS AND INSTALLATION PROCEDURES 1 CONDUIT 1.1 Description 1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes indicated on the plans, including ground boxes, fittings, expansion joints, attachments and incidentals. 1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. 1.1.3 The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. 1.2 .....Materials _ 1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. 1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. 1.2.3 Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot -dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain -tight. Set screw and pressure cast fittings will not be permitted. 1.2.4 Polyvinylchloride and high-density polyethylene conduit shall meet the requirements of NEMA Standard TC -2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy -wail (Schedule 40). 1.2.5 Flexible conduit shall be liquid -tight metal meeting requirements of NEC and shall be UL -listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 1.3 Construction Methods 1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by the 6-23 Technical Specifications Engineer. Installation of conduit shall be in accordance with the requirements of NEC. Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. 1.3.3 When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the conduit shall be drawn through the conduit to insure that the conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. 1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White -lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent -weld` method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. 1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the shoulder unless otherwise directed by the Engineer. The jacking or boring method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure, or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximum one -inch cover cut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. 6-24 Technical Specifications 2 GROUND PULL BOX 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be prodidPd with a -sturdy, stainless steel -drop handle to facilitate Yvmoval. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carried out in compliance with the requirements herein stated and in conformity with the details shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3 CABINET FOUNDATIONS 3.1.1 All concrete materials and their preparations shall be in accordance with the requirements contained in Standard Specifications for Public Works Construction North Central Texas, "Drilled Shaft Foundation," and the additional requirements herein. 6-25 Technical Specifications 3.1.2 All concrete used in the project shall have the following mix proportions and characteristics: A. Minimum Sacks of Cement (Type 11 Portland) per cubic yard - 5.0 B. Maximum Water - Cement Ratio - 6.5 C. Maximum Size of Aggregate - 1 inch D. Minimum Compressive Strength (28 day cure at 70 F.) -3000 psi E. Slump Range in inches - 3 to 5 Use of a cement dispersing agent is permissible, but not required when the temperature of ambient air or of the concrete mix is above 85 F. 3.2 Excavation for all required foundations shall be done in accordance with lines and depth indicated on the Plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives :will- not -be- permitted:. 3.2.1 Foundations shall be constructed to the dimensions shown on the Plans or directed by the Engineer. Care shall be used to insure that the top of the finished foundation is exactly level. Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six (96) hours. 3.2.2 Backfill shall be tamped with mechanical tamps in 6 -inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original construction. 3.2.3 All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. 3.2.4 No concrete shall be placed when the atmosphere temperature is at or below 40 F. (taken in shade away from artificial heat) unless permission to do so is given by the Engineer. 4 MEASUREMENT AND PAYMENT 4.1 Cabinet Foundation A. Measurement. Foundations will be measured per each unit. Materials required and used in installation, such as reinforcing steel, ground rods and forms will not be measured directly but will be considered subsidiary to the Items "Drilled Shaft Foundation" and "Cabinet Foundation". 6-26 Technical Specifications B. Payment. Foundations installed in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all required materials, such as reinforcing steel, concrete, ground rods, anchor bolts, and for all labor, materials, tools, equipment, all backfilling, and incidentals necessary to complete the work. 4.2 Ground Boxes A. Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but will be considered subsidiary to the Item "Ground Boxes". B. Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 4.3 Conduit A. Measurement. Conduit of the respective sizes and material type specified on the Plans, will, be measured per lineal foot. Materials: required and .used.in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit". B. Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 6-27 Technical Specifications MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC SIGNAL CABLE AND WIRE 1 GENERAL This specification covers polyvinylchloride compound -jacketed polyethylene -insulated multi -conductor cable, and polyvinylchloride compound -insulated single conductor wire, rated 600 volts, for use in signal systems in underground conduit, as aerial cable supported by a messenger or for induction loop detector wire. 2 GENERAL CONSTRUCTION 5 Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi conductor) or with polyvinylchloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinylchloride compound. 3 CONDUCTORS 3.1 The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM B-8 for concentric lay, stranded copper wire. 3.2 The conductors shall be stranded unless otherwise specified in the plans and specifications. 3.3 The number and size of the conductors shall be as specified in the plans and specifications. 4 INSULATION 4.1 Multi -Conductor Cable The insulating compound before application to the conductors shall be heat -stabilized polyethylene conforming to the requirements of ASTM Designation DI 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation DI 351, latest revision, and ASTM Designation D470, latest revision. 6-28 Technical Specifications Physical Properties of Polyethylene Insulation a. Initial Properties: Tensile strength, lbs. per sq. in., minimum 1400 Elongation at rupture, percent, minimum 350 b. After 48 hours in air oven at 100°C: Tensile strength, lbs. per sq. in., minimum 75 Elongation at rupture, percent of original, minimum 75 C. Cold Bend Test, 1 hour at -55°C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption .A. After.. a twenty-four hour immersion in tap, water at 50°C plus or minus VC, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. B. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WC5, latest revision. 4.4 Electrical Properties A. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. B. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the insulation resistance requirements of Table I. C. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. 6-29 Technical Specifications TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Size AWG Insulation Thickness Inches Test Voltage Insulation Resistance at 60°F. Megohms -1000 Feet 20 .025 2500 15,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8... ---.-030- 3000 8.300 4.5 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type THW. 4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with ASTM designation D-470, latest revision. TABLE II INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE a. Initial Properties: Tensile strength, lbs. per sq. 2300 inch, min. Elongation, percent, min. 250 b. After 120 hours in Air Oven at 100°C: 85 Tensile strength, percent of original, min. 60 Elongation at rupture, percent of original, min. C. Cold Bend Test. 1 Hour at -55°C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self -extinguishing in minutes, max. 1 6-30 Technical Specifications 4.7 Thickness, Diameters and Weights A. The completed conductor shall conform to the requirements of Table III. B. The thickness of the insulation shall be not less than 90% of the nominal value in Table III. C. The minimum spot thickness shall be not less than 70% of the nominal thickness. TABLE III Nominal Approx. Approx. Conductor Size AWG Thickness O.D. Weight of Covering Inches Lbs/M Ft. 4 .045" .300 131 6 .045" .260 85 8 .045" .220 56 10 .030" .174 34 12 .030" .140 23 5 CONDUCTOR COLOR CODING 5.1 Multi -Conductor Cable Standard color coding for cables shall be in accordance with Table IV. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be colored stripes or bands which are part of, or firmly adhered to, the surface of the insulation in such a manner as to afford distinctive circuit coding throughout the length of each wire. Tracers may be in continuous or broken lines, such as a series of dots or dashes, and shall be applied longitudinally, angularly, spirally or in other distinctive patterns. 6-31 Technical Specifications TABLE I CONDUCTOR COLORS AND SEQUENCE Conductor Base Color Fist Tracer No. 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable Black covering shall be used for signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvinylchloride. 6-32 Technical Specifications 6 CONDUCTOR ASSEMBLY (MULTI -CONDUCTOR CABLE) 6.1 Two -Conductor Cable A. Two -conductor cables shall have a maximum length of lay not more than 30 times the installed conductor diameters. B. Two -conductor cables shall be of the round, twisted type. C. Fillers shall be used where necessary to form a two -conductor round twisted cable. 6.2 Multi -Conductor Cables Having More Than Two Conductors A. In multi -conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Maximum Conductors Length of Lay 3 35 times insulated conductor.diameter 4 40 times insulated conductor diameter 5 or more 15 times assembled core diameter B. Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay may be used. The outer layer shall be left-hand lay. 6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors of a firm, compact cylindrical core. Fillers shall be of a nonmetallic moisture -resistant material which has no injurious effect on adjacent components. 6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture -resistant tape applied so as to lap at least 10 percent of its width. 6-33 Technical Specifications 7 JACKET (MULTI -CONDUCTOR CABLE) 7.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinylchloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D-1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: 1800 Tensile strength, lbs. per sq. inch, min. 60 Elongation at rupture percent, min. 250 b. After 5 days in air oven at 100°C: 85 Tensile strength percent of original, min. Elongation at rupture 60 percent of original, min. C. Head Shock Test, Air Oven, 1 hour at 121'C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121'C: 50 Decrease in thickness, percent, max. e. Cold Bend Test, 1 hour at -40°C: no cracks F. Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70°C: Tensile Strength, percent of original, min. 80 Elongation at rupture, percent of original, min. 60 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. TABLE V Calculated Diameter of Cable Jacket Under Jacket, Inches Thickness 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 2.501 and laraer 140 6-34 Technical Specifications 8 IDENTIFICATION 8.1 Each shipping length of multi -conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to the outer surface of the jacket. 8.2 Each shipping length of single conductor shall have indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. 9 SAMPLING, INSPECTING AND ACCEPTANCE 9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture. 9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the tests ..made on the.cable to show compliance with this specification. --.- -- - 9.3 Tests on Entire Cable - The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests - One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected from new cable lengths and the lot shall be accepted if retests are both satisfactory. However, in case of any failure on the retest, the lot shall be rejected. 10 PACKING AND MARKING FOR SHIPMENT Reels for multi -conductor cable shall be substantially constructed and in good condition. The cables shall be suitably protected. Each end of the cable shall be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number of conductors in the cable and the date of shipment from the factory. 6-35 Technical Specifications 11 INSTALLATION OF CABLE 11.1 General 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 11.1.3 in many instances,` 'existing --conduits which contain signal -cable -`are° to'be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. 11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 6-36 Technical Specifications 11.2 Wire and Cable 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 11.3 Controller Cabinet Wiring 11.3.1 Wiring for the controller shall consist of connecting to its terminals (1) wires to signals (2) wires to detectors (3) wires to pedestrian push buttons (4) the power wires, (5) the ground wires, and (6) the interconnect wires. At the controller all conductors from the field shall be stripped back and an eye hook formed in the wire. These "hooks" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 11.3.2 All field wiring in cabinets shall be neatly done. Incoming cables shall be trained to their destination and neatly laced together. Communication and detector lead-in cables shall be clearly identified by use of metal or plastic tags. For example: Eastbound Right Lane. 11.4 Signal Head Wiring 11.4.1 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face and where applicable, connecting the common terminal block in each signal face to the terminal block in the signal -head terminal compartment. All such connecting wires shall be number fourteen (14) American Wire Gauge. All conductors running from any terminal points located in the pole or transformer base to the signal head terminals shall likewise be number twelve (12) A.W.G. The Contractor shall furnish the NO. 12 A.W.G. for this work. 11.5 Terminals and Splices 11.5.1 Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with soldered terminals that meet the requirements of the National Electrical Code. 11.5.2 Unless otherwise called for in the plans, splices will be permitted in the wires of signal conductors only in the base of each signal pole at terminal points called for in the plans. If lead-in conductors from detectors to controller are of different type than the detector leads, a water -tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape is wrapped, the entire area shall be coated with an electric grade rubber cement. After this 6-37 Technical Specifications solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and thus must be stretched to 2/3 width when applied. The completed splice shall be covered with a half - lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 11.5.3 Splices in communication cables shall include the shield. Splices between cable pairs shall be made with Scotchlock solderless connectors designed for this specific application. The completed splice shall be insulated with a re -enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. 11.5.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 11.6 Enclosed Wir`irig.�: _... ,..... _ .e..,. 11.6.1 Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. The power entrance to the controller may be made through underground polyvinyl- chloride conduit. 11.7 Identification of Signal Wires 11.7.1 MSA color coded signal cable shall be used to wire bases, pullboxes and controllers. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted if same colors are spliced. 12 GROUNDING AND BONDING 12.1 There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The location of the ground rod shall be such as to minimize the length of the grounding -conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms -to -ground resistance not to exceed 10 ohms when tested by a volt -ohm -meter. 12.2 Signal and Controller 12.2.1 The signal pole housing, controller housing, signal common and service common shall be grounded. All groundings shall be as shown on the plans and/or may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall 6-38 Technical Specifications conform to the requirements of the National Electrical Code. The service common at the pole from which the power is taken shall be grounded. 12.3 Conduit and Signal Posts 12.3.1 Metal conduit and metal signal posts or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper- wire or equal. 12.4 Grounding Connectors and Electrodes 12.4.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper -bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). Nu splice joint will be permitted in the grounding conductor. 13 MEASUREMENT AND PAYMENT Single and multi -conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 14 GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. 6-39 Technical Specifications POWER SERVICE AND SERVICE EQUIPMENT/ GENERAL SYSTEM WIRING PROCEDURES POWER SERVICE AND SERVICE EQUIPMENT 1.1 Power Service Connection 1.1.1 The Contractor shall make all arrangements for connection to the power service, shall obtain meter and meter socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the Power Company. Coordination with the correct service provider and/or TXU for all service related issues will be the requirement of the Contractor. 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115- 125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white -coded and the power positive shall be black -coded. 1.1.3 The Contractor shall coordinate with the City of Coppell's Building Inspection Department for permitting issues related to electrical connections. A'No Cost' permit will be required for this service. Please call 972/304-3500 to make the necessary arrangements. 1.2 Power Service Equipment Requirements Power service equipment shall meet the following requirements: (a) Lightning arrestor will be required. It shall be of the valve type, 0-650 volt with bracket for cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 volt, 5000 IAS meeting Federal Specification W -C -375A, installed as shown on the appropriate TxDOT detail sheets. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown on the appropriate TxDOT detail sheets. Conductors shall be of the size indicated and be type THW meeting applicable ASTM specifications. 1.2.1 Power service shall be provided by underground service with pedestal service type PS, as indicated on TxDOT standard detail ED (8)-03 or approved equal. 2 SYSTEM WIRING METHODS 2.1 Controller Wiring for the controller shall consist of connecting to its terminals (1) wires to signals, (2) wires to detectors, (3) the power wires and (4) the ground wires. Other wiring for the controller shall be as required by the wiring diagrams and instructions furnished with the controller by the manufacturer. 6-40 Technical Specifications 2.2 Signal Heads Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the signal head terminal compartment. All such connecting wires shall be of the size and type indicated in the plans, or appropriate details. 2.3 Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be watertight. 2.4 Terminals Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless terminals that meet the requirements of the National Electrical Code. 2.5 Wire and Cable All ,wire and. cable shall conform to the. requirements sh-wn on ti ie Plans; except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.6 Enclosed Wiring Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power -tap lines carried down poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyvinylchloride conduit only. 2.7 Identification of Signal Wires Numbered identification tags of metal, plastic or tape shall be placed around each wire adjacent to wire ends in the controller cabinet, signal head and signal -pole -base terminal boxes. 2.8 Signal and Controller The signal poles, controller housing, signal common and service common shall be grounded. All grounding shall be as shown on the Plans and/or as may be indicated in the manufacturer's specifications and wiring diagrams. All grounding devices used shall conform to the requirements of the National Electric Code. The service common at the pole or service pedestal from which the power is taken shall be grounded. 2.9 Conduit and Signal Poles Metal conduit and metal signal poles or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper wire or equal. 6-41 Technical Specifications 2.10 After the signal cable connecting the signal and the controller is in place, the unfilled portion of the conduit openings shall be sealed with a sealing compound in accordance with the National Electrical Code. 2.11 The sealing compound used shall have a melting point of not less than two hundred (200) degrees Fahrenheit, and shall not be adversely affected by the surrounding atmosphere or moisture. 3 MEASUREMENT AND PAYMENT 3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. 3.2 Power Service A. Measurement. The power service will be measured per each unit. Materials required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment". B. Payment. Power service, installed in place, will be paid for at the unit price bid as - specified in -the bid item list. Said payment shall be full compensation for furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. 6-42 Technical Specifications SECTION 32 15 40 DECOMPOSED GRANITE PART I — GENERAL 1.1. GENERAL CONDITIONS A. Requirements of "General Conditions of the Contract" and of Division I, "General Requirements", apply to work in this Section with same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. Furnish materials, labor, transportation, services, and equipment necessary to install decomposed granite paving as indicated on Drawings and as specified herein. B. Work related in other Sections: 1. Irrigation System: Coordination of irrigation spray heads (see Irrigation plans and notes). 2. Section 32 9300 — Plants: Coordination of planting along edges of decomposed granite paving and composite header. 1.3 REFERENCES A. ASTM C 136 — Method for Sieve Analysis for Fine and Coarse. 1.4 SYSTEM DESCRIPTION A. Decomposed granite paving 1.5 SUBMITTALS A. In accordance with Division 1. B. Submit specification data Cut Sheets for products specified under this Section. C. Products: Five pound sample and sieve analysis for grading of decomposed granite material. 1.6 TESTS A. Perform gradation of decomposed granite material in accordance with ASTM C 136, 1.7 MOCK-UPS A. Install a 4 -foot wide x 10 -foot long mock-up of decomposed granite paving with compacted with a vibrating plate at location as directed by Owner's Authorized Representative. B. This mock-up will be the standard from which future work will be judged. C. Remove Mock-up completely prior to Final Payment. 1.8 ENVIRONMENTAL CONDITIONS 6-43 Technical Specifications A. Do not install decomposed granite paving during rainy conditions. 1.9 PRODUCT DELIVERY, STORAGE AND HANDLING A. In accordance with Division 1. 1.10 COORDINATION A. Notify contractors related to installation of his work in ample time, so as to allow sufficient time for those contractors to perform their portion of work. 1.11 QUALITY ASSURANCE A. Installer: Provide evidence to indicate successful experience in providing decomposed granite. 1. Experience:, Minimum 5 years. 1.11 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section, and take field measurements as required. Report major discrepancies between Drawings and field dimensions to Owner's Authorized Representative prior to commencing Work. 1.12 EXCESS MATERIALS A. Provide Owner's Authorized Representative with the following excess materials for use in future decomposed granite paving repair: 1. Four, 40 Ib. Bags of decomposed granite screenings with source location provided. PART 2 — PRODUCTS 2.1 DECOMPOSED GRANITE SCREENINGS A. Washed, natural -colored crushed granite stone, free of clay, friable materials and debris and graded in accordance with ASTM C 136 within the following limits: 1. Gradation: As determined by ASTM C 136 methodology. Sieve Size Percent Passing 1/2" 3i8" 95-100 90-100 No. 4 50-100 No. 30 25 to 55 No. 100 10 to 20 No. 200 5-18 2. Sand Equivalent: As determined by ASTM D-2419 methodology. Shall have a minimum of 30. 3. R -Value: As determined by ASTM D-2488 methodology. Shall have a minimum of 70. 6-44 Technical Specifications PART 3 — EXECUTION 3.1 SURFACE PREPARATION A. Verify that gradients and elevations of subgrade are correct. Ensure that a minimum of 2% of cross slope will be provided. Contact Owner's Authorized Representative if this minimum percentage will not be maintained. B. Verify that weed barrier or plastic sheeting will extend to edge of decomposed granite paving. C. Remove loose material from compacted subbase surface immediately before placing decomposed granite screenings. D. Wet surface prior to placing decomposed granite screenings. 3.2 PLACEMENT OF DECOMPOSED GRANITE SCREENINGS A. Place decomposed granite screenings in two inch lifts to a depth of four inches, applying moisture and compacting with a vibratory plate after each lift. B. Grade and smooth decomposed granite paving per approved Owner's Authorized Representative mock-up. C. Apply water until moisture penetrates to full depth of decomposed granite screenings. It is critical that full section of decomposed granite screenings receive water at this time. D. Upon thorough moisture penetration, compact decomposed granite screenings to within 90% relative compaction by using a vibrating plate. E. Take care in compacting decomposed granite screenings when adjacent planting and irrigation systems. F. Allow the finished surface enough time to dry completely before allowing traffic. 3.3 REPAIRS AND PROTECTION A. Remove and replace decomposed granite paving that is damaged, defective, or does not met requirements of this Section. B. Protect decomposed_ granite paving from damage until Final Payment. 3.4 CLEANUP A. Upon completion of Work under this Section, remove rubbish, waste and debris resulting from Contractor's operations. Leave work area in a neat and clean condition. END OF SECTION 6-45 Technical Specifications SECTION 32 84 00 PLANTING IRRIGATION PART 1 - GENERAL 1.01 GENERAL CONDITIONS A. The requirements of the "General Conditions of the Contract" and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.02 SCOPE OF WORK A. Provide all labor, materials, transportation, and services necessary to furnish and install Irrigation Systems as shown on the drawings and described herein. B. Related work in other sections: 1. Landscape Planting C. The term of "LANDSCAPE ARCHITECT" shall refer to Teague Nall and Perkins, Inc., 100 Macon Street, Fort Worth, Texas 76102. 