Loading...
ST15-01A-CN170228 90%Submittal CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Freeport Parkway Dividend Drive to West Bethel Road THE CITY OF COPPELL Bid No. Q-______ Project ST15-01A February 2017 TABLE OF CONTENTS Section 1 - Bidding Documents 1-3 Notice to Bidders 1-6 Instructions to Bidders 1-8 Bid Form/Proposal/Bid Schedule 1-22 Prevailing Wage Rates 1-27 Bid Affidavit 1-28 Conflict of Interest 1-30 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 Underground Interconnect Requirements Conduit, Ground Boxes, and Installation Procedures Multiple Conductor and Single Conductor Traffic Cable and Wire Power Service and Service Equipment / General System Wiring Procedures Modular Concrete Block Retaining Wall Gabions Flex Base Detectable Warning Material Headwalls & Wingwalls Sidewalks Stone Masonry Earthwork for Landscape Areas Non-Vehicular Concrete Paving Landscape Irrigation System Landscape Finish Grading for Landscape Areas Sodding Section 7 - Geotechnical Report 7-1 SECTION 1 BIDDING DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Freeport Parkway (Dividend Drive to West Bethel Road) (Project No. ST15-01A). The work shall consist of the installation of 47,000 S.Y. of 11” concrete pavement; 300-ft span bridge crossing of Grapevine Creek, 9,800 LF of 12”, 16” and 20” water lines, 5,300 LF of 8”, 12” and 24” sanitary sewer mains, related drainage and utility improvements, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Half-size Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting, 830 Central Parkway East, Suite 300, Plano, Texas 75074, 972-201-3100. Full-size plans can be made available for an additional fee. 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, 255 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 Agent, City of Coppell, Texas, for the construction of Freeport Parkway (Project No. ST15-01A) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., May 4, 2017, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. ___________ designated clearly on the exterior of the bid envelope. A Mandatory Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on April 11, 2013. Attendance at the Pre-Bid Conference is mandatory. All interested bidders must complete the bidder registration form on the day of the conference. Bids received from bidders not in attendance at the Pre-Bid Conference will be declared non-responsive and will be rejected. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 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, J. Volk Consulting, Inc. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of approximately 6,800 LF of existing Freeport Parkway, from Dividend Drive to West Bethel Road. Freeport Parkway is currently a four-lane divided reinforced concrete roadway. The street shall be reconstructed as a four-lane divided roadway, comprised of a minimum 25-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 an approximate 300-foot long bridge crossing Grapevine Creek. Construction and/or installation of various storm drainage, water line improvements, signage, pavement markings, foundations & conduit for 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. This portion of Freeport Parkway is a heavily traveled arterial street through a primarily industrial area between I-635 to the south and West Bethel serving as a connector street for the residents of the City of Coppell to & from Sandy Lake Road to the north, and Bethel Road to the south. 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 every street & roadway at all times (unless shown otherwise on the plans or directed otherwise by the Engineer); and b) Access to & from adjoining streets, neighborhoods & properties (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, Dividend Drive to West Bethel Road (Project No. ST15-01A). 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 Half-size Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting,J. Volk Consulting, 830 Central Parkway East, Suite 300, Plano, Texas 75074, 972-201-3100. Full-size plans can be made available for an additional fee. 