1.03 QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all observations as required. B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the drawings and specifications C. Ordinances and Regulations: All local, municipal, and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and make a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Explanation of Drawings: 1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect immediately. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. 6-46 Technical Specifications 1.04 SUBMITTALS A. Material List: 1. The Contractor shall furnish the articles, equipment, or processes specified by name in the drawings and specifications. No substitution will be allowed without prior written approval by the Landscape Architect. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number, and description of all materials and equipment to be used. 3. Equipment or materials installed or furnished without prior approval of the Landscape Architect may be subject to rejection, and the Contractor required to remove such materials from the site at his own expense. 4. Approval of any item, alternate, or substitute indicates only that the product or products apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. 5. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. B. Record and As -Built Drawings: 1. The Contractor shall provide and keep an up-to-date and complete "as -built" record set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications, the exact "as -built" locations, sizes, and kinds of equipment. Prints for these purposes may be obtained from the Landscape Architect at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 2.. , ; ,.._These drawings..shall also serve as work. progress.sheets_and.shall be the basis for measurement and payment for work completed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the Landscape Architect. Should the record blue line as -built progress sheets not be available for review or not up-to-date at the time of any inspection (refer to Section 3.09 - Observation Schedule), it will be assumed no work has been completed and the Contractor will be assessed the cost of that site visit at the current billing rate of the Landscape Architect. No other observations shall take place prior to payment of that assessment. 3. The Contractor shall make neat and legible notations on the as -built progress sheets daily as the work proceeds, showing the work as actually installed. For example, should a piece of equipment be installed in a location that does not match the plan, the Contractor must indicate that equipment has been relocated in a graphic manner so as to match the original symbols as indicated in the irrigation legend. The relocated equipment and dimensions will then be transferred to the original as -built plan at the proper time. 4. Hand drawn: In lieu of electronically drawn, before the date of the final inspection, the Contractor shall transfer all information from the "as -built" prints to a sepia Mylar, or similar Mylar material, procured from the Landscape Architect. All work shall be in waterproof India ink and applied to the Mylar be a technical pen made expressly for use on Mylar material. Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber Castell. The dimensions shall be made so as to be easily readable, even on the final controller chart (see Section C). The original Mylar "as -built" plan shall be submitted to the Landscape Architect for approval prior to the making of the controller chart. 5. Electronically drawn: In lieu of hand drawn, before the date of the final inspection, the Contractor shall transfer all information from the "as -built" prints to an AutoCAD electronic file procured from the Landscape Architect. All work shall be documented on a unique and separate layer. The electronically drawn "as -built" plan shall be submitted to the Landscape Architect for approval prior to the making of the controller chart. 6. The Contractor shall dimension from two (2) permanent points of reference - building corners, sidewalks, road intersections, etc. - the location of the following items: a. Connection to existing water lines b. Connection to existing electrical power C. Gate valves d. Routing of irrigation pressure lines (dimension maximum 100' along routing). 6-47 Technical Specifications e. Irrigation control valves. f. Routing of control wiring. g. Quick coupling valves. h. Road and sidewalk borings I. Other related equipment as directed by the Landscape Architect 7. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed sepias to the Landscape Architect. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. C. Controller Charts: 1. As -built drawings shall be approved by the Landscape Architect before controller charts are prepared. 2. Provide on (1) controller chart for each controller supplied. 3. The chart shall show the area controlled by the automatic controller and any area under a manual irrigation. The chart shall be the maximum size which the controller door will allow. 4. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controller sequence is not legible when the drawing(s) is reduced, it shall be enlarged to a size that will be readable when reduced. 5. The chart shall be a black line print. A different color shall be used to indicate the area of coverage for each station. 6. When completed and approved, the chart will be hermetically sealed between two (2) pieces of plastic, each piece being a minimum 10 mils thickness. --_ ,7..- . .._These charts shall be completedand approved prior to final inspection of the irrigation system. D. Operation and Maintenance Manuals: 1. Prepare and deliver to the Landscape Architect within ten (10) calendar days prior to completion of construction, two (2) hard cover binders with three (3) rings containing the followings information: a. Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative b. Catalog and parts sheets on every material and equipment installed under this contract. C. Guarantee statement. d. Complete operating and maintenance instructions on all major equipment, i.e. the automatic controller(s). 2. In addition to the above mentioned maintenance manuals, provide the Landscape Architect with instructions for major equipment and show evidence, in writing, to the Landscape Architect at the conclusion of the project that this service has been rendered. E. Equipment to be Furnished: 1. Supply as a part of this Contract the following tools: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of irrigation head and valve supplied on this project. b. Two (2) four foot valve keys for operation of the ball and remote control valves. C. Two (2) keys for each automatic controller. d. One (1) quick coupler key and matching hose swivel ell for every five (5), or fraction thereof, of each type of quick coupling valve installed. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been damaged will be discarded and, if installed, shall be replaced with new piping. 6-48 Technical Specifications 1.06 SUBSTITUTIONS A. If the Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the drawings and specifications, he may do so by providing the following information to the Landscape Architect for approval: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts, and flow charts for each item to be substituted. 3. Provide the amount of cost savings if the substituted item is approved. B. The Landscape Architect shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to those equipment and materials listed on the irrigation drawings and specifications 1.07 GUARANTEE A. The guarantee for the planting irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications shall be filed with the Owner and the Landscape Architect prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re -typed onto the Contractor's letterhead and contain the following information: 6-49 Technical Specifications GUARANTEE FOR PLANTING IRRIGATION SYSTEM We hereby guarantee that the planting irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such repairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice. In the event of our failure to make such repairs or replacement within a reasonable time after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. This guarantee is for a period of twenty-four (24) months after the date of final acceptance. PROJECT: LOCATION: SIGNED: COMPANY: ADDRESS: PHONE: ( ) -- DATE OF ACCEPTANCE 6-50 Technical Specifications PART 2 -PRODUCTS 2.01 MATERIALS A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals. B. PVC pressure main line pipe and fittings: 1. Pressure main line piping for sizes 2 1/2" and smaller shall be PVC Class 200 with solvent welded joints. 2. Pipe shall be make from NSF approved Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipes must meet requirements as set forth in Federal Specification PS -22-70. 3. PVC solvent -weld fittings shall be Schedule 40, 1-2, II -1 NSF approved conforming to ASTM test procedure D2466. 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size C. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation; size, applicable I.P.S. schedule and NSF seal of approval. C. PVC Non -Pressure Lateral Line Piping: 1. Non -pressure buried lateral line piping shall be PVC class 200 with solvent -weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound to ASTM resin specification D1784. All pipes must meet requirements set forth in Federal Specification PS -22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of Section 2.01 B, all requirements for non- pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in Section 2.01 B of these specifications. D. Copper Piping and Fittings: 1. Copper piping shall be type "K" hard -drawn with "sweat" type fittings. 2. Pipe and fittings shall be assembled with 50/50 soft solder and non-erosive flux. Solder shall take up capillary action and joints shall be made tight without build-up head. 3. Pipe ends shall be squared, reamed to remove burrs, and cleaned bright with fine sandpaper and steel wool. E. Ball Valves: 1. Ball valves shall be similar to those manufactured by Lasco, or approved equal, with threaded ends and equipped with a hand lever. 2. All ball valves shall be installed per installation detail and the manufacturer's recommendations. Gate Valves: 1. Gate valves shall be manufactured out of bronze, pressure rated to 125 psi WSP, 200 psi WOG nonshock. Valves shall be resistant to rust and moderate atmospheric corrosion. Valves shall be the same size as the mainline. Valve shall have threaded IPS bonnet and non -rising stem, with female threaded inlets and equipped with a "Sure Grip" type handle. Similar to those manufactured by Watts Regulator Company Series GV, or approved equal. 2. All gate valves shall be installed per the manufacturer's recommendations. 6-51 Technical Specifications G. Quick Coupling Valves: Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 p.s.i. operable with quick coupler. Key size and type shall be as shown on the plans. H. Backflow Prevention Units: 1. Backflow prevention units shall be of size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details. 2. Wye strainers at backflow prevention units shall have a bronzed, screwed body with 60 mesh monel screen and shall be similar to Bailey #10013, or approved equal. I. Automatic Drain Valves: 1. Automatic drain valves shall be plunger type, duty virgin PVC construction, with small thread inlet. 2. Drain valve shall be installed at an angle of 30 to 45 degrees horizontal, in a direction to facilitate pipe drainage. 3. Provide sump pit for drainage. J. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire, AWG-U.F. 600 volt. 2. Pilot wires shall be a different color wire for each automatic controller. 3. Common wires shall be white with a different color stripe for each automatic controller. 4. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall the wire size be less than #14 gauge. 5. ", Wiring shall occupy the.same-trench-and shall. be installed along the same route as pressure supply or lateral lines wherever possible. 6. Where more than one (1) wire in placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. 7. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric remote control valve, so that in case of repair, the valve bonnet may be brought to the surface without disconnecting the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 8. All splices shall be made with Scotch -Lok #3576 Connector Sealing Packs, Rain Bird Snap-Tite wire connector, or approved equal. Use one (1) splice per connector sealing pack. 9. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Landscape Architect. All approved field splices shall be placed in a Control Valve Box and labeled appropriately. K. Automatic Controllers: 1. Automatic controllers shall be of size and type shown on the plans. 2. Final location of the automatic controller shall be furnished by others. 3. Unless otherwise noted on the plans, the 120 volt electrical power to each automatic controller location shall be furnished by others. The final electrical hook-up shall be the responsibility of others. L. Electrical Control Valves: 1. All electric control valves shall be the same manufacture as the automatic controller. 2. All electric control valves shall have a manual flow adjustment. 3. Furnish and install one (1) control valve box for each electric control valve. M. Control Valve Boxes: 1. Use 12" X 16 1/2" X 12" ht. standard rectangular box for all gate valves and quick coupler valves, Oldcastle Enclosure Solutions 1015, bolt down lid cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 2. Use 10" X 10 1/4" round box for all field splices, Oldcastle Enclosure Solutions Model 910 with green cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 6-52 Technical Specifications 3. Use 10 1/2" X 16" X 12" jumbo rectangular box for all electric control valves, as manufactured by Oldcastle Enclosure Solutions with green, "Drop -N -Lock" lid cover, or approved equal. N. Irrigation Heads: 1. All irrigation heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the drawings, or specified in these special provisions. 2. Spray heads shall have a screw adjustment. 3. Riser units shall be fabricated in accordance with the details shown on the plans. 4. Riser nipples for all irrigation heads shall be the same size as the riser opening in the irrigation body. 5. All irrigation heads of the same type shall be of the same manufacture. PART 3 - EXECUTION 3.01 INSPECTION A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive the Landscape Architect's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. The Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. 3. Coordinate installation of planting irrigation materials including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. 4. The Contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the planting irrigation system. 3.02 PREPARATION A. Physical Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of irrigation heads. 2. All layout shall be approved by the Landscape Architect prior to installation. B. Water Supply: 1. Planting irrigation system shall be connected to water supply points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3. The point of connection shall be as shown on the drawings and shall be furnished by the Contractor, unless otherwise specified. C. Electrical Supply: 1. Electrical connections for the automatic controller shall be made to electrical points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations, as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3.03 INSTALLATION A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings, and as noted. 6-53 Technical Specifications 2. Provide for a minimum of eighteen (18) inches cover for all pressure supply lines. 3. Provide for a minimum cover of twelve (12) inches for all non -pressure lines. 4. Provide for a minimum cover of eighteen (18) inches for all control wiring. B. Backfilling: 1. The trenches shall be backfilled a maximum of 50% with all joints exposed until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from clods of earth or stones larger than one-half (1/2) inch. Backfill shall be mechanically compacted landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps, or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Landscape Architect. 4. If settlement occurs and subsequent adjustments in pipe, valves, irrigation heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the Owner. C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphaltic concrete or concrete, will be installed shall be backfilled with sand (a layer of six [6] inches below the pipe and three [3] inches above the pipe) and compacted in layers to 95% standard proctor, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall- be left in a firm, unyielding condition. All trenches shall be left flush with the adjoining grade. The Contractor shall set in place, cap, and pressure test all piping under paving prior to the paving work. 2. Generally piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks or concrete is necessary, it shall be done and replaced by the Contractor as part of the contract cost, to the satisfaction of the Construction Manager. Permission to cut or break sidewalks or concrete shall be obtained from the Construction Manager. NO hydraulic driving will be permitted under concrete paving. 3. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non -pressure piping installed under asphaltic concrete paving. D. Assemblies: 1. Routing of planting irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform to the details per plans. 2. Install NO multiple assemblies in plastic lines. Provide each assembly with its own outlet. 3. Install all assemblies specified herein in accordance with the respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete the work, perform such work in accordance with the best standard practice, with the approval of the Landscape Architect. 4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before the installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape, or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. E. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. F. Automatic Controller: Install the automatic controller(s) in accordance with the manufacturer's 6-54 Technical Specifications instructions. Remote control valves shall be connected to the controller in the numerical sequence as shown on the drawings. G. High Voltage Wiring for Automatic Controller: 1. 120 volt electrical service for the automatic controller shall be the responsibility of the Contractor. The Contractor shall be responsible for permitting and getting the electrical utility service company to install the appropriate electrical service and meter base necessary to operate each automatic controller. The final location of the electrical meter base shall be approved by the Landscape Architect. 2. 120 volt electrical service connection to the automatic controller shall be provided by the Contractor. 3. All electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. H. Remote Control Valves: Install remote control valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each remote control valve in a separate valve box. Each valve number (per the drawings) shall be stenciled on the valve box lid with exterior paint. Paint color shall be flat black. Stencil number size shall be 3" in height. I. Gate Valves: Install gate valves where shown on the drawings. When valves are grouped together, allow at least twelve (12) inches between valves. Install each gate valve in a separate valve box. Each gate valve shall have stenciled on the valve box lid, "GV" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. J. Ball Valves: Install ball valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each ball valve in a separate valve box. Each ball valve shall have stenciled on the valve box lid, "BV" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. K. Quick Coupler Valves: Install where shown on the drawings and per the detail. Install each quick coupler valve in a separate valve box. Each quick coupler valve shall have stenciled on the valve box lid, "QC" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. Flushing of the System: 1. After all new irrigation pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of the irrigation heads, the control valves shall be opened and full head of water used to flush out the system. 2. Irrigation heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Landscape Architect. M. Irrigation Heads: 1. Install the irrigation heads as designated on the drawings. Irrigation heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the drawings. In NO case shall the spacing exceed the maximum recommended by the manufacturer. N. Field Splices: Install field splices of control valve wiring in a valve box (see Section 2.01 M.2). Each field splice valve box lid shall have stenciled "Field Splice" on it with exterior paint. Paint color shall be flat black. Stencil letter shall be 3" in height. 3.04 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 6-55 Technical Specifications 3.05 FIELD QUALITY CONTROL A. Adjustment of the System: 1. The Contractor shall flush and adjust all irrigation heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2. If it is determined by the Landscape Architect that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3. Lowering raised irrigation heads by the Contractor shall be accomplished within ten (10) calendar days after notification by the Landscape Architect. 4. All irrigation heads shall be set perpendicular to finished grades unless otherwise designated on the drawings. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the Landscape Architect, in writing, at least 24 hours in advance of the testing. 2. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and prove watertight. Note that the testing of pressure main lines shall occur prior to installation of the electric remote control valves. 3. All piping under paved areas shall be tested under hydrostatic pressured of 150 pounds per square inch, and proved watertight, prior to paving. 4. Sustain pressure in lines for not less than four (4) hours. If leaks develop, replace joints and repeat the test until the entire system is proven watertight. 5. All hydrostatic tests shall be made only in the presence of the Landscape Architect. NO pipe shall be completely backfilled until it has been inspected, tested, and approved in writing. 6. Furnish necessary force pump and all other test equipment. 7. When the planting irrigation system is completed, perform a coverage test in the presence of the Landscape Architect, to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed, as indicated on the drawings, when it is obviously inadequate, without bringing this to the attention of the Landscape Architect. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. 3.06 MAINTENANCE A. The entire planting irrigation system shall be under full automatic operation for a period of seven (7) calendar days prior to any planting. B. The Landscape Architect reserves the right to waive or shorten the operation period. 3.07 CLEAN-UP Clean-up shall be made daily as each portion of the work progresses. Refuse and excess dirt shall be removed, all walks and paving shall be broomed or washed down, and any damage sustained on the work of others shall be repaired to the original condition. 3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE A. The Contractor shall operate each system in its entirety for the Landscape Architect, at the time of the final observation. Any items deemed not acceptable by the Landscape Architect shall be re- worked to the complete satisfaction of the Landscape Architect. B. The Contractor shall show evidence to the Landscape Architect that the Owner has received all 6-56 Technical Specifications accessories, charts, record drawings, and equipment as required before final inspection can occur. 3.09 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Architect, in advance, for the following observation meetings, according to the time indicated: 1. Pre -Job Conference - 7 days. 2. Pressure supply line installation & testing - 48 hours 3. Automatic controller installation - 48 hours 4. Control wire installation - 48 hours 5. Lateral line and irrigation installation - 48 hours 6. Coverage test - 48 hours 7. Final inspection - 7 days B. When observations have been conducted by other than the Landscape Architect, show evidence, in writing, of when and by whom these observations were made. C. NO site observations will commence without as -built drawings. In the event the Contractor calls for a site visit without as -built drawings, without completing previously noted corrections, or without preparing the system for the said visit, he shall be responsible for reimbursing the Landscape Architect at his current billing rates per hour, portal to portal (plus transportation costs) for the inconvenience. NO further site visits will be scheduled until this charge has been paid and received. END OF SECTION 6-57 Technical Specifications SECTION 32 94 00 LANDSCAPE BOULDERS PART 1— GENERAL 1.1. GENERAL CONDITIONS A. Requirements of "General Conditions of the Contract" and of Division I, "General Requirements", apply to work in this Section with same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. The work shall consist of furnishing and installing weathered limestone landscape boulders in conformance with the details shown on the contract drawings, and where directed by the Landscape Architect. 1.3 WARRANTY AND MAINTENANCE A. The Contractor shall warranty material and workmanship for two (2) years after final acceptance including repair and replacement of defective materials, workmanship, and repair of backfill settlement. 1.4 SYSTEM DESCRIPTION A. Provide and install in place Oklahoma Surface boulders, light beige in color. 1.5 SUBMITTALS A. In accordance with Division 1. B. Provide 5 references and photographs of like work within the past five years. 1. Experience: Minimum 5 years. C. Submit specification data Cut Sheets with photos and quarry information for products provided under this section. 1.6 TESTS A. Provide evidence that boulders will not crumble or deteriorate in an untimely fashion. 1.7 MOCK-UPS A. Install representative boulders with the following dimensions 1. Type A Boulder — 24" Length x 14" Width x 18" Height 2. Type B Boulder — 18" Length x 12" Width x 14" Height 3. Type C Boulder -10" Length x 12" Width x20" Height 4. Type D Boulder— 12" Length x 14" Width x 18" Height 1.8 ENVIRONMENTAL CONDITIONS A. Do not install boulders during rainy conditions. 1.9 PRODUCT DELIVERY, STORAGE AND HANDLING 6-58 Technical Specifications A. In accordance with SECTION 016000 — MATERIALS & EQUIPMENT. 