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, 255 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. 4. Minimum Qualifications of Bidders. The City will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the City determine, at its sole discretion, that the Bidder does not meet these Minimum Qualifications, the City will disqualify the Bidder and their bid will be rejected as non-responsive. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. 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. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted upon request. B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted. 1. Roadway Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex c. Total Construction Cost for paving and drainage and related improvements of at least $4,000,000 d. Projects must be for divided arterial roadways with high traffic volumes e. Scope of work consisting of similar items and quantities including concrete paving and sidewalks, street lighting, storm drainage improvements, landscape and irrigation f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 2. Water and Sanitary Sewer Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex c. Total Construction Cost for water and sanitary sewer and related improvements of at least $1,500,000 d. Projects must include replacement of 16” to 24” water and sewer mains e. Scope of work consisting of similar items and quantities including PVC water mains, fittings, hydrants, valves, meters, PVC sewer mains, aerial sewer creek crossings, manholes and service connections f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 3. Bridge Projects a. Completed in the past five years b. Projects located in Texas c. Total Construction Cost for bridge improvements of at least $1,500,000 d. Projects must include phased removal of existing bridge and construction of new bridge while maintaining minimum two lanes open to traffic at all times e. Scope of work consisting of similar items and quantities f. Copy of actual project schedule used during construction Note: Individual projects may be used for more than one category. However, the project cost for each project category must be greater than the minimum costs listed above. For example, an arterial roadway reconstruction project with paving related improvements of at least $4,000,000 which also included water and sewer replacement of at least $1,500,000 may be listed in both categories. C. Key Personnel Resumes. If requested, bidder shall provide resumes of LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project manager. D. Work Performed by Subcontractor. Bidder shall submit all qualifications as required under this section for each subcontractor performing work totaling more than 10% of the greatest amount bid. E. Equipment Inventory. A list of equipment currently owned and leased 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. F. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (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. G. 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 office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from I-635, Dividend Drive, West Bethel Road or Freeport Parkway. 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. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 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 1.6 of the Specific Project Requirements (Section 4). Completion time will be a significant 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. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 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. If an item is noted as a “Plans Quantity” then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 10:00 a.m., May 4, 2017, 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-________ 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 (Project No. ST15-01A) 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 365 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: 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 $3,500.00. 