1.10 COORDINATION A. Notify contractors related to installation of his work in ample time, so as to allow sufficient time for those contractors to perform their portion of work. 1.11 QUALITY ASSURANCE B. Installer: Provide evidence to indicate successful experience in providing Oklahoma Surface Boulders. 1. Experience: Minimum 5 years. 1.11 INSPECTION OF SITE C. Verify conditions at site that affect Work of this Section, and take field measurements as required. Report major discrepancies between Drawings and field dimensions to Owner's Authorized Representative prior to commencing Work. PART 2 — PRODUCTS 2.2 OKLAHOMA SURrACE"BOULDERS A. Boulders shall be of an approved size and shape. Boulder dimensions shall be the following: 1. Type A Boulder — 24" Length x 14" Width x 18" Height 2. Type B Boulder -18" Length x 12" Width x 14" Height 3. Type C Boulder — 10" Length x 12" Width x 20" Height 4. Type D Boulder — 12" Length x 14" Width x 18" Height. B. The Landscape Architect shall be notified two weeks prior to delivery of the boulders to the construction site. The delivered boulders shall receive the approval of the Landscape Architect prior to placement. The boulders shall be selected by the Landscape Architect from the Contractor's chosen supplier. The Contractor shall stockpile the material, at a location approved by the Landscape Architect. 1. Boulders shall be cleaned free from marks or scars caused by construction equipment. The contractor shall notify the Landscape Architect when site preparation is complete. PART 3 — EXECUTION 3.5 PREPARATION A. Verify that gradients and elevations of subgrade are correct. Contact Owner's Authorized Representative for approval prior to placing boulders. B. Verify that weed barrier or geo-textile fabric will extend behind boulders. C. Remove loose material from compacted subbase surface immediately before placing boulders. D. Wet surface prior to placing boulders. 6-59 Technical Specifications 3.6 EXECUTION A. Remove and replace decomposed granite paving that is damaged, defective, or does not met requirements of this Section. B. Protect decomposed granite paving from damage until Final Payment. C. The Landscape Architect will direct the placement of boulders in the field. Spacing and location of the boulders shall be as shown on the plans in a fashion similar to the attached image or as directed by the Landscape Architect. 1. Preliminary placement of boulders shall be "dry" in a level fashion. The Contractor shall make adjustments in the boulder placement as directed by the Landscape Architect. D. After the arrangement of boulders is approved by the Landscape Architect, the contractor shall permanently set the boulders in place as necessary in a stable position and to prevent future movement, removal or displacement of the boulders. 3.7 REPAIRS AND PROTECTION A. Remove and replace boulders that are damaged, defective, or do not meet requirements of this Section. _- B. Protect decomposed boulders from damage_until-R nal Payment. 3.8 CLEANUP A. Upon completion of Work under this Section, remove rubbish, waste and debris resulting from Contractor's operations. Leave work area in a neat and clean condition. END OF SECTION 6-60 Technical Specifications SECTION 32 93 00 PLANTS 1.0 GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plants. 2. Planting soils. 3. Tree stabilization. 4. Landscape edgings. B. Related Sections: 1. Division 01 Section "Temporary Tree and Plant Protection" for protecting, trimming, pruning, repairing, and replacing existing trees to remain that interfere with, or are affected by, execution of the Work. 2. Division 12 Section "Site Furnishings" for exterior unit planters. 3. Division 31 Section "Site Clearing" for protection of existing trees and plantings, topsoil stripping and stockpiling, and site clearing. 4. Division 31 Section "Earth Moving" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 5. Division.32 Section "Turf and Grasses for turf .(lawn) planting, hydromulching (BFM), and erosion -control materials. 6. Division 33 Section "Subdrainage" for below -grade drainage of landscaped areas, paved areas, and wall perimeters. 1.3 ALLOWANCES A. Allowances for plants are specified in Division 01 Section "Allowances." B. Perform planting work under quantity allowances and only as authorized. Authorized work includes work required by Drawings and the Specifications and work authorized in writing by Landscape Architect. C. Notify Landscape Architect weekly of extent of work performed that is attributable to quantity allowances. D. Perform work that exceeds quantity allowances only as authorized by Change Orders. 1.4 UNIT PRICES A. Work of this Section is affected by unit prices specified in Division 01 Section "Unit Prices." B. Unit prices apply to authorized work covered by quantity allowances. C. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.5 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required or size specified; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of plant required or size indicated. D. Bare -Root Stock: Plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less 6-61 Technical Specifications 1.6 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. C. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. D. Plant Photographs: Include color photographs in 3- by 5 -inch (76- by 127 -mm) print format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of three photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. 6-62 Technical Specifications than minimum root spread according to ANSI Z60.1 for type and size of plant required. E. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. F. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. G. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted plants established and grown in -ground in a porous fabric bag with well-established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type and size of plant. H. Finish Grade: Elevation of finished surface of planting soil. I. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand -with stabilized organic soil amendments to produce topsoil or planting soil. J. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. K. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, _.:. -bacteria; and viruses.. . L. Planting Area: Areas to be planted. M. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. N. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. O. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. P. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. Q. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. R. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. S. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.6 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. C. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to the Project. D. Plant Photographs: Include color photographs in 3- by 5 -inch (76- by 127 -mm) print format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of three photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. 6-62 Technical Specifications E. Samples for Verification: For each of the following: F. Trees and Shrubs: Three samples of each variety and size delivered to the site for review. Maintain approved samples on-site as a standard for comparison. G. Compost Mulch: 1 -pint (0.5 -liter) volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. H. Mineral Mulch: 2 Ib (1.0 kg) of each mineral mulch required, in sealed plastic bags labeled with source of mulch. Sample shall be typical of the lot of material to be delivered and installed on the site; provide an accurate indication of color, texture, and makeup of the material. I. Weed Control Barrier: 12 by 12 inches (300 by 300 mm). J. Qualification Data: For qualified landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of owners' contact persons. K. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: L. Manufacturer's certified analysis of standard products. M. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. N. Material Test Reports: For standardized ASTM D 5268 topsoil, existing native surface topsoil, existing in-place surface soil and imported or manufactured topsoil. O. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of . plants during a calendar year. Submit . before start of. required maintenance periods. P. Warranty: Sample of special warranty. 1.7 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful establishment of plants. B. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. C. Experience: Three years' experience in landscape installation in addition to requirements in Division 01 Section "Quality Requirements." D. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. E. Personnel Certifications: Installer's field supervisor shall have certification in one of the following categories from the Professional Landcare Network: F. Certified Landscape Technician - Exterior, with installation specialty area(s), designated CLT -Exterior. G. Certified Ornamental Landscape Professional designated COLP. H. Pesticide Applicator: State licensed, commercial. I. Soil -Testing Laboratory Qualifications: An independent or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. J. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of the soil. K. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. L. The soil -testing laboratory shall oversee soil sampling; with depth, location, and number of samples to be taken per instructions from Landscape Architect. A minimum of three representative samples shall be taken from varied locations for each soil to be used or amended for planting purposes. M. Report suitability of tested soil for plant growth. 6-63 Technical Specifications N. Based upon the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. (92.9 sq, m) or volume per cu. yd. (0.76 cu. m) for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. O. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. P. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. Q. Selection of plants purchased under allowances will be made by Landscape Architect, who will tag plants at their place of growth before they are prepared for transplanting. R. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. S. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field - grown stock and container grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches (150 mm) above the root flare for trees up to 4 -inch (100 - mm) caliper size, and 12 inches (300 mm) above the root flare for larger sizes. T. Other Plants: Measure with stems, petioles, and foliage in their normal position. U. Plant Material Observation: Landscape Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety,: cultivars -size, and quality, Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. V. Notify Landscape Architect of sources of planting materials seven days in advance of delivery to site. W. Pre -Construction Conference: Conduct conference at site or location as determined by Client. 1.8 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws if applicable. B. Bulk Materials: C. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. D. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. E. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. F. Deliver bare -root stock plants freshly dug. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. G. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. H. Handle planting stock by root ball. I. Store bulbs, corms, and tubers in a dry place at 60 to 65 deg F (16 to 18 deg C) until planting. 6-64 Technical Specifications J. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. K. Heel -in bare -root stock. Soak roots that are in dry condition in water for two hours. Reject dried -out plants. L. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. M. Do not remove container -grown stock from containers before time of planting. N. Water root systems of plants stored on-site deeply and thoroughly with a fine -mist spray. Water as often as necessary to maintain root systems in a moist, but not overly -wet condition. 1.9 PROJECT CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Interruption of Existing Services or Utilities: Do not interrupt services or utilities to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary services or utilities according to requirements indicated: C. Notify Landscape Architect or Client's representative no fewer than two days in advance of proposed interruption of each service or utility. D Do not,proceed with interruption of services or utilities without. Landscape.Architect.or Client's representative written permission. E. Planting Restrictions: Planting schedule to be provided to Landscape Architect or Client's representative for approval. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. F. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. G. Coordination with Turf Areas (Lawns): Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. H. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. 1.10 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. B. Failures include, but are not limited to, the following: C. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. D. Structural failures including plantings falling or blowing over. E. Faulty performance of tree staking and edgings. F. Deterioration of metals, metal finishes, and other materials beyond normal weathering. G. Warranty Periods from Date of Substantial Completion: 1. Trees, Shrubs, Vines, and Ornamental Grasses: (24) Twenty-four months. 2. Ground Covers, Biennials, Perennials, and Other Plants: (24) Twenty-four months. 3. Annuals: (2) Two months. H. Include the following remedial actions as a minimum: 1. Immediately remove and replace dead plants unless Owner requires to plant in the succeeding planting season, in which case remove dead plants only. 6-65 Technical Specifications 2. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 3. A limit of one replacement of each plant will be required except for losses or replacements due to failure to comply with requirements. 4. Provide extended warranty for period equal to original warranty period, for replaced plant material. 1.11 MAINTENANCE SERVICE A. Initial Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: (12) Twelve months from date of Substantial Completion. B. Initial Maintenance Service for Ground Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: (12) Twelve months from date of Substantial Completion. C. Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. 2.0 PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch (19 mm) in diameter; or with stem girdling roots will be rejected. C. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. D. Provide plants of sizes, grades, and bail or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Landscape Architect, with a proportionate increase in size of roots or balls. E. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. F. Labeling: Label each plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant as shown on Drawings. G. If formal arrangements or consecutive order of plants is shown on Drawings, select stock for uniform height and spread, and number the labels to assure symmetry in planting. I. Annuals and Biennials: Provide healthy, disease-free plants of species and variety shown or listed, with well-established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. 6-66 Technical Specifications Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 (2.36 -mm) sieve and a minimum of 75 percent passing through No. 60 (0.25 -mm) sieve. 2. Class: O, with a minimum of 95 percent passing through No. 8 (2.36 -mm) sieve and a minimum of 55 percent passing through No. 60 (0.25 -mm) sieve. 3. Provide lime in form of ground calcitic limestone. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 (3.35 -mm) sieve and a maximum of 10 percent passing through No. 40 (0.425 -mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 (0.30 -mm) sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. H. Diatomaceous Earth: Calcined, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.3 ORGANIC SOIL AMENDMENTS A. Soil Conditioners: Nontoxic. Use singly or in combinations required to meet requirements for topsoil. B. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2 -inch (13 -mm) sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: C. Organic Matter Content: 50 to 60 percent of dry weight. D. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. E. Sand: Clean and free of materials harmful to plants. F. Sphagnum Peat: Partially decomposed sphagnum peat moss, finely divided or granular texture, with a pH range of 3.4 to 4.8. G. Muck Peat: Partially decomposed moss peat, native peat, or reed -sedge peat, finely divided or of granular texture, with a pH range of 6 to 7.5, and having a water - absorbing capacity of 1100 to 2000 percent. H. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. I. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 Ib/cu. ft. (2.4 kg/cu. m) of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 Ib/cu. ft. (4 kg/cu. m) of loose sawdust or ground bark. J. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.4 FERTILIZERS A. Bonemeal: Commercial, raw or steamed, finely ground; a minimum of 4 percent nitrogen and 10 percent phosphoric acid. B. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. 6-67 Technical Specifications C. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 Ib/1000 sq. ft. (0.45 kg/92.9 sq. m) of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. D. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. E. Planting Tablets: Tightly compressed chip type, long-lasting, slow-release, commercial -grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 5 -gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. 3. Chelated Iron: Commercial -grade FeEDDHA for dicots and woody plants, and commercial -grade FeDTPA for ornamental grasses and monocots. 2.5 PLANTING SOILS A. Topsoil: Evaluate soil for use as topsoil in accordance with ASTM D 5268. B. Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as necessary. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. Coordinate with Section 31 10 00 (02230) - Site Clearing. C. Contractor may supplement on-site source with imported or manufactured topsoil from off-site sources when quantities are insufficient. Obtain topsoil from naturally well -drained sites where topsoil occurs at least 4 inches in depth. Do not obtain from swamps or marshes. D. Suitable topsoil includes selectively excavated material that is representative of soils in the local vicinity that produces growths of grass or other vegetation and is reasonably free from underlying subsoil, clay lumps, objectionable weeds, litter, brush, matted roots, toxic substances or any material that might be harmful to plant growth or be a hindrance to grading, planting or maintenance operations. E. Topsoil shall not contain more than five (5) percent by volume of stones, stumps, or other objects larger than one inch in any diameter. F. Imported topsoil shall comply with the following Composition (by volume) 1. Organic material — minimum of 2%. 2. Silt — minimum of 1.5%: 3. Sand — 15 to 50%. 4. Clay —15 to 35%. 5. Foreign Materials — maximum of 1.0%. G. Soil pH shall be suitable for seed specified and be tested in accordance with ASTM D 4972. H. Transport imported topsoil directly from the source to final position unless approved by Engineer/ Landscape Architect. I. Planting Soil: ASTM D 5268 topsoil, with pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones 1 inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth. J. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process and stockpiled on-site. Verify suitability of native surface topsoil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 6-68 Technical Specifications K. Supplement with "Revitalizer" by Soil Building Systems, 972-831-8181, planting soil (or approved equal) when quantities are insufficient. L. Mix existing, native surface topsoil with supplement o produce complete planting soil: M. Planting Soil: Existing, in-place surface soil. Verify suitability of existing surface soil to produce viable planting soil. Remove stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. N. Planting Soil: Imported topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural lands, bogs, or marshes. O. Additional Properties of Imported Topsoil or Manufactured Topsoil: Screened and free of stones 1 inch (25 mm) or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials harmful to plant growth; free of obnoxious weeds and invasive plants including quackgrass, Johnsongrass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass; not infested with nematodes; grubs; or other pests, pest eggs, or other undesirable organisms and disease -causing plant pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air-filled pore space content on a volume/volume basis shall be at least 15 percent when moisture is present at field capacity. Soil shall have a field capacity of at least 15 percent on a dry weight basis. 2.6 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood as supplied by Soil Building Systems 972-831-8181, Fine Cut Hardwood Mulch or approved equal. 2. Size Range: 1/2 inch (13 mm) minimum. 3. Color: Natural. B. Compost Mulch: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1 - inch (25 -mm) sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. C. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. 2.7 WEED -CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. (101g/sq. m) minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally -encountered chemicals, alkalis, and acids. B. Composite Fabric: Woven, needle -punched polypropylene substrate bonded to a nonwoven polypropylene fabric, 4.8 oz./sq. yd. (162 g/sq. m). 2.8 PESTICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. 6-69 Technical Specifications 2.9 TREE STABILIZATION MATERIALS A. Tree Staking Materials B. Tree support stakes shall be steel T- posts 6 feet in length. C. Wire stays for tree supports shall be pliable, No. 12 to 14 gauge galvanized wire. D. Hose for chafing guards shall be new or used two-ply fiber -reinforced garden hose of not less than 1/2 inch inside diameter. Factory seconds and rejects are acceptable. Use one color throughout job. E. Cable for guying trees shall be 3/16 -inch diameter, 7 strand, and cadmium -plated steel. F. Cable clamps and turnbuckles shall be heavy galvanized, strong forged steel. Turnbuckles shall be 3/8 -inch eye with 6 -inch opening. G. Flags for marking guys shall be 18 -inch sections of white 1 -inch diameter PVC pipe. H. Earth anchor kits may replace guying materials above. Earth anchors shall be cast alloy conforming to ASTIVI B26-72 with 1/8 inch x 7 x 7 galvanized high strength cable tag line. Holding power in normal soil shall be a minimum 1,100 pounds. Anchor shall be Duckbill Model 68 by Foresight Industries or approved equal. I. Root -Ball Stabilization Materials: J. Upright Stakes and Horizontal Hold -Down: Rough -sawn, sound, new hardwood or softwood, free of knots, holes, cross grain, and other defects, 2 -by -2 -inch nominal (38 -by -38 -mm actual) by length indicated; stakes pointed at one end. K. Wood Screws: ASME B18.6.1. L. Proprietary Root -Ball Stabilization Devices: Proprietary at- or below -grade stabilization systems to secure each new planting by root ball; sized per manufacturers written recommendations unless otherwise, indicated. M. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: N. Border Concepts, Inc.; Tomahawk Tree Stabilizers. O. Foresight Products, LLC; Duckbill Rootball Fixing System. P. Tree Staple, Inc.; Tree Staples. 2.10 LANDSCAPE EDGINGS A. Steel Edging: General Landscape Edging by Joseph T. Ryerson & Son Co. In., Chicago, IL., complete with loops pressed from, or welded to face of setions to receive anchor stakes. B. Size: 3/16 x 4 inches deep C. Anchoring Stakes: Manufacturer's standard 16 inches tapered steel. D. Finish: Manufacturer's standard green -black painted finish on steel edging and anchoring stakes. 2.11 MISCELLANEOUS PRODUCTS A. Wood Pressure -Preservative Treatment: AWPA C2, with waterborne preservative for soil and freshwater use, acceptable to authorities having jurisdiction, and containing no arsenic; including ammoniacal copper arsenate, ammoniacal copper zinc arsenate, and chromated copper arsenate. B. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. C. Burlap: Non -synthetic, biodegradable. D. Planter Drainage Gravel: Washed, sound crushed stone or gravel complying with ASTM D 448 for Size No. 8. E. Planter Filter Fabric: Woven geotextile manufactured for separation applications and made of polypropylene, polyolefin, or polyester fibers or combination of them. F. Mycorrhizal Fungi: Dry, granular inoculant containing at least 5300 spores per Ib (0.45 kg) of vesicular-arbuscular mycorrhizal fungi and 95 million spores per Ib (0.45 kg) of ectomycorrhizal fungi, 33 percent hydrogel, and a maximum of 5.5 percent inert material. 6-70 Technical Specifications 3.0 EXECUTION 3.1 EXAMINATION A. Examine areas to receive plants for compliance with requirements and conditions affecting installation and performance. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. C. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. D. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. E. Uniformly moisten excessively dry soil that is not workable and which is too dusty. F. Proceed with installation only after unsatisfactory conditions have been corrected. G. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Landscape Architect and replace with new planting soil. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B. Install erosion -control measures to prevent erosion -or.. displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. F. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. G. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. 3.3 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 8 inches (200 mm). Remove stones larger than 1/2 inch (12.7 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. B. Apply superphosphate fertilizer directly to subgrade before loosening. C. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. D. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. E. Mix lime with dry soil before mixing fertilizer. F. Spread planting soil to a depth of 8 inches (200 mm) but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. G. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil. 6-71 Technical Specifications H. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. I. Application of Mycorrhizal Fungi: At time directed by Landscape Architect, broadcast dry product uniformly over prepared soil at application rate indicated by manufacturer. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45 -degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. B. Excavate approximately three times as wide as ball diameter for balled and burlapped and/or container -grown stock. C. Excavate at least 12 inches (300 mm) wider than root spread and deep enough to accommodate vertical roots for bare -root stock. D. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. E. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. F. Maintain required angles of repose of adjacent materials as shown on the Drawings. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. G;- Maintain -supervision ofexcavations during working hours. H. Keep excavations covered or otherwise protected overnight, after working hours and when unattended by Installer's personnel. I. If drain tile is shown on Drawings or required under planting areas, excavate to top of porous backfill over tile. J. Subsoil and topsoil removed from excavations may not be used as planting soil. K. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. L. Hardpan Layer: Drill 6 -inch- (150 -mm-) diameter holes, 24 inches (600 mm) apart, into free -draining strata or to a depth of 10 feet (3 m), whichever is less, and backfill with free -draining material. M. Drainage: Notify Landscape Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. N. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE, SHRUB, AND VINE PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top -most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set balled and burlapped and/or container -grown stock plumb and in center of planting pit or trench with root flare 2 inches (50 mm) above adjacent finish grades. D. Use planting soil for backfill. E. After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. F. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 6-72 Technical Specifications G. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about 1 inch (25 mm) from root tips; do not place tablets in bottom of the hole. H. Continue backfilling process. Water again after placing and tamping final layer of soil. I. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.6 MECHANIZED TREE SPADE PLANTING A. Trees may be planted with an approved mechanized tree spade at the designated locations. Do not use tree spade to move trees larger than the maximum size allowed for a similar field -grown, balled-and-burlapped root -ball diameter according to ANSI Z60.1, or larger than the manufacturer's maximum size recommendation for the tree spade being used, whichever is smaller. B. When extracting the tree, center the trunk within the tree spade and move tree with a solid ball of earth. C. Cut exposed roots cleanly during transplanting operations. D. Use the same tree spade to excavate the planting hole as was used to extract and transport the tree. E. Plant trees as shown on Drawings, following procedures in "Tree, Shrub, and Vine Planting" Article. F. Where possible, orient the tree in the same direction as in its original location. 3.7 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Landscape Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 3.8 TREE STABILIZATION A. Staking: 1. Tree staking operations shall immediately after planting. 2. Tree stakes shall be removed the end of the warranty period. be completed as shown on the drawing details by and become the property of the Contractor at 3.9 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated in even rows with triangular spacing. B. Use planting soil as specified for backfill. C. Dig holes large enough to allow spreading of roots. D. For rooted cutting plants supplied in flats, plant each in a manner that will minimally disturb the root system but to a depth not less than two nodes. E. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. F. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.10 PLANTING AREA MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches (102 mm) and secure seams with galvanized pins. 6-73 Technical Specifications B. Mulch backfilled surfaces of planting areas and other areas indicated. C. Trees and Tree -like Shrubs in Turf Areas: Apply organic mulch ring of 4 -inch (102 - mm) average thickness, with 36 -inch (900 -mm) radius around trunks or stems. Do not place mulch within 3 inches (75 mm) of trunks or stems. D. Organic Mulch in Planting Areas: Apply 2 -inch (50 -mm) average thickness of organic mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 2 inches (51 mm) of trunks or stems. 3.11 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. 3.12 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre -Emergent Herbicides (Selective and Non -Selective): Apply to tree, shrub, and ground -cover areas in accordance with manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.13 CLEANUP AND PROTECTION A. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. B. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. 3.14 DISPOSAL Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 6-74 Technical Specifications SECTION 32 92 00 TURF AND GRASSES PART 1 - GENERAL 1.1 SUMMARY A Work included: Lawn work shall include top soil, final grade preparation, seeding, sodding, and maintenance operations through the one-year warranty period as indicated on plans and specified herein. 2. Provide all labor, materials, and equipment necessary to perform the seeding, sodding, and sprigging work, complete, as indicated on the Drawings and as specified. 1.2 REFERENCES A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. 1. American Society for Testing and Materials (ASTM):D 1557 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 -Ib. (4.54 -kg) Rammer and 187in. (457mm) Drop. 1.3 SUBMITTALS A. Samples and Product Information: Representative samples or product information of the following materials shall be provided to the Landscape Architect from the supply source being used: 1. Sod type, growing conditions, and certification of field and farm. 2. Fertilizer specifications and guaranteed analysis. 3. Mulch material components, chemical analysis, and manufacturer. 4. Sod certification documentation to include the following: a. Kind — Bermuda, etc... b. Variety — Common, etc... c. Lot Number — If applicable d. Sod — Record of square feet shipped e. Bill of Lading / Invoice # - This is an invoice number that can be referenced to the purchaser of the shipment. f. Field # - the field number references the harvested grass to the production field. The field number must be the same as on the certification application and field inspection report. g. Harvest Date — Record the date the grass was harvested h. Grower Name and Address - Record the production company name and address. Use of a stamp is acceptable if it shows on all copies. 5. Top Soil: One (1) pound sample, product information, chemical analysis, and product manufacturer. B. Construction Schedule: At least two weeks prior to start of work, submit seeding or sodding schedule. 6-75 Technical Specifications C. Maintenance: Submit three copies of typewritten instructions recommending procedures to be established by the Owner for the maintenance of the lawns for an entire year. Submit prior to Notice of Substantial Completion. 1.4 QUALITY ASSURANCE A. Contractor's Qualifications The work of this section shall be performed by a Contractor specializing in seeding, sodding, or landscape installations. 2. The Contractor shall have successfully completed at least 5 installations of this type, size, and complexity in the last four years. B. Lawn materials shall comply with all government regulations prevailing at the supply source and the job site. 1.5 DELIVERY, STORAGE, AND HANDLING A. Digging Sod Do not dig sod at the nursery or other approved source until ready to transport sod to the project site or approved storage location. 2. Before stripping, sod shall be mowed at a uniform height of 1 ". Cut sod to specified thickness and to standard width and length desired. B. Transporting Sod Sod transported to the Project in open vehicles shall be covered with tarps or other suitable covers securely fastened to the body of the vehicle to prevent injury to the sod. Closed vehicles shall be adequately ventilated to prevent overheating of the sod. Evidence of inadequate protection against drying out in transit shall be cause for rejection. Sod shall be kept moist, fresh, and protected at all times. Such protection shall encompass the entire period during which the sod is in transit, being handled, or in temporary storage. 3. Upon arrival at the temporary storage location or the site of the work, sod shall be inspected for proper shipping procedures. Should the roots be dried out, the Landscape Architect will reject the sod. When sod has been rejected, the Contractor shall remove it at once from the area of the work and replace it. Unless otherwise authorized by the Landscape Architect, the Contractor shall notify the Landscape Architect at least 48 hours in advance of the anticipated delivery date of sod. A legible copy of the invoice, showing species and variety of sod included for each shipment shall be submitted to the Landscape Architect. Certificate of Inspection when required must accompany each sod shipment. C. Handling and Storage of Sod No sod shall remain in temporary storage over 30 hours. Sod shall be kept moist and shall be stored in a compact group to prevent drying out or freezing. 6-76 Technical Specifications 3. Contractor shall take extreme care in the handling of sod material to avoid breaking or tearing strips. Sod that has been damaged by poor handling may be rejected by the Landscape Architect. D. Delivery of Hydromulch Products: 1. Deliver fertilizer to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade mark, and conformance to State law. 2. The Contractor shall furnish the Landscape Architect with copies of receipts for all amendments specified in the Products Section of these specifications, upon request. 3. Deliver all seed with legible identification labels. 4. Protect seed/plant material during delivery from damage, injury, and adverse weather conditions. E. Storage of Hydromulch Products: 1. An on-site location shall be made available for plant material storage. Security and protection of the storage area shall be the Contractor's responsibility. 2. Maintain and protect plant material not to be planted within four (4) hours in a healthy, vigorous condition. 3. Storage of plant materials shall be neat and orderly. 4. Plant material, upon delivery, shall be inspected for transport damage, disease, and insect infestation. 5. The Contractor shall be responsible for completely restoring the storage area to the original condition prior to acceptance of construction. Restoration shall occur within seven (7) calendar days of written notification by the Landscape Architect. F. Handling of Hydromulch Products: 1. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of plant materials. Plant materials that have been damaged in any way will be discarded, and if installed, shall be replaced with undamaged materials at the Contractor's expense. 1.7 JOB CONDITIONS A. Do not install seed or sod on saturated or frozen soil. B. Sod installation shall be subject to suitability of the weather and other conditions affecting sod growth. C. Planting season may be extended only with the written permission of the Landscape Architect. 1.8 GUARANTEE 6-77 Technical Specifications A. Warrant all lawns for a period of one year from date of Notice of Substantial Completion, to be at least the quality and conditions as at Final Acceptance. Promptly reseed or resod unacceptable areas during the warranty period as directed by the Landscape Architect. B. Lawn shall be uniform in color, grass type, leaf texture, leaf and root density, and free from weeds, diseases, and other visible imperfections at acceptance. C. Guarantee does not cover damage as a result of deicing compounds, fertilizers, pesticides, or other applications not supervised by the Contractor or as a result of acts of God or vandalism. 1.9 ACCEPTANCE A. The Landscape Architect will inspect all work for Substantial Completion upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date of inspection. B. Acceptance will be based on establishment of a uniform stand of turfgrass, defined as coverage of specified grass at a density of 95 percent coverage, with no bare spots greater than one square foot, free of weeds, undesirable grass species, disease, and insects. For grass varieties selected, allow a minimum of 90 days for establishment and maintenance of an acceptable strand of grass. C. In areas that are grassed and not irrigated. An acceptable strand of grass shall be established and the Landscape Architect will inspect the work for Substantial Completion upon written request of the Contractor. D. Upon completion and re -inspection of all repairs or renewals necessary in the judgment of the Landscape Architect, the Landscape Architect will recommend to the Owner that the work of this Section be accepted. 1.10 MAINTENANCE SERVICE A. Initial Maintenance Service for all landscape plantings: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. Maintenance Period: (12) Twelve months from date of Substantial Completion. B. Continuing Maintenance Proposal: From Contractor to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. PART 2 - MATERIALS 2.1 SOD A. Sod shall be Common Bermuda from an approved certified grower, nursery grown on cultivated mineral agricultural soils. Soils shall be similar in nature to existing site soils. Sod shall have been mowed regularly and carefully and otherwise maintained from planting to harvest. B. Sod shall be of species indicated. C. Thickness of Cut: Sod shall be cut to the supplier's standard width and length. Maximum allowable deviation from standard widths and lengths shall be plus or minus 1/2" on width 6-78 Technical Specifications and plus or minus 5% on length. Broken strips and torn or uneven ends will not be accepted. D. Strength of Sod Strips: Sod strips shall be strong enough to support their own weight and retain their size and shape if suspended vertically when grasped in the upper 10% of the section. E. Moisture Content: Sod shall not be harvested or transplanted when moisture content (excessively wet or dry) may adversely affect its survival. F. Time Limitations: Sod shall be harvested, delivered, and transplanted within a 30 hour period unless a suitable preservation method is approved by the Landscape Architect prior to delivery. Sod not transplanted within this period shall be inspected and approved by the Landscape Architect prior to its installation. G. Thatch: Sod shall be relatively free of thatch. A maximum on 1/2" (uncompressed) thatch will be permitted. H. Diseases, Nematodes, and Insects: Sod shall be free of diseases, nematodes, and soil -borne insects. 1. Weeds: Sod shall be free of objectionable grassy and broadleaf weeds. 2.2 HYDROMULCH A. All materials shall be of standard, approved, and first -grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original, unopened container bearing the manufacturer's guaranteed analysis. The Contractor shall supply the Landscape Architect with a sample of all supplied materials accompanied by analytical compliance or bearing the manufacturer's guaranteed analysis. B. Hydromulch Fertilizer: 1. Ammonium Phosphate which shall consist of the following percentages by weight, shall be mixed by a commercial fertilizer supplier, and shall be water soluble: 16% Nitrogen 8% Phosphoric Acid 8% Potash C. Plant Material: Plants shall be in accordance with the Texas State Department of Agriculture's Regulation for nursery inspections, rules, and ratings. Any plants rendered unsuitable for planting because of an inspection will be considered as samples and will be provided at the expense of the Contractor. 2. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size, and conditions specified herein. Under no conditions will there be any substitutions of plants or sizes listed on the accompanying plans, except with the expressed, written consent of the Landscape Architect. 3. Plant material shall be true to botanical and common name and variety as specified in the "American Standard of Nursery Stock Editions" and "Standardized Plant Names". 6-79 Technical Specifications 4. Substitute plant material will not be permitted unless specifically approved, in writing, by the Landscape Architect. 5. Seed: a. All seed used shall be labeled and shall be furnished in sealed standard containers with signed copies of a statement from the vendor certifying that each container of seed delivered is fully labeled in accordance with the Texas State Agricultural Code and is equal to or better than the requirements of these specifications. b. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. C. Seed shall be Bermuda, extra fancy, hulled, lawn type (Cynodon spp.). D. Hydromulch Fiber Mulch: "Hydromulch" as manufactured by Conwed Fibers, 1985 Tate Blvd., Suite 350, Hickory, NC 28601, (704) 327-6670, or approved equal. 2. The hydromulch shall be composed of virgin wood cellulose fibers and contain no germination or growth -inhibiting factors. It shall have a consistent texture which disperses evenly and remain suspended in agitated water. It shall have a temporary green dye and the following property analysis: Moisture Content - 9.0% + 3% O.D. Basis Organic Matter - 99.2% + 0.8 % Ash Content - 0.8% + 0.2 % pH - 4.8% + 0.5% Water Holding Capacity (grams of H2O per 100 grams of fiber) - 1150 minimum E. Hydromulching Additive (Binder): 1. Ecology "Control -M -Binder" organic seeding additive. F. Water: Source furnished by the Contractor, cost and transport of water, as required, by the Contractor. G. Soil Saver Netting: Jute mesh netting as manufactured by Ludlow, or approved equal. 2.3 FERTILIZER A. Fertilizer shall be a complete fertilizer, part of the elements of which is derived from organic sources. The percentages by weight shall be a minimum of 15-15-15, also containing 10-15% sulphate & traces of iron & zinc as approved by owner. 2.4 TOP SOIL A. Top soil shall be Enriched Top Soil as provided by Soil Building Systems or approved equal (972-831-8181). B. Material shall consist of deep screened loamy sand and fully composted organic material. 2. Natural, fertile, friable agricultural soil, having characteristics of representative productive soils in the vicinity, and obtained from naturally well -drained areas. 3. Topsoil shall not be excessively acid or alkaline nor contain toxic substances. 6-80 Technical Specifications 4. Topsoil shall be without admixture of subsoil and shall be reasonably free from clay lumps, stones, stumps, roots, live plants, or similar substances one inch or more in diameter, debris, or other objects which might be a hindrance to planting operations. PART 3 - EXECUTION 3.1 PREPARATION A Grade Preparation Immediately before seeding or sodding, scarify, loosen, float and drag the upper 1-2 inches of topsoil to bring it to the proper condition. Remove foreign matter larger than 1/2" in diameter. 2. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfall or operation of the lawn irrigation system, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. 3. If the prepared grade is eroded or compacted by rainfall prior to fertilizing, rework the surface to specified condition. B. Fertilizing Uniformly distribute fertilizer by mechanical means at the rate of 12 pounds per 1,000 square feet. If applying a fertilizer with a percentage by weight not as specified, apply at the rate of 2 pounds actual nitrogen per 1,000 square feet. Work fertilizer into the soil after fine grading & not more than 2 days prior to grass planting. Cultivating equipment shall be set so the fertilizer will not penetrate into the soil more than 1 inch. Do not apply fertilizer when there is a possibility of rain before lawn areas can be seeded or sodded. 3.2 SPREADING OF TOPSOIL A. Topsoil and subgrade shall be damp when topsoil is spread. B. Areas to be seeded or sodded shall be topsoiled to a minimum, depth of 4 in., compacted measure. Provide additional topsoil depths as required to construct the grades indicated on the Drawings. Topsoil shall be compacted to 85% completion, determined in accordance with ASTM: D 1557. Onsite topsoil is to be used unless otherwise stated by Landscape Architect prior to construction. If offsite topsoil is needed, it shall be as follows: 3.3 SODDING A. Weather Conditions Schedule work for periods of favorable weather. 2. Sod placement on days that, in the judgment of the Landscape Architect, are too hot, sunny, dry, or windy for optimal installation may be prohibited. 6-81 Technical Specifications B. Placement Pattern 1. The first row shall be laid in a straight line with subsequent rows parallel to the first row and tightly abutting each other. 2. Lateral joints shall be staggered. Care shall be exercised to insure that the sod is neither stretched nor overlapped. Joints must be butted tightly to prevent voids that could permit air to dry out roots. 3. Immediately after placing, sod shall be pressed firmly into contact with sod bed by tamping or rolling to eliminate air pockets. 4. On slopes steeper than 4 to 1, sod shall be secured by galvanized pins, wood pegs or other methods approved by the Landscape Architect. 5. Immediately after sodding operations have been completed, entire surface shall be compacted with a roller or other approved equipment. The completed area after sodding shall be uniformly even, firm, and true to finished grade lines. C. Watering 1. Provide an adequate supply of water at the site prior to and during transplanting of the sod. 3.4 HYDROMULCH A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the Landscape Architect. B. Pre -Plant Weed Control: 1. If live perennial weeds exist on site at the beginning of the work, spray with a non-selective, systemic contract herbicide, as recommended and applied by an approved, licensed landscape pest control applicator. Leave sprayed plants intact for at least fifteen (15) days to allow systemic kill. 2. Clear and remove these existing weeds by mowing or grubbing off all plant parts at least 1/4" below the surface of the soil over the entire area to be planted. 3. After the irrigation system is operational and approved by the Landscape Architect, apply water for five (5) to ten (10) calendar days, as needed to achieve weed germination. Apply contact herbicides and wait as needed before planting. Repeat, if required by the Landscape Architect. 4. Maintain the site weed -free until final acceptance by the Landscape Architect, utilizing mechanical and chemical treatment. 5. Refer Section 3.03 C., Hydromulching. C. Hydro -Seeding Preparation and Operations: 1. Schedule work for periods of favorable weather. 1. Refer Section 3.03 B, Pre -Plant Weed Control 6-82 Technical Specifications 2. Protect all areas from excessive compaction when trucking plants or other material to the planting site. Existing vegetation identified by the Landscape Architect to remain, shall be protected from trucking operations during the course of construction. 3. Hydromulching Operation: a. Mixes shall be: Bermuda seed (hulled) 85 lbs./acre Hydromulch fiber mulch 2000 lbs./acre Commercial fertilizer 400 lbs./acre Seed additive binder 100 lbs./acre Water 3600 gallons b. All hydromulched areas shall be installed by an approved hydromulch company. c. The hydromulch operations shall be applied in the form of a slurry consisting of cellulose fiber, seed, chemical additives, commercial fertilizer, and water. When hydraulically sprayed on the soil surface, the hydromulching shall form a blotter -like groundcover impregnated uniformly with seed and fertilizer and shall allow the absorption of moisture and rainfall to percolate to the underlying soil. Preparation: The slurry preparation shall take place at the site of work and shall begin by adding water to the tank when the engine is at half throttle. When the water level has reached the height of the agitator shaft, full re -circulation shall be established and the seed added at that time. Fertilizer shall then be added, followed by the fiber mulch. The mulch shall be only added to the.mixture after the Seed and. the tank is at least one-third (1/3) filled with water. All the mulch shall be added by the time the tank is two- thirds (2/3) to three-fourths (3/4) full. Spraying shall commence immediately when the tank if full. e. Application: The operator shall spray with a uniform, visible coat of slurry by using the green color of the mulch as a guide. The slurry shall be applied in a sweeping motion, in an arched stream so as to fall like rain allowing the wood fibers to build on each other until a good coat is achieved and the material is spread at the required rate per acre. f. Time Limit: All slurry mixtures which have not been applied within two hours after mixing shall be rejected and removed from the project and disposed of at the Contractor's expense. g. Protection: Special care should be exercised by the Contractor in preventing any of the slurry being sprayed inside any reservoir basin or into drainage ditches and channels which may impede the free flow of rain or irrigation water. Any slurry spilled into restricted areas shall be immediately cleaned at the Contractor's expense, to the satisfaction of the Owner and Landscape Architect. h. Immediately following the application of hydromulch, the Contractor shall wash excess material from previously planted materials and architectural features. Care shall be exercised to avoid washing or eroding mulch materials from the area. Equipment: Hydraulic equipment used for the application of the fertilizer, seed, and slurry of the prepared wood pulp shall have a built-in agitation system and operating capacity sufficient to agitate, suspend, and homogeneously mix a slurry containing not less than 40 pounds of fiber mulch, plus a combined total of seven (7) pounds of fertilizer solids for each 100 gallons of water. j. The slurry distribution lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic spray nozzles which will provide a continuous, non - fluctuating discharge. The slurry tank shall have a minimum capacity of 1500 gallons and shall be mounted on a traveling unit, either self-propelled or drawn by a separate 6-83 Technical Specifications unit, which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded. The hydraulic equipment used for pesticide applications shall consist of a clean 150 gallon minimum capacity fiberglass tank with complete mechanical agitation. The pump volume shall be ten (10) gallons per minute while operating at a pressure of 100 pounds per square inch (p.s.i.). Distribution lines shall be large enough to carry the volume of water necessary for even chemical distribution. The spray nozzle must cover a 15 foot wide swath, with a minimum output of five (5) gallons per minute (g.p.m.) at 80 p.s.i. D. Watering 1. Provide an adequate supply of water at the site prior to and during planting of turf. Saturate hydromulch with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below grade. 