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/liquidated damages provision is established for this contract. The total incentive payment shall not exceed $175,000.00. A more detailed explanation of the incentive/liquidated damages provision is given in Item 20 (below). A bid with more than 365 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 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/Liquidated damages. 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/liquidated damages provision is established for this contract. The total incentive payment shall not exceed the amount listed below. However, there shall be no maximum liquidated damages.  The maximum time of completion that will be allowed for the construction of Freeport Parkway is 365 calendar days. A contract time bid of more than 365 days will be considered nonresponsive and, therefore, rejected.  An incentive of $3,500 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 1.6 of the Specific Project Requirements (Section 4). The maximum incentive available is $175,000.  Liquidated damages of $3,500 per calendar day shall also apply to this project for any work that exceeds the “Original Contract Time”. There is no maximum for liquidated damages.  Additional provisions for the incentive/liquidated damages 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. 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 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. 33. 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. 34. 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. 35. 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. BID FORM PROJECT IDENTIFICATION: Freeport Parkway (Dividend Drive to West Bethel Road) Project No. ST15-01A Coppell, Texas BID OF _____________________________________________ DATE __________ (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-__________ 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: ______ Rec'd: ______ (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports 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. (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. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for 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): Item No. Bid Quantit Unit Unit Price Total Price and No Cents per LUMP SUM and No Cents per EACH and No Cents per STATION and No Cents per EACH and No Cents per EACH and No Cents per LUMP SUM and No Cents per LUMP SUM and No Cents per SQUARE YARD and No Cents per SQUARE YARD and No Cents per LUMP SUM EA POST-PROJECT VIDEO SURVEY $ - $ - No Dollars C-4 1 EA PRE-PROJECT VIDEO SURVEY $ - $ - No Dollars C-3 67 STA RIGHT-OF-WAY PREPARATION $ - $ - No DollarsC-7 1 LS FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & DETOURS $ - $ - No Dollars C-6 1 LS FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICES $ - $ - No Dollars C-5 1 FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words C-1 1 LS MOBILIZATION $ - $ - No Dollars C-2 2 EA PROJECT SIGN $ - $ - No Dollars $ - No DollarsC-10 1 LS RESTORE IRRIGATION SYSTEM $ - $ - No Dollars C-9 50 SY REMOVE & DISPOSE OF EXISTING ASPHALT PAVEMENT $ - $ - No Dollars C-8 48500 SY REMOVE & DISPOSE OF EXISTING CONCRETE PAVEMENT $ - Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per CUBIC YARD and No Cents per SQUARE YARD and No Cents per TON and No Cents per SQUARE YARD and No Cents per SQUARE YARD and No Cents per SQUARE YARD and No Cents per SQUARE YARD and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT and No Cents per EACH C-11 25700 CY UNCLASSIFIED EXCAVATION $ - $ - No Dollars $ - No DollarsC-14 43500 SY 11" REINFORCED CONCRETE STREET PAVEMENT $ - $ - No Dollars C-13 1050 TON LIME FOR STABILIZED SUBGRADE (40LB/SY) $ - $ - No Dollars C-12 53000 SY 8" LIME STABILIZED SUBGRADE $ - C-17 1850 SY 6" REINFORCED STAMPED CONCRETE IN MEDIANS $ - $ - No Dollars C-18 6850 SF 10' WIDE HIKE/BIKE TRAIL - 6" REINFORCED