3.5 MAINTENANCE A. Immediately after sodding or hydromulching (BFM), the area shall be protected against traffic or other use by erecting barricades as needed, and by placing approved warning signs at appropriate intervals. B. Mow: during establishmentonly for the purpose of weed control and to promote quicker spreading. Mow to a 2" height. C. Fill any depressions or settlement that occurs within 90 days following installation. Reseed or resod bare spots that occur during the maintenance period as directed by the Landscape Architect. D. Keep lawns clean and protected from damage during the maintenance period. Debris that accumulates shall be removed from the site. Promptly repair damaged lawns except as provided in the Guarantee. E. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient water for normal plant growth. Furnish all irrigation equipment needed for watering or be responsible for securing adequate supply of water if an automatic irrigation system does not exist, is not operating or is not designed in a particular area. F. A second fertilizer application shall be made 60 days after installation. The specified fertilizer shall be a ratio of 15-5-10 applied at 800 pounds per acre. 3.6 CLEANING, REMOVAL, AND REPAIR A. Paved areas over which hauling operations have been conducted shall be kept clean. Promptly remove materials spilled on pavement. B. Upon completion of lawn installation, remove from the site and legally dispose of the following: Surplus subgrade material. 2. Stone and foreign matter. C. Excess topsoil not required for lawns or planting shall be stockpiled on site for future use as directed by the Owner's representative. 6-84 Technical Specifications D. Repair existing lawns damaged by operations under the contract. Repair shall include finish grading, seeding or sodding as required to match existing grade and lawn, and maintenance of repaired areas. 3.7 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Architect in advance for the following site visits, according to the time indicated: 1. Pre -job Conference - 7 days 2. Final grade review - 2 days 3. Soil Preparation and planting operations - 2 days 4. Pre -maintenance - 7 days 5. Final inspection - 7 days B. When observations are conducted by someone other than the Landscape Architect, the Contractor shall show evidence, in writing, of when and by whom these observations were made. C. NO site visits shall commence without all items noted in previous Observation Reports either completed or remedied unless such compliance has been waived by the Owner. Failure to accomplish punch list tasks or prepare adequately for desired inspections shall make the Contractor responsible for reimbursing the Landscape Architect at his current billing rates per hour, portal to portal (plus transportation costs) for the inconvenience. NO further inspections shall.be_scheduled.until this.charge has been paid and received. 3.8 MAINTENANCE DURING CONSTRUCTION A. Grass shall be maintained by the Contractor until the date of substantial completion for the project. During this time, the Contractor shall be responsible for all watering, weeding, mowing, fertilization, other maintenance as required and replanting. 1.At the time of substantial completion, the grass will be inspected by the Owner and any defective at 2.The grass will be re -inspected in subsequent 30 -day intervals as required until all defective areas o B. Immediately after sodding and hydromulching, the area shall be protected against traffic or other use by erecting barricades as needed, and by placing approved warning signs at appropriate intervals. C. Mow during establishment and for the period prior to overall project final approval for the purpose of weed control and to promote quicker spreading. Mow to a 1" height. D. Fill any depressions or settlement that occurs within 90 days following installation. Resod bare spots that occur during the maintenance period as directed by the Landscape Architect. E. Keep lawns clean and protected from damage during the maintenance period. Debris that accumulates shall be removed from the site. Promptly repair damaged lawns except as provided in the Guarantee. F. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient water for normal plant growth. Furnish all irrigation equipment needed for watering and be responsible for securing adequate supply of water if an automatic irrigation system does not exist, is not operating or is not designed in a particular area. G. A second fertilizer application shall be made 60 days after installation. The specified fertilizer shall be a ratio of 15-5-10 applied at 800 pounds per acre. 6-85 Technical Specifications 3.9 ACCEPTANCE OF WORK A. The Contractor and Landscape Architect shall conduct an on site inspection of all work and materials to determine compliance of work with the construction documents. B. The Contractor shall within reasonable means provide the Landscape Architect with sufficient data to demonstrate compliance with the construction documents. C. The Contractor shall be notified in writing of any non -conforming items, which are to be corrected (punch -list). D. The Contractor and Landscape Architect shall conduct an on site inspection to verify completeness of punch list items. E. Acceptance of work by the Owner shall begin upon verifying completion of punch list items and receipt of all deliverable items to Owner including letter of guarantee; release of liens waiver, record drawings denoting deviations from contract drawings, product data and maintenance guide. F. The Contractor shall receive written notification of date of final acceptance and ending date of required guarantee periods from the Landscape Architect. 3.10 TURF MAINTENANCE A. Maintain turf by mowing, weed -eating, edging, weeding, pre and post emergent, fertilizing, and performing other proper horticultural operations as required to establish healthy, viable turf. B. Apply chemical treatments as required AND WITH THE APPROVAL OF THE OWNER to keep turf areas free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. END OF SECTION 6-86 Technical Specifications AUTOSCOPE ENCORE VIDEO DETECTION SYSTEM SPECIFICATIONS VIDEO DETECTION — GENERAL This specification sets forth the minimum requirements for a system that monitors vehicles on a roadway via processing of video images. The detection of vehicles passing through the field-of- view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm states (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack or 170 input file rack standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, [modem,] and multi - drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall optionally .be interconnected over long distances through fiber optic, microwave, or other commonly used digital communications transport configurations. On the software application side of the network, the system shall be integrated through a client - server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processor (MVP) sensors and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web -browser interface shall allow use of industry standard Internet web browsers to connect to MVP sensors for setup, maintenance, and playing digital streaming video. 1.1 SYSTEM HARDWARE The machine vision system hardware shall consist of three components: 1) a color, 559 step, 1 Ox zoom, MVP sensor 2) a modular cabinet interface unit 3) a communication interface panel. Additionally, an optional personal computer (PC) shall host the server and client applications that are used to program and monitor the system components. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate the current detection state (on/off). The MVP sensor shall optionally store cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide 6-87 Technical Specifications standard MPEG -4 streaming digital video. Achievable frame rates shall vary from 5 to 30 frames/sec as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with the form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs or a 170 input file rack providing up to sixteen (16) contact closure inputs and twenty-four (24) contact closure outputs to a traffic signal controller. The communication interface panel shall provide four (4) sets of three (3) electrical terminations for three -wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. 1.2 SYSTEM SOFTWARE The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault' tolerant operations, data communications, digital, video streaming, and vehicle detection processing. The detection shall be reliable, consistent, and perform under all weather, lighting, and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance, and video streaming services. There shall be a suite of client applications that reside on the host client / server PC. The applications shall execute under Microsoft Windows XP, Vista or Windows 7. Available client applications shall include: • Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information, and launch applications software to perform operations within that system of sensors. • Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. • Operation log: Retrieve, display, and save field hardware run-time operation logs of special events that have occurred. • Software install: Reconfigure one or more MVP sensors with a newer release of embedded system software. • Streaming video player: Play and record streaming video with flashing detector overlay. • Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6-88 Technical Specifications Communications server: Provide fault-tolerant, real-time TCP/IP communications to / from all devices and client applications with full logging capability for systems integration. The communications server shall operate as a Windows ❑ Service. 2. FUNCTIONAL CAPABILITIES 2.1 MVP SENSOR The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high- speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled by the dual -core processor, thus providing high-quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG -4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 559 step,10x zoom lens that can be changed using either configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. 2.1.2 Power The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. 2.1.3 Detection Zone Programming Placement of detection zones shall be by means of a PC with a Windows XP, Vista or Windows 7 operating system, a keyboard, and a mouse. The PC monitor shall be able to show the detection zones superimposed on images of traffic scenes. The detection zones shall be created by using a mouse to draw detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size, and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor, and to back up detector configurations by saving them to the PC fixed disks or other removable storage media. The supervisor computer's mouse and keyboard shall be used to edit previously defined detector configurations to permit adjustment of the detection zone size and placement, to add detectors for additional traffic applications, or to reprogram the MVP sensor for different traffic applications or changes in installation site geometry or traffic rerouting. 6-89 Technical Specifications 2.1.4 Optimal Detection The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted 30 feet (10 m) or higher above the roadway, when the image sensor is adjacent to the desired coverage area, and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that minimizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. 2.1.5 Count Detection Performance Using an installed camera that meets the optimal viewing specifications described above for count station traffic applications, the system will be able to accurately count vehicles with at least 98% accuracy under normal operating conditions (day and night), and at least 93% accuracy under artifact conditions. Artifact conditions are combinations of weather and lighting conditions that result from shadows, fog, rain, snow, etc. The volume count will be accumulated for the entire roadway (all traveled lanes), and accumulated over time intervals that contain a minimum of one hundred (100) vehicles to ensure statistical significance. 2.1.6 Demand Presence Detection Performance Using an installed camera that meets the optimal viewing specifications described above for intersection control traffic applications, the system will be able to accurately provide demand presence detection. The demand presence accuracy will be based on the ability to enable a protected turning movement on an intersection stop line, when a demand exists. The probability of not detecting a vehicle for demand presence will be less than 1% error under all operating conditions. In the presence of artifact conditions, the MVP will minimize extraneous (false) protected movement calls to less than 7%. To ensure statistical significance, the demand presence accuracy and error will be calculated over time intervals that contain a minimum of one hundred, protected turning movements. These performance specifications will be achieved with a minimum of 2 presence detectors coupled with a single detector function (Type -9) to provide adequate road coverage to sample the random arrival pattern of vehicles at the stop line. 6-90 Technical Specifications The calculation of the demand presence error will not include turning movements where vehicles do not pass through the presence detectors, or where they stop short or stop beyond the combined detection zones. 2.1.7 Speed Detection Performance The MVP will accurately measure average (arithmetic mean) speed of multiple vehicles with more than 97% accuracy under all operating conditions for approaching and receding traffic. The average speed measurement will include a minimum of 100 vehicles in the sample to ensure statistical significance. Optimal speed detection performance requires the camera location to follow the specifications described above for count station traffic applications with the exception that the camera must be higher than 13 m (40) feet. The MVP will accurately measure individual vehicle speeds with more than 94% accuracy under all operating conditions for vehicles approaching the camera (viewing the front end of vehicles), and more than 90% accuracy for vehicles receding from the camera (viewing the rear end of vehicles). These specifications will apply to vehicles that travel through both the count and speed detector pair and will not include partial detection situations created by lane -changing maneuvers. To ensure statistical significance, the average speed accuracy and error will be calculated over time intervals that contain a minimum of one hundred vehicles. Using a MVP sensor installed within the optimal viewing specifications described above or count station traffic applications 2.2 MODULAR CABINET INTERFACE UNIT The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a 170 input file rack or a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only 2 slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four (24) detector outputs. 2.3 Communications Interface Panel The communications interface panel shall support up to six MVPs. The communications interface panel shall accept 110/220 VAC, 50/60 Hz power and provide predefined wire termination blocks for MVP power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to 10MB/s interdevice communications, electrical surge protectors to 6-91 Technical Specifications isolate the modular cabinet interface unit and MVP sensors, and an interface connector to cable directly to the modular cabinet interface unit. The interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two '/z -amp SLO-BLO fuses shall protect the communications interface panel. 3. SYSTEM INSTALLATION & TRAINING The supplier of the video detection system may supervise the installation and testing of the video detection system and computer equipment as required by the contracting agency. Training is available to personnel of the contracting agency in the operation, set up, and maintenance of the video detection system. The MVP sensor and its support hardware / software is a sophisticated leading-edge technology system. Proper instruction from certified instructors is recommended to ensure that the end user has complete competency in system operation. The User's Guide is not an adequate substitute for practical classroom training and formal certification by an approved agency. 4. WARRANTY, SERVICE, & SUPPORT For a minimum of three (3) years, the supplier shall warrant the video detection system. An option for additional year(s) warranty for up to 6 years shall be available. Ongoing software support by the supplier shall include software updates of the MVP sensor, modular cabinet interface unit, and supervisor computer applications. These updates shall be provided free of charge during the warranty period. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be available to the contracting agency in the form of a separate agreement for continuing support. 6-92 Technical Specifications ALPHA TECHNOLOGIES FXM 2000 BBU SYSTEM SPECIFICATIONS S6 Outdoor Enclosure > Traffic grade aluminum enclosure protects battery backup pna.er systems from outdoor elements > Various mounting options (Including pole -mount) provide a flexible solution for traffic 2pplications 'r- Large sun shield reduces solar heat load inside the cabinet Thermostat controlled fan and 'ouvered vents enSUre rej"2ble operation in high tempf3ratures 180" stainless steel piano hinged door v/ith bvo locking open nositions makes iritp-mW component installation and maintenance C32SY and convenient Three-point latching mechanism vvitlh Corbin Type 2 Tock (or optional Best fcck) for Maximum security o,jtd.-,jr Glom prus. 7 ruggoj cncovze imad-a ar4j du,-.gncj 1sly accmrnodalo an A1021 oiwv i «Xy (UPS) woduka, Alpha transter switch~.,, and uv to four AlohaCdl XL z!o C.,,XL, -4.5HP tar r addftiona: rhat rriay bc rqui !cd fir ycL,, Pic, Sido%lourlb, is 2n, and accc>smFcs aravaiiablcj 11stingcn,evcm,t). eb tn- Pq i ve r -1,bhjPons Panner 6-93 Technical Specifications S6 n- Dnsult fair Arha reprEsentaiive for RN corrfigurab-q3 Ffii Alpha Technologies Lid. S:. x ie,M x 16,1-rD Weight � - 3• kq ", 7,1,lbs} Ccrlsiruciiom-, aLiminun aluminurl scwe:. svacaiwlhoul p,�rjralcrink.) MLh two (2 D,*.Ie e vo s, Cable entrance: T, H*nge type:..- ........... -....Z!amk!ss sloiA pJano huge Ccor -Aluminum rid, wer, Handle: .... ... amks slc4 h ro6cCk fiffing extended lneared .mprce,�E-d )GOk Ccorla,mh: 3 rdra wih integrated Corbin Tpe 2 lock,ornplianal Eest:,:dki'DT 71SK MUn 7,acurily HVACT`�T,,,, Cooling:. -L.- T harmc,,Ftal Ccraroil.-m a @Vdc :n 00dr,"or L E t I e r, � -afl " t j 9 , C � I -,-, C, , "-: 0 t i a k :.,..'a=1, Ventilalion: . ........... ....... bu�---rs Accew,,.. R & -,Icv a te b-,; E he 11 fu C- 2 v y vsiring WCE-35 Alpha Technologies Lid. ^- Ba--ztefy sheff 'with &x AlpCeA a2 AI st:zr es F%M t � or-, UIPS • Universal autommio uarrter sv;�.ch Univer_:d ge7,nratcr t=aml& _with System Opfions • zralzrsu;=rt: loQking g-:neralcr -,cmass d,cT ald i-5-3-3 Pl nlbg • Aloha&j3rd Im batery ba�.3.7.��er • a-ftey hi-: mals Jn Bal*sry'indioa,or ight • Docr advated ig':n • vmch AgMq'd y� pp i,Waza- t_urrn-n,,'. u-Itim,03L M13 T&': 01143, 5X0 ..:c ON 42,F Uimed Mates. P.--, molia u, iYusNn!.Tu) ,03f 172S"_ Fay,; Kr, Sr 14926 1, �f, A -4, U1, a _,j � r -.j 'r 7ce i -j D 6-94 Technical Specifications ............. nelcrpn ............. ......... Oils- shom) , ^- Ba--ztefy sheff 'with &x AlpCeA a2 AI st:zr es F%M t � or-, UIPS • Universal autommio uarrter sv;�.ch Univer_:d ge7,nratcr t=aml& _with System Opfions • zralzrsu;=rt: loQking g-:neralcr -,cmass d,cT ald i-5-3-3 Pl nlbg • Aloha&j3rd Im batery ba�.3.7.��er • a-ftey hi-: mals Jn Bal*sry'indioa,or ight • Docr advated ig':n • vmch AgMq'd y� pp i,Waza- t_urrn-n,,'. u-Itim,03L M13 T&': 01143, 5X0 ..:c ON 42,F Uimed Mates. P.--, molia u, iYusNn!.Tu) ,03f 172S"_ Fay,; Kr, Sr 14926 1, �f, A -4, U1, a _,j � r -.j 'r 7ce i -j D 6-94 Technical Specifications FXM 2000 Rugged UPS Module FX" -10 H, 2000W/\AA UPS module designed to operate in extreme environments and provide maximum flexibility white ensul-Ing critic21102CJS remain protected and running during pov%ter outages and otrler poser disturbances Wide range Automatic Voltage Regulation (AVR) lengthens battery Iffe by providing protection without transferring to backup mode during VOIt2ge surge or sag > independently programm2ble control and report dry, contacts allow monitoring --:Ind controlling of key functions Temperature compensated battery charging protects batteries from overcharging or undercharging at c-xtrGme temperatures, extending the life of the battery > LcC21 and remote monitoringand control Via RS232 port and Elfiernet SNMP interface* UPS panels can be rotated, improving us2bitityand viewing convenience Alph-3 Fht is a s,,n@ of rugged UPS poAvof nodules used worldwide in gr most dDritandAng anvirorinients,wh are, dean b acki.,D poorer --s r, csd_d.-t to perform in the r,'aOZt a<kr dn-m andi ng envirorimsrts, Alpha FXM urLF, nsurp G,quipmentin securily, comm,,jr.,-ation,,:, traffic, industrial Grivironments, and many olbgr critical awlications remains ?ate and zotedc-i from ,�:awT etmtap,-,c�. Thuk7t; to its powerful pm,:1aMR2ble oatc-Ty charger, to FXM tcapab:gC& r)rc,V,d',,)g tne runtime `you nead.. All FXM modals are availat a in ='Vao and 23oVac, 'F--vncg SNMP snrd a nlar&�c m the ',,Nac rozf�t antf cptiira] ci --ha 22'ftio rnn&l 'tbor Power 1301wions partmer rI rI MIT TIDIIIIN 0 t, � 0 0 1 E 3 6-95 Technical Specifications FXM 2000 Rugged UPS Module �,nsultwue Adpha reprezentailve for PA conligurab:,fls -1 , QOVac Model 2atlery string, voltage: laYdo ",minavolt C L­ F!aquenq_, ............. __�V: i lzII,,CJ-iz � _5%, t,:mrj J�-Ternrm) Inpul- C... ..... ......_. A C !,-.A nominal Orm: .... ......... c? n nu-vo h a g e: ....... .... 20Vw Voltagi? - _. - -g _.. 4- � 0% D��=r ir, p Po'.w-,*,a t 5 "D TC,:. . ........ _ _--C;n)IPVA ­nr:eit fr&qucn,4 23OVac Model 2al,ery strino voltage -.._'..a,=51- 0 � voltage:_. .. ......... Nominal -0 Vac 77equenqj: [:Iuodi-fecfion) I nPLI: C... ..... ......_. A VoInge �arge� 1�*O to 32,eWaf, Orm: .... ......... _CV:ic Voltzim rei .atcn . ...... _4 F,C,AV-7 3t Nlech"Anical rrm:.... mrhes . ....... ....... A'phs Technologiea, Lid- Cauca. 1-: u r r i I!, j : h --,D 1, rr, i b U ';_"0,111X t,4,. C.1 ,,.;e: tK 11 4 --,E, I _,22D, an._c ' -E ;�M, �,i _ r I n n q� �_, F �X� �4 7 F "a; 2, jM Z, 7 1 192L " -d Slale5: ElIvIrunme" tiEd ,1711 Czcrat,ig '.cmp ranger...... 40 to 7,!"0 1-40 to 155"P) Audible noise igb 25'C:_. W t ri&!er f3l­) TlfLlORI Ori.Pjt Oia38 THD: WIS Electrical safety:. ... ...-.'JE 17 16 .a . 2 2.> io i C T 3 - C _r s: CIR - ,,, CE- ­ EW.._ .P::kmnf i3 a-!tt+;tar"'7,d=rn,:,i .�Px Cxm=!,,a dict e.:8 CV -r iU­., 7,rUM-.M;r,,n errtbix et is rk'� GrLjp 6-96 Technical Specifications AlphaGuard TrA Battery Charge hAanagement ',�ysctem Extends battery life Replace single batteries, not the entire string Spreads charge voltage equally across batteries Compensates for battery differences as they age Optional status -monitoring communications -interface modules -Safe unattended operation designed to CSA 022-2 No, 'IO7.1 and UL '1778 Standards L� 1 ph a Guard , ' aand protec!syciur batterlee, say j�preaclfrg the charge voltage equally across all thWi e series in the string, ensuring that &very baftery., whether old or ne�,v, fsj properly charged. With an ideat'voltage always across each battery, fife and runtime Lire optimized, Individual batteries in a string can be replaced as they fall, allowing batteries to be left in service longer. This stops the wasteful and costly practice of replacing batteries based on a scheduled maintenance programs or disposing of batteries that may have year of useful ]if-- left because one battery has failed. Allpfia Todwalagias nr uc r71"� 6-97 Technical Specifications AlPll',IG,Uar,d ,, the Alph3Ckardsrnooys a patented Charge Management Te&.-rolcgy (CUT) to shuttle current to bat ernes emuiring 3 greater charge, and is m!ntairFj n a sn-ma plasty: enci.rLrE- that instars directly c,-, top of ors he batteries the strng. A short ssNce catle oonrorcts the, Alpha,-uard to eash of the batteries in tie strg- Both RVIXC (3 battery) and 48'VDO (4 bafte?ywersions are available. CnekzhaGuaro is required Per string. An AfphaC-.ranJ configured -with the ortiorla9voltage srensm Ca;t-F*rg and nt�Iaoe r -nodule (DS%4, ESM, EDSM or Extern;g OOCZf,S¢) a Vws the AlphaGuard to interface wih a status-rmritoring rrodule. Two kthaGuard modules can be ccrnevied to art iryterfwe rnc4u4. tie f�rto mdiv-4,jal Interface moDdJe docLmenlatci for additional Womalion. Nk,dels AI -3 -CMT -3: Al� uard Charge Management SEC, 38'V String—rimluding 36VOC baazy irztefface Cable A& -CMT -4: AlphaGuard Charge Management SC,48V :ata i%-76uding. 48VDC battery inteSate cable Configuration Quantty: Si, -vice Locamm czbling AC-035-CaU,: e frn-nx "eight{ ;y C "r, u t --To tz--tm: Ermrnnniental: Quieso,int Current Dram CJ'Iarge Msn3qement Max. Current: Qualify of Final Balance: Cnarging Effi-,.,--nry. Crll Balarre: Lmy'Voltage Culoff C c�,mm u rk afcn I o XML rage Sense R~PlagDrk "Varrwnly F �ws ,ans j,:I) kphaG u ard is required per battery string Wift the battery string AG-CMT-M-148SC ;,r#..age Sense Ca -K's, Singe -Siring, 9' AG-CMT-M,146W Vritage &--nse CaVe, Tiw Stmrg,, 9' -kr 3-CIVIT-W48SCO '46l3c 5r ,p- Sense CaNe, SingCs- String , AG-ChIT-M,146SC VdIage Sense Cane, Ta St,-rg- 35 Hi h mpsclpl'ssto 1 'ZH x 4,82W x 4.25D 381-1 x 122IN x 1080 0 0.8 26 1,76V,d,A l2VDC noming, batteries configured into 36 or ;8VIDC strings Singr,e Nwo ruse, re -w -,,se polarity f vots-cted -40 to YC (-40 to 131T), 5 to _5 4 Nam ditty ImA max. ,Cu7ent r--flsvm-*d by AlphaGiand 31ter low v)o(tzq-- Lata: shutdovvkI dLrff7,g float Owpe 2A a 2610 =1 00mV max. between any two (2) batteries 80 to 90% i100rnVty3:4cal 3-5V0CAZ,'VC,C ±5% AlphaGuard configured 03M status monioring caTd iWarrIV Ptm VI e ry F L-1 For snore ififc-m,,at , n visit ww w. a) p i, a, corn kph.a Techro(og`.--s 4-;r-jtsdstates Belliigharn, 'Nash 7gton Tsll: MO 847 2260 Fax: M -M 571 4,�,214 Canada Burnaby Br,tish Columbia T�, 604 430 1476 Fax: 604 430 E008 6-98 Technical Specifications FXM Communication Module Network Management Interface :-, Remotely monitors UPS status and views automatic event notification > Upgrades firmware via Web browser � Maintains performance statistics and settings through a standard UPS MIB rs Configures scheduled settings for shutdown, startup and self -test function Streamlines system maintenance through a user-friendly graphical interface Thq FXAIA Communication Nlcduie is a compact system controller designed for,.he Spa,7�msE sei ujD awd cpemrion of Alpha y, the uaar can aon-Vgum ra, cnitor and oantrai Alpha'a UF3 p(mer squipment through a newiwk 'Neb, br-awcer. Th;,, module ,an to in-egrated into an exitting re-.,e"oTk marogem9rt pla-,crmthat u:iliz&a irra-Ustry standard cT-ot000fp- ...... . . . ... . ..... ...... .. ur )Iaur Power 1391utions P,�2mer 6-99 Technical Specifications F Communicaflon Module Newyork Manage ment Interface qamote UPS Monitoring am managernent HT7F: Hyper T exlTranViT Fr' ,,V alicAs rmcyllq UPC, mr-xitilng an,J rnwingerrsnt tho:,gvn aven troA?r-::-r, The tollov-Ing bcwasra are * smet 7, s!