CONCRETE $ - $ - No Dollars C-15 2800 SY 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT $ - $ - No Dollars C-16 1600 SY 11" REINFORCED STAMPED CONCRETE PAVEMENT $ - $ - No Dollars C-19 3400 SF 4" REINFORCED CONCRETE SIDEWALK (ALL WIDTHS) $ - $ - No Dollars C-20 42 EA BARRIER FREE RAMP FOR 5' SIDEWALK $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per STATION and No Cents per SQUARE FOOT and No Cents per EACH and No Cents per FACE FOOT and No Cents per FACE FOOT and No Cents per LINEAR FOOT and No Cents per CUBIC YARD and No Cents per LINEAR FOOT C-21 1 EA BARRIER FREE RAMP FOR 6' SIDEWALK $ - $ - No Dollars C-22 8 EA BARRIER FREE RAMP FOR 10' WIDE HIKE/BIKE TRAIL $ - $ - No Dollars C-25 6 EA REMOVE & DISPOSE OF STREET LIGHT $ - $ - No Dollars C-26 100 FF MODULAR BLOCK RETAINING WALL $ - $ - No Dollars C-23 67 STA RESTORE PARKWAYS AND DISTURBED AREAS $ - $ - No Dollars C-24 5000 SF RESTORE LANDSCAPE BEDS $ - $ - No Dollars C-29 350 CY GABBION BASKETS $ - $ - No Dollars C-30 300 LF TREE ROOT BARRIER $ - $ - No Dollars C-27 2200 FF CONCRETE RETAINING WALL INTEGRAL W/ SIDEWALK OR TRAIL (CAST-IN-PLACE) $ - $ - No Dollars C-28 205 LF PEDESTRIAN RAIL $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LUMP SUM and No Cents per EACH and No Cents per LUMP SUM and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per CUBIC YARD and No Cents per EACH and No Cents per EACH C-33 1 LS RAILROAD CROSSING STRIPING AND MARKINGS $ - $ - No Dollars C-34 62 EA PAVEMENT STRIPING & MARKINGS $ - $ - No Dollars C-31 1 LS RAILROAD CROSSING RECONSTRUCTION $ - $ - No Dollars C-32 90 EA STREET SIGNS $ - $ - No Dollars C-37 150 EA DENSITY TESTING OF EXISTING BACKFILL $ - $ - No Dollars C-38 1000 CY EXCAVATE AND RE-COMPACT EXISTING TRENCH BACKFILL $ - $ - No Dollars C-35 2350 EA TRAFFIC BUTTONS $ - $ - No Dollars C-36 2500 LF STORM DRAIN CLEANING AND TELEVISION INSPECTION $ - $ - No Dollars C-39 3 EA REMOVE EXISTING 5' CURB INLET $ - $ - No Dollars C-40 22 EA REMOVE EXISTING 10' CURB INLET $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT C-41 3 EA REMOVE EXISTING 15' CURB INLET $ - $ - No Dollars C-42 1 EA REMOVE EXISTING Y-INLET $ - $ - No Dollars C-45 1 EA REMOVE EXISTING 21" HEADWALL $ - $ - No Dollars C-46 1 EA REMOVE EXISTING 27" HEADWALL $ - $ - No Dollars C-43 1 EA REMOVE EXISTING 4' X 4' MANHOLE $ - $ - No Dollars C-44 1 EA REMOVE EXISTING 6' X 6' MANHOLE $ - $ - No Dollars C-49 178 LF REMOVE EXISTING 21" RCP STORM DRAIN $ - $ - No Dollars C-50 52 LF REMOVE EXISTING 24" RCP STORM DRAIN $ - $ - No Dollars C-47 1 EA REMOVE EXISTING 54" HEADWALL $ - $ - No Dollars C-48 265 LF REMOVE EXISTING 18" RCP STORM DRAIN $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT C-53 15 LF REMOVE EXISTING 33" RCP STORM DRAIN $ - $ - No Dollars C-54 21 LF REMOVE EXISTING 36" RCP STORM DRAIN $ - $ - No Dollars C-51 240 LF REMOVE EXISTING 27" RCP STORM DRAIN $ - $ - No Dollars C-52 15 LF REMOVE EXISTING 30" RCP STORM DRAIN $ - $ - No Dollars C-57 15 LF REMOVE EXISTING 60" RCP STORM DRAIN $ - $ - No Dollars C-58 20 LF REMOVE EXISTING 66" RCP STORM DRAIN $ - $ - No Dollars C-55 210 LF REMOVE EXISTING 42" RCP STORM DRAIN $ - $ - No Dollars C-56 35 LF REMOVE EXISTING 54" RCP STORM DRAIN $ - $ - No Dollars C-59 20 LF REMOVE EXISTING 72" RCP STORM DRAIN $ - $ - No Dollars C-60 22 LF REMOVE EXISTING 8' X 5' RCB STORM DRAIN $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT C-61 152 LF 18" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-62 220 LF 21" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-65 15 LF 30" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-66 15 LF 33" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-63 62 LF 24" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-64 168 LF 27" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-69 48 LF 54" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-70 15 LF 60" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-67 21 LF 36" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-68 215 LF 42" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH C-73 1 EA 10' STANDARD CURB INLET $ - $ - No Dollars C-74 9 EA 10' RECESSED CURB INLET $ - $ - No Dollars C-71 21 LF 66" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - No Dollars C-72 25 LF 8' X 5' REINFORCED CONCRETE BOX STORM DRAIN $ - $ - No Dollars C-77 2 EA 20' RECESSED CURB INLET $ - $ - No Dollars C-78 2 EA 4' X 4' STORM MANHOLE $ - $ - No Dollars C-75 2 EA 15' STANDARD CURB INLET $ - $ - No Dollars C-76 14 EA 15' RECESSED CURB INLET $ - $ - No Dollars C-79 3 EA 6' X 6' STORM MANHOLE $ - $ - No Dollars C-80 1 EA 21" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT C-81 2 EA 27" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - No Dollars C-82 1 EA 54" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - No Dollars C-85 8475 LF ABANDON EXISTING WATER LINE (IN PLACE) $ - $ - No Dollars C-86 220 LF 6" PVC C-900 DR-14 WATER LINE $ - $ - No Dollars C-83 3 EA ADJUST EXISTING STORM MANHOLE RIM TO GRADE $ - $ - No Dollars C-84 901 LF TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS $ - $ - No Dollars C-89 2450 LF 16" PVC C-900 DR-18 WATER LINE $ - $ - No Dollars C-90 6050 LF 20" PVC C-900 DR-18 WATER LINE $ - $ - No Dollars C-87 1020 LF 8" PVC C-900 DR-14 WATER LINE $ - $ - No Dollars C-88 420 LF 12" PVC C-900 DR-18 WATER LINE $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH C-93 22 EA 6" GATE VALVES $ - $ - No Dollars C-94 26 EA 8" GATE VALVES $ - $ - No Dollars C-91 8 LF 24" PVC C-900 DR-18 WATER LINE $ - $ - No Dollars C-92 24 EA 2" WATER SERVICE & METER $ - $ - No Dollars C-97 22 EA 20" GATE VALVES $ - $ - No Dollars C-98 15 EA CONNECT TO EXISTING WATER LINE $ - $ - No Dollars C-95 6 EA 12" GATE VALVES $ - $ - No Dollars C-96 6 EA 16" GATE VALVES $ - $ - No Dollars C-99 3 EA 12" X 12" TAPPING SLEEVE AND VALVE $ - $ - No Dollars C-100 2 EA 16" X 16" TAPPING SLEEVE AND VALVE $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per TON and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per SQUARE YARD C-101 22 EA STANDARD FIRE HYDRANT ASSEMBLY $ - $ - No Dollars C-102 18 EA REMOVE EXISTING FIRE HYDRANT $ - $ - No Dollars C-105 245 LF 28" STEEL ENCASEMENT $ - $ - No Dollars C-106 100 LF 24" BORE & STEEL ENCASEMENT $ - $ - No Dollars C-103 24 TON WATER LINE DUCTILE IRON FITTINGS $ - $ - No Dollars C-104 60 LF 30" PVC ENCASEMENT $ - $ - No Dollars C-109 1 EA BLOW-OFF VALVE (TYPE 1) $ - $ - No Dollars C-110 1200 SY PERMANENT REINFORCED CONCRETE PAVEMENT REPAIR (WATER LINE $ - $ - No Dollars C-107 2 EA 2" AIR RELEASE VALVE (TYPE 1) $ - $ - No Dollars C-108 1 EA 4" AIR RELEASE VALVE (TYPE 2) $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT C-113 936 LF REMOVE EXISTING SANITARY SEWER PIPE $ - $ - No Dollars C-114 4 EA ABANDON EXISTING SANITARY SEWER MANHOLE $ - $ - No Dollars C-111 9800 LF TRENCH SAFETY FOR WATER LINE IMPROVEMENTS $ - $ - No Dollars C-112 4912 LF ABANDON EXISTING SANITARY SEWER PIPE $ - $ - No Dollars C-117 65 LF 6" PVC SDR-26 SANITARY SEWER PIPE $ - $ - No Dollars C-118 475 LF 8" PVC SDR-26 SANITARY SEWER PIPE $ - $ - No Dollars C-115 12 EA REMOVE EXISTING SANITARY SEWER MANHOLE $ - $ - No Dollars C-116 18 EA CONNECT TO EXISTING SANITARY SEWER PIPE $ - $ - No Dollars C-119 132 LF 10" PVC SDR-26 SANITARY SEWER PIPE $ - $ - No Dollars C-120 2600 LF 12" PVC SDR-26 SANITARY SEWER PIPE $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH C-121 100 LF 15" PVC SDR-26 SANITARY SEWER PIPE $ - $ - No Dollars C-122 88 LF 18" PVC PS-115 SANITARY SEWER PIPE $ - $ - No Dollars C-125 3 EA 4' DIAMETER DROP SANITARY SEWER MANHOLE $ - $ - No Dollars C-126 15 EA 5' DIAMETER STANDARD SANITARY SEWER MANHOLE $ - $ - No Dollars C-123 2150 LF 24" PVC PS-115 SANITARY SEWER PIPE $ - $ - No Dollars C-124 5 EA 4' DIAMETER STANDARD SANITARY SEWER MANHOLE $ - $ - No Dollars C-129 30 LF CONCRETE ENCASEMENT FOR SANITARY SEWER $ - $ - No Dollars C-130 6 EA 18" DRILLED SHAFT PIER AND CAP FOR AERIAL SEWER CROSSING $ - $ - No Dollars C-127 1 EA 5' DIAMETER DROP SANITARY SEWER MANHOLE $ - $ - No Dollars