�70 9. upportev Ints- S N M FI: lmp I e r>?m' tw, r K M a n 5gemme,-I Fr cto c cA a] low u c e n tr a I lz.--,-,l U- FS rIcnItorIng and maragarrprnt t7'rough a neAs:fk m6riagarrient systg-rn such Ga HI Open I09wcf,.SNkAFO. Prce?ulive UPS Evsrit Handing E-esm Log --.H to,-nwoa-ry rso--rds arej c1slol--syra, UFS 2 nd t:,7* -,t=,u, Uln Slatis Notfficsfion- Cr.`MF nctlas m-ItID19 nosta 0 IJIS,,tat", a rr'J *&a m I ng r- a sa, aq c a, Email Notflcafion-.Fgeesvi-ts can to Sint InToLm amm" Intelilgent UPS flanagernerit User S&edL,,,i2q: imicem: ocmguratrs: v Corl9duled svtnga for cWtO-vin, startp ard celf-t-A furvAorv.. PC CPU: .......... ...... ofntfC419T qAM:.-- ............................. sma I ash ROM . ........ .... ......... F -4vs L.41 Emerface.- ..... .. ....... .Aajto-sar,,tia ICVICnIbpa Fast t-rivernat Network Pnitvcul-, -.7 CF! JCP, SIAMP, SWIR HTTP SmTF LED?._ ............... ......... ....... LV,l 1G41CO L:jnk Pcwer Cor mumpion: ....... -m max. rdz'srallaneous: - ----_-_.....;F and mars:Nvara rssw, t�Atcqi s Language--- ................. (,:WaJt4, vjpPCTtS a:] fanguages F,mNsrs Upgrading: 1-,°Ytmrk,, pgrsde; f.-N-es'a Mud zytam qpvatrn and atIm"IsIrWen APpmvals:-C'E, RDO C43s3 8 A'phs Technologies 1-id- lalrazal curl�,,,r, 0-ilkh �Ccl4mb�! T66N 31ti F3sl --UX: 624 4WIZX3' Stam: Ciotti VhdIIL:r,:AI 'T :k Yjo F.47 rax: 671 4`s.V; frmno r,arf"'t Ir,"r-Co chfn;pi t4 Twlrdo�.41 Fijhtr,8f,;(,vA m+MA ve n (,'4 TWWC4',Q�4 A TheNovus FXM graphical User lrtedaosa (GUI) operates like a Web-bassd v WiridVA'S-taSSd SCTe2ll- For r-c,,s lnformaOc- sy"IfIt"I.4 .;Mw altam GrE.-Ap* 6-100 Technical Specifications ILLUMINATION POLE ASSEMBLY SPECIFICATIONS 1. Description. Fabricate, furnish, and install roadway illumination pole "American Lite Pole Model RTS-35-85-11-AB-GPBL-NC-TWIN8'DECOARM-TB2" assemblies, or equivalent, as shown in the item requirements below. 2. Materials. Provide new materials that comply with the details shown on the plans, and the requirements of this Item. Provide 6 sets of submittals for the complete assembly to the Engineer at the project address. Obtain the Engineer's approval on the submittals before purchasing materials and beginning work. Provide 35 ft. tall, 8.5 X 3.6 in. diameter round tapered steel pole as shown in the plans. The pole shall be a one section design fabricated from standard 11 gauge (.1196"), 7 gauge (.1793") or 3 gauge (.2391") steel. Each section shall be fabricated from a weldable grade hot rolled commercial quality carbon steel -conforming to ASTM A595 with a minimum yield strength of 55,000 psi. Each pole will have a full-length longitudinal weld and will be cylindrical in cross- section having a uniform taper rate of 0.14" of diameter change per foot of length. Provide a pole designed to support the luminaire and arm, installed on existing foundations with 12 in. diameter bolt circle as shown in the plans, in accordance with the latest version of the AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals." B. Base Plate: The base plate is fabricated from a structural quality hot rolled carbon steel plate that meets or exceeds ASTM A-36 with a minimum yield of strength of 36,000 psi. The base plate telescopes the pole shaft and is circumferential welded top and bottom. The base plate has slotted bolt holes. All fasteners shall be corrosion resistant. C. Transformer Base: Provide 17 in. tall, aluminum breakaway transformer base as shown in the plans and specifications. All fasteners shall be corrosion resistant. D. Support Arm: Provide luminaire support arm (with adornments) designed to support the luminaire and as shown in the plans and specifications. All fasteners shall be corrosion resistant. 6-101 Technical Specifications E. Banner Arm: Provide bolt -on banner arms as directed by the ENGINEER. All fasteners shall be corrosion resistant. Bolt -on banner arms will ship with the poles unless otherwise specified. F. Anchor Bolts: Anchor bolts are fabricated from a commercial quality hot rolled carbon steel bar that meets or exceeds minimum yield strength of 55,000 psi in accordance with ASTM F1554. Anchor bolts are sized according to each pole design and are furnished with 2 galvanized heavy hex nuts and 2 galvanized flat washers. Anchor bolts shall be fully galvanized in accordance with ASTM A-153. Anchor bolts will ship with the poles unless otherwise specified. G. Pole Top: Each pole will be provided with a removable pole cap. H. Welding: All welds shall be of the highest quality and performed by American Welding Society certified welders conforming to the latest version of the American Welding -Society specification AWS D1.1. I. Finish: Finish all pole assemblies; arms, transformer bases, banner poles, mounting brackets and platforms with black polyester thermosetting powder -coating applied to the surface of the substrate a minimum of 3 mils. Finish shall match: Color Product name and #: Super OGF Black; S-400 (See Quality Powder Coating in Carrollton, TX) Cure: 400E- 10-12 MIN PMT Control #: S-400 Resin Type: Super polyester resin Gloss Level: 70-80% "or equivalent". Star shall match PMS -4495 (Coppell Gold) 6-102 Technical Specifications Figure 1 American Lite Pole Model RTS-35-85-11-AB-GPBL-NC-TWIN8'DECOARM-TB2 6-103 Technical Specifications Round'I'aperect Steel Anchor Base Specifications Pole Shaft the 1"01a shaft it, on (I wc I ir)n (It, qjn f I I) rit"'Ited trona kI -In daird 11 gall qe, C1196'), 7 rfaugo ( 1793') gaugo (Z91") steel, C-ach section shall be fabricated from awaldablo grade hot rolled commercial quality carbon steel conforming to ASTM A596 with mAmum VieJd strength of SS,00 pql5ach pate will have a hol lemith lon!'itudin"ll weld 00 will be cylintili(;ol in cio*i-iection havIng i witoro) tapet rate of 14' of diarnater change per foot of length, Hand Note An oval ritinforced hand hole, having as notnimil 3' X 5' at 4" X 6 '(V imide opening, lowtt3d 18" al)0viii base with cover and attatiling hardware Is standard art all polos. A qrcuriding location is prmided insido the hand hole rtfiq, Base Plato The llal&e plille is faboOt(d from 3 Structural quality hol rolled (aIlhon Ste ol Plate that fneil's i'l oxcexjs ASTM A-36 with a minimum yir.,',d of strungth of 36,000 psi. The base plate shall telescjr,'pe the pole shaft and have a circumferential weld on the top and bollen?, The base plate is provided Mth Slotted bolt holes to to at. 0 5' Vafiaton rel the nornirial boll "(1t), Anchor Bolts Anchor boils are fabricated from a commercial quality hot rolled carbon steel bar conforming to ASTM F1554 Glade ,% Anchor boog are sized according to eich pole des.jn and are furnished Wth 2 tjalvanized hex nuts and 2 golvartized Vatwashut-,, Anchor bolts shall be full,/ (jalvanized to ASTM X 153, Pole Top Inch pot. assembly is prov)dad with either a 2 3V OD,x 5' tenon (other size tenons are ava�able) or drilled to accept side mount luminaries with a remomblo pole cap. Design The self-Ktion of the rwect pole design is predicated no the specific loading reqoirements of each application, The px+,i localed in thri steel pole Or-.ut are dosiql1r.d to with'tand dead loads and tnrjore*r� al dynamic loads developed by sustained winds of 80 MPH through 100 NIPH times the 1,3 gust factor, Effective Ptojected Area (FrA) Is the actual -adjustc-d projected ir" of the fixtutes and matintim) into account Ifiv apprupiiateshapa factor to result in an area having a coefficient of drag equal to unity (1,C), The cornhined EPA and the weight of the luminaries, fight supper t tiracket&, platforms ,)qd :any other att'It'hoe ants cannot exceed the stilet FPA at:allowable welqht or) that po,!e, Welding All welds are pi)rformod in accordance with the Anictican Weloinq Socioly specification AVVS 01. I, latest edition, Finish The polo aSsootbly 0311 W a poly"tor powder ccialifyj apphed to the surface of the substrate to as minimum of 3 mils for all color finishes or hot dip galvanized finish to a ASTM A-123 4xiticafiom Prime "finish Is 'also avallablir. 6-104 Technical Specifications 12 1/32, so, (4) 1",-8 Ic 4' LG, GALVANIZED HEX HEAD RMS (ASTM A449, SAE J429 -!,R5) (4) 1' 0 - 2' OD. C,ALVANQED ftAT 0944,S BOLT iaRCLE A 3.001 8CO PROITOTIC01 ,-13 I/W 5Q. -I DRUM & TAPPED 112'-13 UIN% ACILE FOR C4tr 7if MIMECTOR CAUTION III tg III, t�l 3 (4) 1 1/16" ED. ,'2 3/4' O.D. x 1/2' THA, OLVPhED FLAT WASHERS BOTTOM BOLT CIRCLE Figure 2 American Lite Pole Aluminum Breakaway Transformer Base 6-105 Technical Specifications V INA, vNMUM BOLT CIRCLE MVAWZE0 ivAT WASHERS TOP BOLT CIRCLE Ex BUTS ' 1/4* - -.?0 , I' E.C. 55 SONET RN110 HEAD MACHNE 'CPEW it 314" rr 9 3/4' SOMM 00114 1 ) Ile TOP 12' N, MAXIVUV _--I?,DrH CAST ALINMIM TRAIIISF'RVER (00 6R(tt BASE DOIR (36-T6 ALLOY) 10" 01A W11110MV. 4) 1'-8 LG. PARTIALLY DOLT (,PCU v/I I GALVANIZED ANCHOR EMS < (4) r-8 (,ALV,,1!t-ZED KAY( 11EX "Nuts A 3.001 8CO PROITOTIC01 ,-13 I/W 5Q. -I DRUM & TAPPED 112'-13 UIN% ACILE FOR C4tr 7if MIMECTOR CAUTION III tg III, t�l 3 (4) 1 1/16" ED. ,'2 3/4' O.D. x 1/2' THA, OLVPhED FLAT WASHERS BOTTOM BOLT CIRCLE Figure 2 American Lite Pole Aluminum Breakaway Transformer Base 6-105 Technical Specifications an llmvdeCr Coat over-Qilvanixe SI)ecifluition GP -SPEC LiteFole ?o,wder Coat over Galvanize Finish Specification General: The standard powder coot finish consist of Polyester Urethane, TGIC (Trigtycidyl Isocyanurate) Polyester over hot -dip galvanize surface. Zinc Coating (Galvanizing): The: product is hot -dip golvonized to the requirements of either the current revision of ASTM Al 23 (specification for Zinc Coating on Iron and Steel Products) or thecurrent revision of ASTM A153 (specification for Zinc Coating on iron and Steel Hardware). AASHTO, MILSPEC or International specifications can be accommodated when requested in advanced. if repairer are required, they are done so in accordance with the current revision of ASTM A780 (practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings). Surface Preparation for Powder Coat: The galvanized surface is prepared for painting by sweep blasting to the current revision of ASTM D6386 requirements utilizing cast steel abrasives conforming to the Society of Automotive Engineers (SAE) Recommended Practice J827. The blast method used is a recirculating, closed cycle centrifugal wheel system with abrasive conforming to SAE Shot Number S280. Exterior Coating: Packing: All exterior surfaces are coated with Polyester Urethane, TGIC (Triglycidyi Isocyanurate) Polyester to an average dry film thickness (DDT) of 4.0 mils. The coating is electrostatically applied and cured in a gas fired convention oven. Prior to shipment; small poles are wrapped in a protective polypropylene woven material, laminated to 3/32" microfoam. Larger poles are protected at dunnage points on the truck or trailer. 6-906 Technical Specifications LED LUMINAIRE SPECIFICATIONS 1. Description. Fabricate, furnish, and install LED luminaires "Trastar Fixture Model JXM-ST140 (130W) 254169" or equivalent, as shown in the item requirements below. 2. Materials. Provide new materials that comply with the details shown on the plans, and the requirements of this Item. Provide 6 sets of submittals for the complete assembly to the Engineer at the project address. Obtain the Engineer's approval on the submittals before purchasing materials and beginning work. Provide LED roadway luminaire with IES type II light distribution pattern. A. General Requirements: Provide LED luminaires UL listed to UL1598 and suitable for use in wet locations. Ensure that optical compartment meets IEC Standard 60529-IP65. Place permanent labels inside of luminaire indicating date of manufacture, IP rating, and UL listing. Rate luminaire for a minimum operational life of 60,000 hours, with operating temperature rated between -30 degrees C and 40 degrees C. B. Housing: Provide luminaire housing, lens frame, and door from 96% copper -free, die-cast aluminum. Provide for luminaire mounting to a 2 -in. pipe arm, capable of adjustments ±50 from level. Meet ANSI 136.31, 3.0 G vibration requirements. Equip luminaire with a three -prong photocell receptacle with shorting cap installed. Paint luminaires to match the black color finish of the illumination pole or as directed. Use a thermoset powder -coat paint system. Fabricate hardware, brackets, nuts, bolts, washers, ballast tray, and parts from stainless steel or aluminum of adequate thickness as approved. Ensure weight of the luminaire is less than 40 pounds and the effective projected area is less than 1.0 sq. ft. C. Electronic Driver and LED Modules: Provide luminaire with replaceable LED driver modules that will operate at 120V and 240V line voltage or 240V and 480V line voltages as shown in plans. (240 used on this project) Provide luminaire with surge protection devices (SPD), in addition to driver's internal protection, to withstand repetitive noise transients from utility line switching, nearby lightning strikes, and other interference. Provide SPD that will protect the luminaire from common mode transient peak voltages up to 10 kV (minimum) and transient peak currents up to 5 kA (minimum). Provide SPD that conforms to UL 1449 or UL 1283, and has been tested per the latest version of IEEE/ANSI C62.41 for category C (standard). Provide a two -position barrier -type terminal block secured to housing. Provide lugs with captive screws for wire sizes up to 6 AWG. Identify each terminal position. 6-107 Technical Specifications Do not place fuses in pole -mounted luminaires. Provide wall- or underpass -mounted luminaires with internal 10 -amp, time -delay fuses and fuse holders. Provide luminaire with such features to allow for future use of dimming control (0-10 volts). Construct luminaire with LED modules that can be replaced or repaired without replacement of the whole luminaire. Construct LED modules so that catastrophic loss or failure of an individual LED will not result in the loss of the entire luminaire. Provide LED modules with a color temperature between 3500K -5000K. Provide sufficient thermal management of the heat generated by the luminaire to ensure a minimum operable life of 60,000 hours with an average operating time of 12 hours per night. Provide a passive thermal management system. Fans or other mechanical cooling systems will not be allowed. Luminaire will be considered at end of life when the total light output of the luminaire is below 70% of the initial output. Design luminaire so that the maximum junction temperature of the LEDs at maximum ambient temperature will not be exceeded, and will not exceed 105 degrees C. D. Performance Requirements: For each type of luminaire specified by this specification, submit a photometric file in .ies format of the luminaire generated from tests of an actual luminaire in an independent test lab. Document that the luminaire was tested according to IES LM - 79. E. Warranty: The manufacturer will replace failed luminaires, when non-operable due to defect in material or workmanship, within five years of installation with a luminaire that meets all specifications, delivered to the project location. Photocells are subject to the warranties of their respective manufacturers. 6-108 Technical Specifications E'31 -ST Cobra Head IGHT _ �r iert ! e.��it a nasi orad tr�rfF�acti�t -'r-t cc,t�aca�rivna POAAT. 3. Ci7NSI7tIPTIO. — sages 50-70'1'0. EXPECTED LED LIFE—100.00N0 his. LED TECHNOLOGY — Latest technology on Hi -Flim LEI?_, I-Amimal CRI of 70. OPTIC'S — Special secondary optical Lena design to maximize light output & uniformit.,. Each lens allows the fixture to generate different lighting patterns. Dimmable option. DISTRIBUTION LAYOUT T —A-vailable: Type H and EI. OPERATr G TEIIPERiTU'RE — 40 CO — 1-70 CO. HOUST G—Die cast aluminum housingwithpowdercoat finish Single, self-contained dense, not requu-ing ou-site assembly for installation, designed to prevent the buildup of water and accumulated debris. Tool less entry housing. Watertight, IP -66. 4iglrt !�- 35lbs._f2� 44 bs. for -235W).. EFA= 0.505 sqf. (0,915 for 2851N). TFIERIA i -1L N[ANA GFA IENT — Heat sink fins are incorporated into the external dear to allow for dispensing heat. MOUNTING— More than 30' mounting an_le adjustability. Easy adjustable =ounting hardware for carious mountir.g anjles and pole sizes. ELECTRICAL FEATURES — Integral pourer surge protector tested. in conformance to ANSDIEEE 062.45 procedures. Comes with a rariable oltage power 2upply 120-27 VAC (60 HZ _3 HZ AC line). Also available with a step-&-csm tran former built into the unit to accommodate 480LAC. T.i iA-lock photocell included_ UL 1598 LL 8750, and CSA 022.2 certiiied_ LL�IR HIRE EFFICACY — . 91} lmiw. COLOR CORRELATED TE\€PER.ALTLME (CC'Tl—4,000K I o 6.0001{_ Model rl imber; IXM-57140 AM -5711104- IXM-ST180-3 1XM-STI80 AM -53188.4 Wattage Level. 130W 154W 170W NOW tSOW Lumen Output: z 12600 a 13500 %15750 v 1£000 Z 14000 C-R 1: 70 >70 >70 ,-70 > 70 Power Factor. 0.99 0.99 0.99 0.99 0.99 Any additional technical information or rales support regarding these and rather LED Product3, leasL- contact: www.trostarusa.com : heats Buy Araerican KORS ucqusrenrents Figure 1 Trastar Fixture Model JXM-ST140 (130W) 6-109 Technical Specifications SECTION 7 GEOTECHNICAL REPORT T H E- C C T Y - O F 7-1 Geotechnical Report Ll FINAL GEOTECHNICAL EXPLORATION on FREEPORT PARKWAY EXTENSION Between Sandy Lake Road and S.H. 121 Coppell, Texas ALPHA Report No. G120677-1 Prepared for: TEAGUE NALL & PERKINS 1100 Macon Street Fort Worth, Texas 76102 Attention: Mr. Scott Gibson, P.E. December 12, 2014 Prepared By: ALPHA TESTING, INC. 2209 Wisconsin Street, Suite 100 Dallas, Texas 75229 _XT ESTI N G A L P N A # WHERE IT ALL BEGINS Teague Nall & Perkins 1100 Macon Street _ boil Worth, Texas 76102 Attention: Mr. Scott Gibson, P.E. (;eolechnical C onsintetion .Materials Enviro✓tnrental 7B.P,E Firm No. 813 2209 Wis,co'Shl Sheet, Suite 100 i?allas, Texas 75229 December 12, 2014 Tel: 972-620-8911 Fax: 972-620-1302 it'ir-ii,.alphatesting.colrr Re: Final Geotechnical Exploration Freeport Parkway Extension Between Sandy Lake Road and S.H. 121 Coppell, Texas ALPHA Report No. G120677-1 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Scott Gibson on September 24, 2014 and performed in accordance with ALPHA Proposal No. 41961-rev2 dated September 15, 2014. This report contains results of field explorations and. laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of foundations for single-family residential structures. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. THEODORE.A. JANISH ........ 401 � 82418 AA �� E N t,� t MAT/TAJ/swt Copies: (1) Client Sincerely, ALPHA TESTING,. INC. Mark L. McKay, PSE Senior Geotechnical Engineer Geotechnical Department Mager Principal A. (Tony) 4, nish, P ALPHA Report No. G120677-1 TABLE OF CONTENTS On ALPHA REPORT NO. G120677-1 1.0 PURPOSE AND SCOPE................................................................................................1 2.0 PROJECT CHARACTERISTICS...................................................................................1 3.0 FIELD EXPLORATION.................................................................................................2 4.0 LABORATORY TESTS.................................................................................................2 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................2 6.0 DESIGN RECOMMENDATIONS.................................................................................3 6.1 Existing Fill .............................................................................................................3 6.2 Spread Footing Foundations for Entry Feature (Boring 1) and Retaining Walls (Borings 4 and 7)...........................................................................4 6.3 Retaining Wall Recommendations...........................................................................4 6.4 Pavement................................................................................................................6 6:4.1 Pavement Subgrade Preparation.................................................................6 6.4.2 Portland Cement Concrete Pavement..........................................................7 6.5 Box Culverts........................................................................................................... 8 6.5.1 Mat Foundations........................................................................................8 6.5.2 Lateral Earth Pressures...............................................................................9 6.5.3 Wing Wall Footings....................................................................................9 6.6 Seismic Considerations..........................................................................................10 6.7 Drainage and Other Considerations.......................................................................10 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS .......... 12 7.1 Site Preparation and Grading.................................................................................12 7.2 Foundation Excavations........................................................................................13 7.3 Fill Compation......................................................................................................14 7.4 Groundwater.........................................................................................................14 8.0 LIMITATIONS.............................................................................................................16 r_�9900iO3�:� A-1 Methods of Field Exploration Boring Location Plan —Figure 1 B-1 Methods of Laboratory Testing Swell Test Results — Figure 2 Logs of Borings Key to Soil Symbols and Classifications ALPHA Rer ort No. G120677-1 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. ("ALPHA") to evaluate for the "Client" some of the physical and engineering properties of subsurface materials - at selected locations on the subject lots with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from test borings performed at the center of selected subject lots within the referenced subdivision. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those_ observed at the boring locations, and subsuf face . c6nditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to construct an extension of Freeport Parkway between Sandy Lake Road and S.H. 121 in Coppell, Texas. A site plan illustrating the general outline of the property provided by the Client, with ALPHA's boring locations noted on it, is provided as Figure 1, titled Boring Location Plan, in the Appendix of this report. At the time the field exploration was performed, most of the site was relatively open with scattered trees and light vegetation. Other than the new road extension, two (2) retaining walls, an entry feature, and a box culvert will also be constructed. It is anticipated that these structures will create light loads to be carried by the foundations. Available information indicates one of the retaining walls will be about 100 ft long and the other about 400 ft long. Based on information provided by the client, it appears that about 23 ft of cut may be required in some areas to grade the site for the planned construction. Global stability analysis for retaining walls are considered beyond the scope of this study. ALPHA Report No. G120677-1 /% 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling six (6) test borings (Borings 1 through 5 and 7) in general accordance with ASTM D 420 to a various depths using standard rotary drilling equipment. Boring 6 was drilled by ALPHA as part of a previous geotechnical investigation in 2012. Listed below are the depths of each specific boring. The approximate location of the test borings are shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheet included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring log contains both factual and interpretive information. Lines delineating subsurface strata on the boring log are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis for providing foundation design recommendations and earthwork construction recommendations. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring sheets or individual test results sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the terrace deposits, near the Woodbine formation. The Woodbine was deposited in a near -shore marine environment which can account for extreme lateral variability of the formation. Although not encountered in the borings, very hard sandstone lenses, layers and boulders are common in the Woodbine Formation. Terrace deposits and alluvium consists of clay with varying amounts of sand, silt, and gravel. The test borings appear to be consistent with the formations mentioned above. 2 TABLE A BORING NUMBER BORING DEPTH STRUCTURE OR FEATURE B-1 25 ft Road and Entry Feature B-2 8 ft Road B-3 8 ft Road B-4 30 ft 100 ft Retaining Wall B-5 25 ft Cut B-6 5 ft Road B-7 (New) 40 ft 400 ft Retaining Wall The approximate location of the test borings are shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheet included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring log contains both factual and interpretive information. Lines delineating subsurface strata on the boring log are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis for providing foundation design recommendations and earthwork construction recommendations. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring sheets or individual test results sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the terrace deposits, near the Woodbine formation. The Woodbine was deposited in a near -shore marine environment which can account for extreme lateral variability of the formation. Although not encountered in the borings, very hard sandstone lenses, layers and boulders are common in the Woodbine Formation. Terrace deposits and alluvium consists of clay with varying amounts of sand, silt, and gravel. The test borings appear to be consistent with the formations mentioned above. 