C-128 120 LF 12" BORE AND STEEL ENCASEMENT FOR SANITARY SEWER PIPE $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per VERTICAL FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per CUBIC YARD and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per CUBIC YARD and No Cents per CUBIC YARD and No Cents per SQUARE FOOT and No Cents per CUBIC YARD C-133 5293 LF TRENCH SAFETY FOR SANITARY SEWER IMPROVEMENTS (UP TO 22-FEET) $ - $ - No Dollars C-131 0 VF ADDITIONAL DEPTH FOR AERIAL SEWER CROSSING PIERS $ - $ - No Dollars C-132 258 LF 20" STRUCTURAL STEEL CASING FOR AERIAL SEWER CROSSING $ - $ - No Dollars B-1 511 CY CEM STABIL BKFL $ - $ - No Dollars B-4 116 CY CL C CONC (ABUT)(HPC) $ - $ - No Dollars B-5 135 CY CL C CONC (BENT)(HPC) $ - $ - No Dollars B-2 164 LF DRILL SHAFT (18 IN) $ - $ - No Dollars B-3 1076 LF DRILL SHAFT (36 IN) $ - $ - No Dollars B-6 26780 SF REINF CONC SLAB (HPC) $ - $ - No Dollars B-7 201 CY APPROACH SLAB (HPC) $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LINEAR FOOT and No Cents per CUBIC YARD and No Cents per CUBIC YARD and No Cents per POUND and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LUMP SUM and No Cents per LINEAR FOOT and No Cents per SQUARE FOOT and No Cents per LINEAR FOOT B-8 3363 LF PRESTR CONC GIRDER (TX54) $ - $ - No Dollars B-9 546 CY RIPRAP (STONE PROTECTION)(12 IN) $ - $ - No Dollars B-12 1060 LF RAIL(PEDESTRIAN)(SPL) $ - $ - No Dollars B-13 174 LF SEALED EXPANSION JOINT (4 IN) (SEJ-A) $ - $ - No Dollars B-10 324 CY RIPRAP (STONE PROTECTION)(30 IN) $ - $ - No Dollars B-11 476 LB STR STEEL (MISC NON-BRIDGE) $ - $ - No Dollars L-1 1965 LF CONCRETE MOWSTRIP (9" WIDTH) - RE: E/L1.9 $ - $ - No Dollars B-14 1 LS REMOVE & DISPOSE OF EXISTING BRIDGE STRUCTURE $ - $ - No Dollars L-2 280 SF DRY RIVER BED OKLAHOMA FLAGSTONE (3" THICK) - RE: G/L1.9 $ - $ - No Dollars L-3 475 LF DRY RIVER BED STACKED CHOPPED LEUDER EDGE (2 COURSES) - RE: G/L1.9 $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per SQUARE FOOT and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH L-4 26 EA BOULDER TYPE A (24"L X 14"W X 18"H) $ - $ - No Dollars L-5 17 EA BOULDER TYPE B (18"L X 12"W X 14"H) $ - $ - No Dollars L-8 1695 SF STAMPED & COLORED CONCRETE (TO MATCH MEDIAN NOSES) - RE: CIVIL $ - $ - No Dollars L-9 6 EA ALLEE ELM - 100 GAL. $ - $ - No Dollars L-6 27 EA BOULDER TYPE C (10"L X 12"W X 20"H) $ - $ - No Dollars L-7 6 EA BOULDER TYPE D (12"L X 14"W X 18"H) $ - $ - No Dollars L-12 34 EA TEXAS REDBUD - 30 GAL. $ - $ - No Dollars L-13 108 EA TEXAS SAGE 'THUNDER CLOUD' - 5 GAL. $ - $ - No Dollars L-10 11 EA CHINQUAPIN OAK - 100 GAL. $ - $ - No Dollars L-11 19 EA CRAPE MYRTLE 'RED ROCKET' - 30 GAL. $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH L-16 115 EA ROSEMARY 'TUSCAN BLUE' - 5 GAL. $ - $ - No Dollars L-17 21 EA SOFTLEAF YUCCA - 5 GAL. $ - $ - No Dollars L-14 94 EA MISCANTHUS 'ADIAGO' - 5 GAL. $ - $ - No Dollars L-15 96 EA ABELIA 'CANYON CREEK' - 5 GAL. $ - $ - No Dollars L-20 10 EA HENRY DUELBERG' SAGE - 3 GAL. $ - $ - No Dollars L-21 122 EA RED YUCCA - 3 GAL. $ - $ - No Dollars L-18 361 EA MEXICAN FEATHER GRASS - 3 GAL. $ - $ - No Dollars L-19 113 EA GULF MUHLY 'REGAL MIST' - 3 GAL. $ - $ - No Dollars L-22 12 EA RUSSIAN SAGE - 1 GAL. $ - $ - No Dollars L-23 68 EA AUTUMN SAGE - 1 GAL. $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT L-24 22 EA MEXICAN BUSH SAGE - 1 GAL. $ - $ - No Dollars L-25 133 EA 'BLONDE AMBITION' BLUE GRAMMA - 1 GAL. $ - $ - No Dollars L-28 246 EA FALL ASTER - 1 GAL. $ - $ - No Dollars L-29 21675 SF SOLID SOD BUFFALO GRASS $ - $ - No Dollars L-26 266 EA BLACKEYED SUSAN - 1 GAL. $ - $ - No Dollars L-27 95 EA PINK SKULLCAP - 1 GAL. $ - $ - No Dollars L-32 7915 SF BED PREPERATION & TOP MULCH $ - $ - No Dollars L-33 1200 SF MULCH (TYP. 1' BAND AT BACK OF CURB) $ - $ - No Dollars L-30 136480 SF SOLID SOD BERMUDA GRASS $ - $ - No Dollars L-31 4630 SF DECOMPOSED GRANITE - RE: F/L1.9 $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per LUMP SUM and No Cents per LUMP SUM and No Cents per LUMP SUM