2 ALPHA Report No. G120677-1 Subsurface materials in the borings consist generally of clayey sand (SC), sand (SP), cemented sand, and clay shale. The upper 13 ft of material in Boring 5 was visually classified as fill or possible fill. The letters in parenthesis represent the soils' classification according to the Unified Soil Classification System(ASTM D 2488). More detailed stratigraphic information is presented on the Log of Boring Sheets attached to this report. The clayey sand, sand and cemented sands are considered relatively permeable and are anticipated to have a rapid response to water movement. However, the sandy clay soils and clay shale encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. During field explorations, free groundwater was not encountered on drilling tools or in the open boreholes immediately upon completion. However, it is common to encounter seasonal groundwater in granular soils or from natural fractures within the clayey matrix, particularly ,during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix of this report. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change, including the building locations on the site our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final plans and specifications for review prior to construction. 6.1 Existing Fill As stated in Section 5.0, about 13 ft of possible fill was present in Boring 5. The depth of the fill could be greater at other locations, and the lateral extent of the fill is not known. Also, although not encountered at the borings, existing fill can contain organics, rubble, boulders, debris, and other unsuitable materials. Excavation and grading contracts should contain provision for removal of unsuitable materials. Test pits could be performed prior to construction to assess the depth, lateral extent, and composition of the existing fill. ALPHA TESTING would be pleased to assist with a test pit program if desired. I ALPHA Report No. G120677-1 6.2 Spread Footing Foundations for Entry Feature (Boring 1) and Retaining Walls (Borings 4 and 7) Considering the sandy nature of the soils encountered at Boring 1, it is not recommended to support the proposed entry feature on drilled piers due to the possibility of cave-in during construction. For this reason, a shallow spread footing foundation system is recommended. Recommendations for spread footings are provided below. Site retaining walls and the entry feature could be supported by shallow spread footings. Site retaining walls and the entry feature supported using a shallow footing bearing on undisturbed clayey sand, sand, and sandy clay soils can be designed using a net allowable bearing pressure of 4 ksf. In using net pressure, the weight of the footing and backfill over the footing need not be considered. All footings should be located at a depth of at least 3 ft below final exterior grade as measured at the toe of the wall. Deeper footing penetrations may be required based on the structural design of the walls. Wall footings should have a least dimension of 18 inches in width for bearing capacity considerations. Shallow footings for the entry_ feature and retaining walls could experience potential seasonal movements due to shrinking and swelling of active clays of aboui 1 inch or less. The above potential movements were estimated in general accordance with methods outlined by TxDOT Test Method Tex- 124-E and engineering judgment and experience. The above bearing pressure is applicable for footings bearing at a depth of at least 3 ft below the final ground surface as measured at the toe of the wall or entry feature. The recommended footing depths are for bearing purposes only; the structural engineer should review the recommended bearing depths for retaining walls to insure the walls are sufficiently designed for global stability and to resist sliding, overturning, etc. Footing subject to lateral forces or overturning should be proportioned such that the soil reaction force on the base of the footing lies within the middle one-third of the footing width. Resistance to sliding will be developed by friction along the base of the footings and passive earth pressure acting on the vertical face of the footing and/or a key installed in the base of the footings, if required. We recommend a coefficient of base friction of 0.3 along the bottom of the footing. The available passive earth resistance on the vertical face of the toe of the footing and a possible key installed in the base of the footing may be calculated using an allowable uniform passive earth pressure of 500 psf for footings or keys bearing laterally against undisturbed vertical cuts in sandy clay soils or 150 psf per ft of depth for footings bearing against granular soils. Passive resistance on the vertical face of the footing within 2 ft of the final site grade should be neglected. 6.3 Retaining Wall Recommendations Based on the current available information, two (2) retaining walls are planned at the site. Available information indicates one of the retaining walls will be about 100 ft long and the other about 400 ft long. It is our understanding that global stability analyses for the retaining walls will be performed by the client. 4 ALPHA Report No. G120677-1 Retaining walls should be designed to resist the expected lateral earth pressures. The magnitude of lateral earth pressure against the retaining wall is dependent on the method of backfill placement, type of backfill soil, drainage provisions, and type of wall (rigid or yielding) after placement of the backfill. Experience demonstrates when a wall is held rigidly against horizontal movement (restrained at the top), the lateral pressure (at -rest lateral earth pressure) against the wall is greater than the normally assumed active pressure. Yielding walls (rotation at the top of at least 0.1 percent of the wall height) and walls not sensitive to some movements can be designed for active earth pressures (ka). Rigid walls should be designed using the higher at -rest lateral earth pressures (k,,). Walls should be designed using the equivalent fluid pressures provided in Table B below, considering a triangular distribution and assuming a horizontal ground surface extending back from the top of the wall. The equivalent fluid pressures provided do not include a factor of safety. TABLE B LATERAL EARTH PRESSURE Horizontal Ground Surface E ending Back from the Top of the Wall --- Equivalent Fluid Pressure, pcf Drained Undrained including Material Condition Hydrostatic Pressure At -Rest, 53 89 Free Draining Granular Soil k,,=0.42 0=35', YT =125 pcf Active, 34 79 Ka 0.27 Select Backfill - TxDOT Standard At -Rest, 38 82 Specifications Item 423 Type D ko=0.29 0=44°, YT =130 pcf Active 25 76 Ka 0.19 On -Site Clayey Soils At -Rest, 109 (Native or fill placed per Section 7.3), k,=0.74_.................................-----........_..__. _............. __._....... ........... - ...... .._.._....._.._... 0=15°, YT =125 pcf Active, 100 Ka 0.59 Free draining granular backfill should consist of a clean, non -plastic, relatively well -graded granular soil consisting of sand, gravel, or a sand and gravel mixture, with less than 5 percent finer than the No. 200 sieve size. To reduce surface water seepage into the select back fill and free draining backfill, the top 1 -ft of the backfill should consist of on- site clay soil with a plasticity index of at least 25. To utilize the active and at -rest pressures above, the select backfill free draining granular backfill (if used) should extend outward at least 2 ft from the base of the wall and then extend upward on a 1 horizontal to 2 vertical slope. The select backfill and free draining granular backfill should be separated from the adjacent native soils using a filter fabric (Mirafi 140N, or equivalent) to prevent intrusion of native soils into the free draining granular backfill. ALPHA Report No. G120677-1 12 Complete drainage of the free draining granular backfill should be provided to prevent the development of hydrostatic pressures behind the wall. A typical drainage system could consist of perforated PVC pipes placed in filter trenches excavated parallel to the base of the walls for their entire length. The drain pipes should be positioned at a depth lower than the bottom elevation of the wall and should also be wrapped with filter fabric (Mirafi 140N, or equivalent). A drainage system is beneficial regardless of the type of backfill used behind the wall. For cohesive wall backfill, a vertical drainage layer immediately behind the wall (such as free -draining sand or gravel as described above, or a manufactured drainage medium) could be utilized. As a minimum weep holes should be provided for freestanding walls, although weep holes by themselves will likely not be adequate to provide sufficient drainage to prevent occasional buildup of hydrostatic pressure. Lightweight, hand -controlled vibrating plate compactors are recommended for compaction of backfill adjacent to the wall to reduce the possibility of increases in lateral pressures due to over -compaction. Heavy compaction equipment should not be operated near the wall. Also, compaction of backfill soils behind the wall should not exceed 100 percent standard Proctor maximum dry density (ASTM D 698) to further limit lateral earth pressures against the wall. The lateral earth pressures above do not include the effects of surcharge loading on the wall. Surcharge loads should be multiplied by the appropriate lateral earth pressure coefficient from the table above and applied as a uniform lateral load over the full height of the wall. 6.4 Pavement Clayey sand and/or sandy clay encountered near the existing ground surface at the borings, or similar materials used as engineered fill for grading will probably constitute the subgrade for the new residential streets. To permit correlation between information from test borings and actual subgrade conditions exposed during construction, a qualified Geotechnical Engineer should be retained to provide subgrade monitoring and testing during construction. If there is any change in project criteria, the recommendations contained in this report should be reviewed by our office. 6.4.1 Pavement Subgrade Preparation Based on the borings, we anticipate the pavement subgrade could consist of sandy soils or low to moderate plasticity sandy clays, or similar materials used as fill for site grading. Lime treatment of these soils will not be uniformly effective and is generally not recommended for this project. Cement modification of the pavement subgrade soils is recommended. The purpose of cement modification is not necessarily to increase the subgrade strength, but to reduce the tendency of the sand to "pump" up or migrate through cracks and joints in the concrete pavement when wet. The use of cement will also aid in compaction of the loose sandy soils. ALPHA Report No. G120677-1 The exposed surface of the pavement subgrade soils should be scarified to a depth of 8 inches and mixed with an estimated 5 percent Portland cement (by dry unit weight) in conformance with TxDOT Item 275. Assuming an in-place unit weight of 110 pcf for the pavement subgrade soils, this percentage of cement equates to about 33 lbs of cement per sq yard of subgrade treated. The soil -cement mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of -1 to +3 percentage points above the mixture's optimum moisture content. 6.4.2 Portland Cement Concrete Pavement The pavement section for this project was analyzed using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association). The following design parameters were used in analyses of the PCC pavement sections: Compressive Strength of Concrete Modulus of Elasticity Modulus of Rupture Modulus of Subgrade Reaction Load Transfer Coefficient Drainage Coefficient Initial PSI Terminal PSI Standard Deviation Reliability Pavement Design Life 4,000 psi at 28 days 3,600,000 psi 650 psi 300 psi/in 3.0 1.0 4.5 2.5 0.35 85 percent 25 years Based on information provided by the client, we understand the pavement will be subject to an initial daily traffic of 5,500 vehicles per day (vpd) plus added traffic of 4,100 vpd due to the anticipated construction of new warehouses along the new road segment. No other information was available regarding traffic volumes and the distribution of the traffic by vehicle type. Traffic volume in terms of 18 -kip Equivalent Single Axle Loads (ESALs) was estimated using the AASHTO design procedure and the following assumption. We have assumed about half of the truck traffic would consist of heavy trucks and the half to consist of relatively light trucks. If more -current traffic information becomes available, we should be contacted to review the traffic information and approve or modify, in writing, the recommendations in this report. Assumptions and Estimates for Traffic Volume Analysis Regular Traffic (Not Associated with the New Warehouses) Percentage of Trucks 10 Percentage of Cars 90 Initial Vehicles per Day 5,500 Growth Rate 0.5 percent/year Lane Distribution Factor 0.8 ALPHA Report No. G120677-1 Warehouse Traffic Percentage of Trucks Percentage of Cars Initial Vehicles Per Day Year 1 Traffic Increase For Years 2 through 5 Traffic For Years 5 through 25 Lane Distribution Factor 20 80 820 820 vpd/year 4,100 vpd (constant) 0.8 Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following pavement section with the corresponding expected total number of 18 -kip Equivalent Single Axle Loads (ESALs) is recommended in the table below. PCC Pavement Section Total Number of 18 -kip Equivalent Single Axle Loads (ESA -Ls) Minimum Concrete Thickness Recommended (inches) 25,000,000 (25 Year Design Life) 10.5 Portland -cement concrete should have a minimum compressive strength of 4,000 psi at 28 days. Also, the joints and reinforcing steel in PCC paving should be in accordance with city standards. Concrete should be designed with 5 + 1 percent entrained air. Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. 6.5 Box Culverts Based on the current available information, it appears the base of the proposed concrete box culverts will be about 15 ft below the existing grade. Based on the subsurface conditions encountered at the borings we expect the box culverts could bear on native sandy clay and/or clayey sand soils. The proposed box culverts could be supported on mat foundations bearing in sandy clay or clayey sand soils as described below. 6.5.1 Mat Foundations The base of the proposed concrete box culverts will act as a mat foundation system. Based on soil conditions encountered in the vicinity of Borings 3 and 4, the mat foundations for these box culverts bearing in native sandy clay and clayey sand soils can be designed using an allowable soil bearing pressure of 4 kips per sq ft. Box culvert foundation movements due to shrinking and swelling of active clays for foundations placed in sandy clay or clayey sans will be comparable to that of the surrounding areas and along the adjacent road alignments, (about 1 inch) as noted in Section 6.2 above. The above potential movement was estimated in general accordance with methods outlined by TxDOT Test Method Tex- 124-E and engineering judgment and experience. Estimated movements were calculated s ALPHA Report No. G120677-1 assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex -124-E. Movements exceeding those predicted above could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. ALPHA TESTING should observe and test the foundation subgrade soils during foundation construction to locate unsuitable materials that could be encountered in excavations for the culverts and to verify conditions are as anticipated in this report. Excavation for the box culverts will be located in existing drainage features and channels. As such, water diversion methods and/or de -watering of the excavations may be required at these sites. General site dewatering is discussed in Section 7.4 below. In general, backfill for the box culvert excavation should be placed and compacted 4 . as described in Section 7.3, below. In areas where backfill is more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. It should be noted that properly placed and compacted clay fill soils in excess of about 12 ft deep are prone to post - construction settlement due to compression of the fill from self -weight. The magnitude of this settlement could be about 1 to 2 percent of the thickness of fill placed. 6.5.2 Lateral Earth Pressures The box culvert structures (and any wing walls) can be designed using the lateral earth pressures presented in Table B in Section 6.2, above. 6.5.3 Wing Wall Footings Wing walls associated with the box culverts (if any) could be supported using a shallow footing foundation system. Wall footings (strip type) can be designed using a net allowable soil bearing pressure of 4 kips per sq ft. The above bearing pressure is applicable for footings bearing in either natural sandy clay or clayey sand soils. In using net pressure, the weight of the footing and backfill over the footing need not be considered. All footings should be located at a depth of at least 2 ft below final exterior grade as measured at the toe of the wall. Deeper footing penetrations may be required based on the structural design of the walls. Wall footings should have a least dimension of 18 inches in width for bearing capacity considerations. Shallow wall footings for the wing walls could experience potential seasonal movements due to shrinking and swelling of active clays on the order of about 1 inch. The above potential movements were estimated in general accordance with methods outlined by TxDOT Test Method Tex -124-E and engineering judgment and experience. 9 ALPHA Report No. G120677-1 Resistance to sliding will be developed by friction along the base of the footings and by passive earth pressure acting on a portion of the footing and on any key installed in the base of the footing, if required. The available passive earth resistance on the vertical face of the footing should be neglected for any portion of the footing within 2 ft of the final site grade. We recommend a coefficient of base friction of 0.3 be used along the bottom of the footing for footings bearing in native sandy clay and clayey sand. The available passive earth resistance on the footing and key may be calculated using an allowable uniform passive earth pressure of 150 psf per foot of depth for footings bearing against vertical undisturbed cuts in native sandy soils or sand backfill soils placed as recommended in Section 7.3. Careful monitoring during construction is necessary to locate any pockets or seams of unsuitable materials which might be encountered in excavations for footings. These materials, if found, should be removed and replaced with lean concrete (about 2,000 psi strength at 28 days). 6.6 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not extend to 100 -foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depths of the deepest borings. Based on Section 1613.5.2 of the 2006 International Building Code, we recommend using Site Class C (very dense soil and soft rock profile) for seismic design at this site. 6.7 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the structure should be sloped away from the structure to prevent ponding of water around the foundations. Final grades within 5 ft of the structure should be adjusted to slope away from the structure at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structure is essential. In areas with pavement or sidewalks adjacent to the new structure, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include examination of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance that can significantly affect future movements of the foundation and the floor slab: 1. Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 feet from the completed structure. 10 ALPHA Report No. G120677-1 A 2 2. Large trees and shrubs should not be allowed closer to the foundations than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. 3. Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. 4. Planter box structure placed adjacent to the building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. 5. The root systems from existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in building pad, flatwork, and paving areas should be removed to a minimum depth of 3 ft and compacted in-place with moisture and density control as described in Section 7.3 of this report, below. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.3 of this report and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should be prevented from becoming a conduit and allowing an access for surface or subsurface water to travel toward the new structure. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. zm ML ALPHA Report No. G120677-1 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Although not encountered in the borings, residual soils of the Woodbine formation frequently contain very hard and discontinuous sandstone seams, layers and boulders. Rock excavation methods such as (but not limited to) rock teeth, rippers, sawcutting, or pneumatic hammers may be required to excavate these materials. Excavation and grading contracts should contain provision for excavation of these hard materials. All areas supporting the foundations, box culverts, pavement, or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proofrolling should be performed in accordance with TxDOT Standard Specifications Item 216. Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed during the proofroll should be removed and replaced with well -compacted material as outlined in Section 7.3. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. 12 ALPHA Report No. G120677-1 If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the sandy and clayey soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Shallow foundations for the box culverts, retaining walls, wing walls, and the entry feature should be slightly deepened and cleaned to provide a fresh bearing surface. A lean concrete mudmat (3 to 5 inches thick) can be used to project the foundation bearing surface for these structures from disturbance. Granular soils were encountered at or near the foundation bearing surface in most of the borings. These materials are prone to caving during construction. It may be necessary to form the foundations. 13 ALPHA Report No. G120677-1 7.3 Fill Compaction Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Sandy clay and clayey sand materials with a plasticity index below 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Select backfill should meet the requirements of TxDOT Standard Specifications Item 423 Type D. The material should be compacted to at least 95 perfect of the materials maximum standard proctor dry density at a workable moisture content near optimum In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. Compaction should be accomplished by placing fill in about 8 -inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Groundwater During field explorations, free groundwater was not encountered on drilling tools or/and in the open borehole immediately upon completion. However, from our experience with similar soils, shallow groundwater seepage could be encountered in excavations for foundations, utility conduits, and other general excavations. The risk of encountering seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. Where sump pit and pumping is not sufficient, supplemental dewatering measures (such as, but not limited to, submersible pumps in slotted casings and/or well points) may be required. The contractor should have a groundwater control plan in place prior to beginning excavation at the site. 14 ALPHA Report No. G120677-1 In any areas where cuts are made to establish final grades, attention should be given to possible water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. Seasonal seepage could occur where sandstone seams and layers are at or near the final site grade or are exposed in slopes. In these cases, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de -watering devices at the site should be carefully addressed during construction. Our office could be contacted to visually observe the final grades to evaluate the need for such drains. 15 ALPHA Report No. G120677-1 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 16 ALPHA Report No. G120677-1 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of six (6) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The test boring locations were staked by either pacing or taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study, and/or by using a hand-held GPS device. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the method used to locate the borings. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3 -inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and examined visually. One representative portion of each sample was sealed in a plastic bag for use in future visual examinations and possible testing in the laboratory. In addition, representative samples of the subsurface materials were obtained employing split -spoon sampling procedures in general accordance with ASTM Standard D 1586. Disturbed samples were obtained at selected depths in the borings by driving a standard 2 -inch O.D. split -spoon sampler 18 inches into the subsurface material using a 170 -pound hammer falling 24 inches. The number of blows required to drive the split -spoon sampler the final 12 inches of penetration (N -value) is recorded in the appropriate column on the Log of Boring Sheets. Texas Cone Penetration (TCP) tests were used to assess the apparent in-place strength characteristics of rock and rock -lime materials encountered at the borings. The tests were conducted in accordance with TxDOT Test Method TEX 132-E. A 3 -inch diameter steel cone driven by a 170 -pound hammer dropped 24 inches is the basis for Texas Department of Transportation (TxDOT) strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Drilling Logs. Logs of the borings are included in the Appendix of this report. The logs show a visual description of subsurface strata encountered in the borings using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. The subsurface samples will be retained in the laboratory for at least 14 days and then discarded unless the Client requests otherwise. B-1 .411 VIII -44 3 B-4 d 1 i B-7 p B-5 r, A ' ,l 115 �! .. rr B-6 a y Previously Drilled Boring Location, See ALPHA Report No. G120677 Approximate Boring Locations Geotechnical Exploration Freeport Parkway Extension Between Sandy Lake Road and S.H. 121 ALPHA Coppell, Texas WHERE IT ALL BEGINS Alpha Project No. G 120677-1 Boring Location Plan Figure 1 ALPHA Report No. G120677-1 B-1 METHODS OF LABORATORY TESTING Representative samples were examined and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216) and Atterberg-limit tests (ASTM D 4318), dry unit weight determinations, and gradation tests (ASTM D 422 and D 1140) were performed on selected samples. In addition, unconfined compression tests (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of all laboratory tests described above are provided on either the accompanying Log of Boring sheets or on summary data sheets as noted. In addition to the Atterberg-limit tests, the expansive properties of the clay soils encountered were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell test are provided on the Swell Test Data sheet, Figure 2 included in this appendix. 2209 11consin Sheet Suite 100 LOG OF BORING NO.: 1 Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G120677-1 WHERE I T ALL BEGINS Fax: 972-620-1302 wwmalphatesting.coE Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170/24 GROUND WATER OBSERVATIONS aCL wa wa On one a O N F�' 0)I-�O J a 1 After Drilling (ft): Dry a o 0 o a 0.-5) a o z v 0 JEE o 2After Hours (ft): X E a c Sin e o o w J a m F a n ? Z n. MATERIAL DESCRIPTION Light Brown CLAYEY SAND 4.5 8 4.5 33 6 21 12 9 5 4.5 4 4 10 46 8 -0 15 42 14 7 18.0 Gray CEMENTED SAND 20 100! 0.875 14 22.0 Gray CLAY SHALE 25 25.0 1 7" 00/ 13 TEST BORING TERMINATED AT 25 FT -30- -35- 40 -40- r45-1 45 2209 6i isca7sin Sheet 'qLDallas, ALPHA TESTING State 100 LOG OF BOR[NG NO.: 2 Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G120677-1 WHERE I T ALL BEGINS Far: 972-620-1302 invtiv. alphatesting. co ❑ Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170/24 GROUND WATER OBSERVATIONS a c a L o x w SZ On Rods (ft): None o o N c°0.4 w J w o. 1 After Drilling (ft): Dry a > o a o o m a o a o U a '3 o .N �. a o 2 After Hours (ft): @ coi o no. = N o o p" L Fa j z a n CL MATERIAL DESCRIPTION Dark Brown SANDY CLAY 3.0 8 2.0 Light Tan SAND 2 5 4 8.0 54 4 TEST BORING TERMINATED AT 8 FT —10- -15- 20 -20- 25_ 25 —30- -35- -40- 40 45 45 2209 fflisconsin Sheet Suite loo LOG OF BOWNG NO.: 3 ALPHA #,NTESTI Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G120677-1 WHERE I T ALL BEGINS Fax: 972-620-1302 wtivtiv.alphatesting. co ❑ Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170/24 GROUND WATER OBSERVATIONS 'O C .4 a E N .2 o N o On Rods (ft): None F 0 3 Y a �'� G € J fl. �- 1 After Drilling (ft): Dry a o o iu o 8 o E 0a. n. o a �- o CJ '� t6 ? o 2 After Hours (ft): o x o �,- 0- N o o p a Fa a ? z � � a MATERIAL DESCRIPTION Light Brown CLAYEY SAND with gravel 4.0 7 49 13 5 11 8.0 10 10 TEST BORING TERMINATED AT 8 FT 10 15 —20- 25_ —30- -35- 40 -40- 45 45 2209 "consn"street Suite loo LOG OF BORCNG NO.: 4 Dallas, Texas Sheet 1 of 1 #rx 75229 WHERE I T ALL BEGINS Phone: 972-620-8911 PROJECT NO.: G120677-1 Far: 972-620-1302 tivli malphatesting. co ❑ Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170/24 w Y n o � a GROUND WATER OBSERVATIONS V On Rods (ft): None 1 After Drilling (ft): Dry After Hours (ft): F " CL @ > $ K o N o pB �a y 0 E a o a c°v m w � ON C:Z o dN o o t a .� o 2 o w a J L n w ? a MATERIAL DESCRIPTION Light Brown SANDY CLAY 4.5 5 26 14 12 2.0 Brown SAND 56 2 5 5.0 Reddish Brown CLAYEY SAND 35 48 8 26 14 12 24 11 10 27 6 14.0 15 Tan and Gray SANDY CLAY 26 57 16 18.0 Tan and Gray CLAYEY SAND 19.0 20 Gray CEMENTED SAND with shale seams and layers 50/ 2.5" 20 —25—'. 1001 625' 11 26.0 Gray SANDY CLAY 30 30.0 100/ 6.75" 22 TEST BORING TERMINATED AT 30 FT 35 i 40 45 2209 IVisconsin Street A LPA A I Suite 100 LOG OF BOR[NG NO.: 5 #t%TEST Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G120677-1 WHERE I T ALL BEGINS Fax: 972-620-1302 www.a[phatesting. cod Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170/24 GROUND WATER OBSERVATIONS C s o w SZ On Rods (ft): None ~ o N iv 2 0 > C on "v J oa t n 1 After Drilling (ft): Dry > a a 0 W o .n 0 o O m c o 0.. H a o CJ a a After Hours (ft): p ,,�-. 0 o o O� ,� a m X° t- a a Z D MATERIAL DESCRIPTION Reddish Brown SANDY CLAY -possible fill 4.5 4 4.5 3.4 98 10 37 16 21 5 3.5 6 4.5 64 7 4.5 7 32 16 16 10 13.0 Tannish Brown CLAYEY SAND and GRAVEL with 15 sandy clay seams 43 30 8 20 33 11 19 11 8 2525.0 48 8 TEST BORING TERMINATED AT 25 FT _30- 35_ _40- 45 2209 "consin Sheet Suite 100 LOG OF BORING NO.: 7 Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G120677-1 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesting. co ❑ Client: Teague Nall & Perkins Location: Coppell, Texas Project: Freeport Parkway Extension Surface Elevation: Start Date: 9/26/2014 End Date: 9/26/2014 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170/24 GROUND WATER OBSERVATIONSN m CL o� L o x w J SZ On Rods (ft): None F o o N . 0 t )� .� C J C a a 1 After Drilling (ft): Dry Q 'o _ o o m a > z° N o E After Hours (ft): m a 46 4 o Y N o o p a ra a �� z a MATERIAL DESCRIPTION Tannish Brown SANDY CLAY with sand seams 4.5 4 4.5 66 28 5 4.5 9 32 16 16 4.5 6.4 109 10 4.5 11 32 14 18 10 15 X 31 10 16.0 Tan SAND with gravel 20 30 18 3 25 26 6 -cemented sand seams at 27x2811 28.0 Gray SANDY CLAY SHALE X 30 52 15 35 100/ 6.5" 15 38.0 Gray CEMENTED SAND 40 40.0 1001 0.625 11 TEST BORING TERMINATED AT 40 FT 45 ALPHA #NJESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 COBBLES (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75" TO 3.0" (SP), Poorly Graded SAND FINE GRAVEL 5.0 mm TO 3.0" (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsf) COURSE SAND (SM), SILTY SAND VERY SOFT LESS THAN 0.25 TEXAS CONE PENETRATION MEDIUM SAND FINE SAND SOFT 0.25 TO 0.50 (ML), SILT FIRM 0.50 TO 1.00 0.002 mm TO 0.07 mm LESS THAN 0.002 mm STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o Q (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS NO (GM), SILTY GRAVEL _ (OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75" TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) SECTION 8 ADDENDA T H E C I T Y - O F COPPELL 4 � x A 8 l a 8-1 Addenda 114 N AM ►1 I• FREEPORT PARKWAY NORTH ST05-028 tnp teague nail & perkins '', www.tnpinc.com engineers surveyors landscape architect, Addendum No.1 Issue Date: February 13, 2015 Original Bid Receipt Date: February 19th, 2015 @ 9:00 a.m. Revised Bid Receipt Date: March 51h, 2015 @ 9:00 a.m. This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • NOTICE TO BIDDERS — Page 1-2 — In the second paragraph, the Bid Receipt time and date has been revised to 9:00 a.m. March 5, 2015. • INSTRUCTIONS TO BIDDERS —Item 15, page 1 -1 1 —The Bid Receipt time and date has been revised to 9:00 a.m. March 5, 2015. • INSTRUCTIONS TO BIDDERS — Pay Item No. 17, page 1 -1 1 — "Bids with more than 365 Calendar Days..." has been revised to state, "Bids with more than 205 Calendar Days..." • CONTRACT DOCUMENTS — Article 8, page 2-5 — Item 8.7 and 8.7, delete Freeport Parkway — Sandy Lake Road to Ruby Road (Project No. ST05-02A) for the City of Coppell" and replace with "Freeport Parkway — North (Project No. ST05-02B) for the City of Coppell". • DESCRIPTION OF PAY ITEM— Pay Item No. 3, page 5-3, Under "This work shall also include:" delete items (c) and (e). Also, delete the third to the last paragraph in it's entirety, which starts with "All types of existing fencing..." • DESCRIPTION OF PAY ITEM— Pay Item No. 21, page 5-13, in the first sentence, delete"... refer to HYDROMULCH SEEDING..." and replace with "...refer to TURF AND GRASSES..." Also, 6" of top soil shall be included in this pay item. • DESCRIPTION OF PAY ITEM — Pay Item No. 23, page 5-15, No form liner or stain is planned for the retaining walls. In the second paragraph, delete "The cast -in-place walls shall include the use of a form liner pattern and wall color to be determined by the City. The contractor shall perform to the form liner specification found in Section 6." In the third paragraph, delete "...or form liner patterns and color stains." Also In the third paragraph, replace the first sentence with "Measurement and payment for cast -in-place concrete retaining wall work performed shall be made on the basis of the price bid per square foot (SF) of the vertical wall face, between the top of footing and the top of wall." Addendum No. 1 • DESCRIPTION OF PAY ITEM — Pay Item No. 66, page 5-25, Add the following sentence to the end of the second paragraph, "This shall include the removal & demolition of any existing concrete foundations or any other incidentals necessary to complete the removal of existing signals." • DESCRIPTION OF PAY ITEM — Pay Item No. 72, page 5-26, Revise Pay item to be ILLUMINATION POLE ASSEMBLY AND LUMINAIRES. Delete the first sentence of this pay item description and replace with "This work shall include fabricating, furnishing, and installation of City furnished Illumination poles, luminaire arms, transformer bases, and luminaires as indicated in the plans." • DESCRIPTION OF PAY ITEM — Pay Item No. 79, page 5-28, Revise Pay item to be VIDEO IMAGING VEHICLE DETECTION SYSTEM. Delete the first paragraph of this pay item description and replace with "This work shall include the furnishing and installation of video imaging vehicle detection system to sufficiently operate with the existing Video Imaging Vehicle System in accordance with the appropriate details and specifications. Video Imaging Vehicle Detection System provided shall be AutoScope Encore, or approved equal." • DESCRIPTION OF PAY ITEM — Pay Item No. 131 (clarification) this pay item is to cover any unknown, or unforeseen franchise utility relocations uncovered during the course of construction. Delete the first paragraph of this pay item description and replace with "the work includes the relocation of franchise utilities, based on the owner's discretion. Franchise Utility relocations identified in the plans, including conduits and work related to cell tower franchise utility services are covered under separate pay items." • DESCRIPTION OF PAY ITEM — Pay Item No. 148 — Add the following Description in it's entirety: Pay Item No. 148—Temporary Shoring: This work includes the temporary shoring at the location(s) shown on the construction plans or as determined by the Engineer, in accordance with the appropriate TxDOT Specification Item 403. Measurement and payment for work performed and materials furnished related to temporary shoring shall be made on the basis of the price bid per square foot (SF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. • DESCRIPTION OF PAY ITEM — Pay Item No. 149 — Add the following Description in it's entirety: Pay Item No. 149 — UPS System: This work shall include the furnishing and installation of an uninterrupted power supply system, Alpha Technologies, Rugged UPS Module Model FXM 2000, or approved equal, with Ethernet port for remote status viewing and a six battery accessory cabinet in accordance with the appropriate details and specifications, including TxDOT Specification. This item shall include the installation of the externally mounted cabinet to house the system. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 2 Addendum No. 1 TECHNICAL SPECIFICATIONS — Updated and added Technical Specification are included in this addendum. Replace the following Specifications: "Underground Traffic Signal Requiremetns/Conduit, Ground Boxes, Concrete Cabinet, Foundations and Installation Procedures" "Multiple Conductor and Signal Conductor Traffic Signal Cable and Wire" "Power Service and Service Equipment/General/System Wiring Procedures." Add the following Specifications: "Autopscope Encore Video Detection System Specifications" "Alpha Technologies FXM 2000 BBU System Specifications" "Illumination Pole Assembly Specifications" "LED Luminaire Specifications" "329200 Turf and Grasses" Clarifications Items: Mass Grading — The adjacent developer will be performing the mass grading for Freeport Parkway North along with the Prologis Park One Twenty One project. A copy of their mass grading plans are included in this addendum for reference. Subgrade elevations along the roadway will be within 0.1 ft and 0.3ft outside of the roadway. The Freeport Parkway North Contractor will be responsible for the final grading efforts, which are summarized in the quantity adjustments to the Unclassified Excavation and Embankment bid items. Most of the grading work will be near the multibox culvert, and the retaining walls. Any excess material shall be stockpiled on the adjacent Prologis property, actual location shall be coordinated in the field. Any additional material needed shall be obtained from the adjacent Prologis property, actual location shall be coordinated in the field. Cell Tower Franchise Utilities — Part of the project includes the civil work associated with the relocation of power and communication facilities for the Cell Tower. The Civil work consists of conduits, pull boxes, and transformer pad. Preconstruction coordination has occurred with the franchise utility companies to identify a plan. Oncor will perform some remedial work to maintain the overhead facilities, while the underground civil work is being constructed. Once the underground civil work is completed, Oncor will mobilize and transfer their overhead services to underground. The Contractor's contract time, scheduling, and work flow shall account for this process, timing and coordination. Oncor details are included in this Addendum. • Bid Alternative No.1 — Bid items listed as (Bid Alternative No.1) are the landscape and irrigation improvements located within TxDOT right-of-way, which the owner wanted to be able to identify the costs associated with the TxDOT portion. The Bid Alternative No.1 items shall be included in the total bid price. • Cement for Stabilized Subgrade — As stated in the pay item No. 11 description, Cement in the Slurry form shall be used. Dry placement is not acceptable. • Railing Finish — As stated in the pay item No. 24 description, the pedestrian rail for retaining wall shall be black powder coated. • 7 -Strand Barb Wire Fence — The intended location for the fence is along the ROW and/or trail. The actual limits are to be determined in the field. 3 Addendum No.1 Bid Items: • Bid Item No.3 — The quantity and unit for "Right -Of -Way Preparation" has been revised to 1 LS. • Bid Item No. 8— The quantity for "Unclassified Excavation" has been revised to 1,660 CY. • Bid Item No. 9 — The quantity for "Embankment" has been revised to 1,880 CY. • Bid Item No. 15 — The quantity for "10' Wide Hike/Bike Trail — 6" Reinforced Concrete" has been revised to 28, 375 SF. • Bid Item No. 24 — The quantity for "Pedestrian Rail for Retaining Wall" has been revised to 490 LF. • Bid Item No. 25 — The quantity for "36" Wide Flume for Retaining Wall" has been revised to 490 LF. • Bid Item No. 28 —The quantity for "21 " Reinforced Concrete Pipe (Class III)" has been revised to 578 LF. • Bid Item No. 29 —The quantity for "24" Reinforced Concrete Pipe (Class III)" has been revised to 182 LF. • Bid Item No. 55 — The quantity for "Blow -off Valve for 12" Water Line (Type 1)" has been revised to 2 EA. • Bid Item No. 56 — The quantity for "Air Release Valve for 12" Water Line (Type 1)" has been revised to 1 EA. • Bid Item No. 72 — The item description changed to "Illumination Pole Assembly and Luminaires" • Bid Item No. 79 — The item description changed to "Video Imaging Vehicle Detection System" • Bid Item No. 127 — The unit description for "Maintenance - 90 days" has been revised to read per month. • Bid Item No. 148 — Bid Item for "Temporary Shoring" was added. • Bid Item No 149 — Bid item for "UPS System" was added. • Revised Proposal sheets are included in this addendum that reflect the changes and additions listed above. These proposal sheets shall replace the proposal sheet in the contract documents and shall be used in preparing the bid submittal. 4 Addendum No. 1 Plan Items: • Plan Sheet 2 — under General Note 16, replace "4,000 PSI" with "3,600 PSI." • Plan Sheets 86-90 have been revised and included in with this addendum. • Plan Sheets 31, 33, 35-38 have been revised and included in with this addendum • Oncor Details for "Single Phase Primary Subsurface Splice / Pull Box" and "Transformer Pad — Precast Single Phase Deadfront (Type II)" • Mass Grading Package for Prologis Park One Twenty One (For reference only) All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Title: 5 Addendum No. 1 205 - 200 SINGLE PHASE PRIMARY 01- 00 SUBSURFACE SPLICE /PULL BOX 30"x 48"x 36" 30" co 2" PULL -EYE 48" NON-SKID SURFACE 205 - 200 01- 00 SLOT FOR COVER LIFT OFF TXUELECTR----E7-T- 1 V4" I T f� V2 - 13 SS PENTAHEAD BOLT 36" 2 V2" DIA. KNOCKOUT PROVISION FOR 2" CONDUIT TERMINATOR 6" MAX ° �- (5 V4" 9 3,4" �- 5 V4" PULLING EYE BRACKET NOTES: 1. H-10 LOADING (LIGHT TRAFFIC). 2. NUMBER AND LOCATION OF PENTAHEAD BOLTS AND LIFTING PROVISIONS MAY VARY AMONG MANUFACTURERS. 3. LIMIT TO 1 - #V0. ITEM QTY O O O O Cu MU 1 NON-SKID SURFACE 205 - 200 01- 00 SLOT FOR COVER LIFT OFF TXUELECTR----E7-T- 1 V4" I T f� V2 - 13 SS PENTAHEAD BOLT 36" 2 V2" DIA. KNOCKOUT PROVISION FOR 2" CONDUIT TERMINATOR 6" MAX ° �- (5 V4" 9 3,4" �- 5 V4" PULLING EYE BRACKET NOTES: 1. H-10 LOADING (LIGHT TRAFFIC). 2. NUMBER AND LOCATION OF PENTAHEAD BOLTS AND LIFTING PROVISIONS MAY VARY AMONG MANUFACTURERS. 3. LIMIT TO 1 - #V0. ITEM QTY DESCRIPTION TSN/REF Cu MU 1 1 BOX, SPLICE/PULL, 30 x 48 x 36 IN. 300304 BPSP1 A P P R O V E D B Y sm TXU Eledrl¢ AOas Por HYTU E6c 1.BLL— eW6.. 205 - 155 TRANSFORMER PAD PRECAST 12 - 08 SINGLE PHASE DEADFRONT = NOTE 2 t 3 V4" 7 �l- 481 1 T - DESCRIPTION TSWREF CU MU 1 1 9" 2 26" 9" 44" -�1 NOTE 1 NOTE 7 12" MIN. A 2 V2 -7 205 - 155 12 - 08 SECTION "A - A" MINIMUM NOTES: 1. A PRECAST CONCRETE PAD SHALL BE USED UNLESS LIFTING EQUIPMENT IS UNAVAILABLE OR CANNOT ACCESS THE SITE. USE POLYMER PADS ONLY WHEN SETTING PAD BY HAND. 2. THIS DIMENSION IS 6 INCHES FOR PRECAST CONCRETE PAD AND 3 V4 INCHES FOR POLYMER CONCRETE PADS. 3. REFERENCE STANDARD 202-350 FOR FOREIGN UTILITY COMPANY EQUIPMENT GROUND. 4. PIERS SHALL BE INSTALLED UNDER PAD WHEN DIRT HAS BEEN DISTURBED UNDER THE LOAD BEARING AREA OF THE PAD. REFERENCE STANDARD 205-165 FOR PIER INSTALLATION. 5. GROUTING DETAIL SEE STANDARD DRAWING 205-180. 6. THE CONDUITS MUST BE INSTALLED TO ENSURE THAT THE TOTAL MAXIMUM BENDING RADIUS FOR THE PRIMARY CABLE DOES NOT EXCEEDE 9 INCHES. (ANGLE PRIMARY CONDUIT WHENEVER POSSIBLE). 7. THE 3" FLEX CONDUIT (TSN 308205) SHALL HAVE A MINIMUM OF 8" OF COVER AS IT EXITS ON THE RIGHT HAND SIDE OF THE TRANSFORMER PAD. ITEM QTY DESCRIPTION TSWREF CU MU 1 1 PAD, TRANSFORMER, PRECAST CONCRETE 44 x 56 IN. 304037 PPRCTII 1 1 PAD, TRANSFORMER, POLYMER CONCRETE 44 x 56 IN. 319332 PPOCTII 2 1 ROD, GROUND W8" x 8' CU 204-150 4 3 CONDUIT, HDPE, FLEX, 3 " 308205 APPROVED BY CI R ADDENDUM NO. 2 Addendum No.2 Issue Date: Original Bid Receipt Date: Revised Bid Receipt Date: FREEPORT PARKWAY NORTH ST05-02B February 26, 2015 February 19'h, 2015 @ 9:00 a.m. March 5th, 2015 @ 9:00 a.m. This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • INSTRUCTIONS TO BIDDERS — Item 19. 1, page 1-12 — At the beginning of the third paragraph, "For the purpose of this Contract, the Daily Value is $3,500.00." has been revised to state, "For the purpose of this Contract, the Daily Value is $5,000.00." • INSTRUCTIONS TO BIDDERS — Item 19.1, page 1-12 — In the fifth paragraph, "The total incentive payment shall not exceed $175,000.00." has been revised to state, "The total incentive payment shall not exceed $350,000.00." • INSTRUCTIONS TO BIDDERS — Item 20, page 1-13 — Remove the second and third bullet items, under Incentive/Disincentive, and replace with the following bullet items: • An incentive of $5,000 per calendar day is available for early completion of the project prior to the expiration of the "Original Contract Time" as set forth in Item 1.7 of the Specific Project Requirements (Section 4). The maximum incentive available is $250,000 for final completion, including final acceptance by the owner. • A "traffic ready" incentive of $2,000 per calendar day is available for early use of the roadway. "traffic ready" is defined and consist of all pavement constructed, signals operational, pavement markings and signage installed, and coordination of timing with TxDOT, where the roadway can be opened to traffic with at least 2 lanes in each direction. Proper and adequate traffic control shall be provided until completion of the project. No claims, change orders, or additional compensations will be provided for traffic control and/or other items required to create a safe "travel ready" condition. The maximum "traffic ready" incentive available is $100,000. • A disincentive of $5,000 per calendar day shall also apply to this project for any work that exceeds the "Original Contract Time". There is no maximum disincentive. Addendum No. 2 ME 0. feague nail & perkins www.tnpinc.com engineers '., surveyors landscape architects This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • INSTRUCTIONS TO BIDDERS — Item 19. 1, page 1-12 — At the beginning of the third paragraph, "For the purpose of this Contract, the Daily Value is $3,500.00." has been revised to state, "For the purpose of this Contract, the Daily Value is $5,000.00." • INSTRUCTIONS TO BIDDERS — Item 19.1, page 1-12 — In the fifth paragraph, "The total incentive payment shall not exceed $175,000.00." has been revised to state, "The total incentive payment shall not exceed $350,000.00." • INSTRUCTIONS TO BIDDERS — Item 20, page 1-13 — Remove the second and third bullet items, under Incentive/Disincentive, and replace with the following bullet items: • An incentive of $5,000 per calendar day is available for early completion of the project prior to the expiration of the "Original Contract Time" as set forth in Item 1.7 of the Specific Project Requirements (Section 4). The maximum incentive available is $250,000 for final completion, including final acceptance by the owner. • A "traffic ready" incentive of $2,000 per calendar day is available for early use of the roadway. "traffic ready" is defined and consist of all pavement constructed, signals operational, pavement markings and signage installed, and coordination of timing with TxDOT, where the roadway can be opened to traffic with at least 2 lanes in each direction. Proper and adequate traffic control shall be provided until completion of the project. No claims, change orders, or additional compensations will be provided for traffic control and/or other items required to create a safe "travel ready" condition. The maximum "traffic ready" incentive available is $100,000. • A disincentive of $5,000 per calendar day shall also apply to this project for any work that exceeds the "Original Contract Time". There is no maximum disincentive. Addendum No. 2 • DESCRIPTION OF PAY ITEM— Pay Item No. 21, page 5-13, 6" of topsoil shall be included in this pay item. Onsite stockpiled topsoil form the mass grading may be used for areas being hyromulched. • DESCRIPTION OF PAY ITEM — Pay Item No. 128, page 5-37, (clarification) The illumination for the gateway monument lighting and installation, identified under Plan Sheet 85 revisions under the "Plan Item" section below, shall be included in this pay item. • DESCRIPTION OF PAY ITEM — Pay Item No. 130, page 5-37, Add the following sentence to the end of the first paragraph, 7 -strand barbed wire fence shall include steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe "H" Braces at 600' centers, and steel pipe corner braces as required." • SPECIFIC PROJECT REQUIREMENTS — page 4-3, "PROJECT DESCRIPTION:" is Item "1.6". "EXPLANATION OF CONTRACT TIME:" shall be changed to Item "1.7" Clarifications Items: Mass Grading —Work on the mass grading, identified in addendum 1, has commenced and should be completed prior to the start of construction on the Freeport Parkway North project. This work is identified in the mass grading plans issued with addendum 1 and includes channel grading for SD Line A, cross sections for the roadway, and grading outside the parkways. The area near the retaining walls will be left at a 2:1 slope as the plans indicate. Any excess material, including spoils, not needed may be placed and compacted on the Prologis property at a location identified during construction. All ROW preparation (i.e. clearing) within the mass grading limits will be handled by the developer. ROW preparation along Sandy Lake Road shall be part of the Freeport Parkway North project, as well as traffic control, erosion control and utility relocations. Topsoil from the mass grading will be stockpiled and accessible for use in areas identified to receive hydromulching. • Oncor remedial work for Cell Tower Services — Includes temporary measures to allow for installation of the underground conduits, utilities, and construction of the retaining wall. No delay is anticipated for construction of these critical items along Freeport Parkway North. • Temporary Shoring — soil nails are not acceptable. • Illumination and luminaries — The contractor shall be responsible for the manufacturing, fabrication, and delivery of the job site. The city will not be supplying any materials. Bid Items: Bid Item No. 81— The quantity for "2" PVC Sch. 40 Conduit (Trench)" has been revised to 7109 LF. Bid Item No. 87 — The item description changed to "4" PVC Sch. 40 Conduit (Trench)" and the quantity has been revised to 612 LF. • Revised Proposal sheets are included in this addendum that reflect the changes and additions listed above. These proposal sheets shall replace the proposal sheet in the contract documents and shall be used in preparing the bid submittal. 2 Addendum No. 2 Plan Items: • Plan Sheet 4 and 5 — Revised conduit size and added 4" conduit for communication line. • Plan Sheet 37 — (Correction) Pay limit shall be equal to "H -Ft" as identified in the pay item description for the cast in place retaining wall. • Plan Sheet 39 — (Clarification) The pedestrian rails can be cored or formed into the top of the wall. The cast stone cap can be cored as well, or jointed around to the posts. • Plan Sheet 85 — Illumination for gateway monument lighting shall be as follows: Hubbell Outdoor Lighting Model ALF -I 2LU-5K-BK LED flood light Knuckle Mount on 12"x12"x12" concrete pedestal flush to grade Bronze finish 120V, 510 Lumens, 5000K CCT Submit installation shop drawing for approval • Plan Sheet 1 1 1 — Added details for stone veneer and cap stone for the retaining wall. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Title: 3 Addendum No. 2 Addendum No.3 Issue Date: Original Bid Receipt Date: Revised Bid Receipt Date: FREEPORT PARKWAY NORTH ST05-02B March 2nd, 2015 February 19th, 2015 @ 9:00 a.m. March 6th, 2015 @ 9:00 a.m. tnp teague nail & perkins This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION: General Items: • NOTICE TO BIDDERS — Page 1-2 — In the second paragraph, the Bid Receipt time and date has been revised to 9:00 a.m. March 6, 2015. • INSTRUCTIONS TO BIDDERS — Item 15, page 1-1 1 — The Bid Receipt time and date has been revised to 9:00 a.m. March 6, 2015. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Title: Addendum No. 1 www.tnpinc.com engineers surveyors landscape architects Q-0215-01 TRANSMITTAL OF ADDENDUM 4 NORTH FREEPORT PARKWAY INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I Acknowledge the receipt of Addendum No. 4 City of Coppell PROJECT NAME: FREEPORT PARKWAY -NORTH Contractor's Signature MARCH 5, 2015 Company Name CHRISTA CHRISTIAN PURCHASING DEPARTMENT (972) 304-3643 Q-0215-01 ADDENDUM NO.4 NORTH FREEPORT PARKWAY Q-0215-01 To: All Plan Holders of Record NORTH FREEPORT PARKWAY Due to the inclement weather and likelihood of a re -freeze in the morning, the bid opening has been moved to Friday, March 6, 2015, 2:00 p.m., Town Center, 255 Parkway Blvd., Coppell, TX 75019