and No Cents per SQUARE FOOT and No Cents per SQUARE FOOT and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT L-36 1 LS ADJUST EXISTING RET. WALL & REPAIR EXISTING LANDSCAPE BED - RE: B/L1.7 $ - $ - No Dollars L-37 7915 SF IRRIGATION SYSTEM (IN MEDIANS) $ - $ - No Dollars L-34 1 LS FERTILIZERS $ - $ - No Dollars L-35 1 LS PRUNE BRANCHES TO 8' CLEAR ON EXISTING OVERHANGING TREES $ - $ - No Dollars L-38 136480 SF TEMPORARY IRRIGATION SYSTEM (FOR TURF OUTSIDE STREET EDGES) $ - $ - No Dollars L-39 70 EA TREE BUBBLERS $ - $ - No Dollars T-3 12687 LF CONDUIT (PVC) (SCH 40) (2") (BORE) $ - $ - No Dollars T-4 926 LF CONDUIT (RM) (2") $ - $ - No Dollars T-1 46 LF DRILL SHAFT (RDWY ILL POLE) (24 IN) $ - $ - No Dollars T-2 46 EA PROVIDE AND INSTALL ROADWAY ILLUM ASSEMBLY (LED) (INCLUDING MATERIALS) $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT T-7 14046 LF ELEC CONDR (NO. 8) INSULATED $ - $ - No Dollars T-8 3 EA POWER SERVICE PEDESTAL & EQUIPMENT $ - $ - No Dollars T-5 27 EA GROUND BOX TYPE A $ - $ - No Dollars T-6 7023 LF ELEC CONDR (NO. 8) BARE $ - $ - No Dollars TS-1 140 LF CONDUIT (PVC) (SCH 40) (3") $ - $ - No Dollars T-2A 46 EA INSTALL ROADWAY ILLUM ASSEMBLY (LED) (MATERIALS PROVIDED BY CITY) $ - $ - No Dollars TS-4 740 LF ELEC CONDUCTOR (NO. 6) BARE $ - $ - No Dollars TS-5 50 LF ELEC CONDUCTOR (NO. 6) INSULATED $ - $ - No Dollars TS-2 110 LF CONDUIT (PVC) (SCH 40) (4") (BORE) $ - $ - No Dollars TS-3 970 LF ELEC CONDUCTOR (NO. 8) INSULATED $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per EACH and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per LINEAR FOOT and No Cents per EACH and No Cents per EACH TS-8 1 EA SALVAGING TRAFFIC SIGNALS $ - $ - No Dollars TS-9 8 EA PED SIG SEC (LED) (COUNTDOWN) $ - $ - No Dollars TS-6 1 EA GROUND BOX TY C (162911) W/APRON $ - $ - No Dollars TS-7 1 EA INSTALL HWY TRAF SIG (ISOLATED) $ - $ - No Dollars TS-12 645 LF TRF SIG CBL (TY A) (14 AWG) (16 CONDR) $ - $ - No Dollars TS-13 1305 LF TRF SIG CBL (TY C) (12 AWG) (2 CONDR) $ - $ - No Dollars TS-10 40 LF TRF SIG CBL (TY A) (14 AWG) (5 CONDR) $ - $ - No Dollars TS-11 630 LF TRF SIG CBL (TY A) (14 AWG) (7 CONDR) $ - $ - No Dollars TS-14 4 EA PED POLE ASSEMBLY $ - $ - No Dollars TS-15 1 EA PEDESTRIAN PUSH BUTTON POST $ - $ - No Dollars Bid Schedule ______ of 22 Item No. Bid Quantit Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID Description and Unit Price in Words and No Cents per EACH TS-16 8 EA PED DETECT PUSH BUTTON (APS) $ - $ - No Dollars TOTAL $ - Bid Schedule ______ of 22 BID SUMMARY – BID NO. Q-__________ Freeport Parkway Dividend Drive to West Bethel Road TOTAL BID ITEMS BASE BID (A) $_______________________ TOTAL TIME BID _______ CALENDAR DAYS TOTAL OF CALENDAR DAYS X $3,500 (B) $_______________________ BASIS FOR COMPARISON OF BIDS (A) + (B)* $_______________________ *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 365 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. PROPOSAL GUARANTY  A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition. SUBMITTED ON ________________________________________ Signature: ________________________________________ 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 LABORER Asphalt Raker ............................................... 12.69 Flagger ......................................................... 10.06 Laborer, Common ........................................ 10.72 Laborer, Utility .............................................. 12.32 Pipelayer ...................................................... 13.24 Work Zone Barricade Servicer ..................... 11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor ........................................ 15.32 Asphalt Paving Machine ............................... 13.99 Broom or Sweeper ....................................... 11.74 Concrete Pavement Finishing Machine ....... 16.05 Concrete Saw ............................................... 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 Sm all Slipform Machine ............................... 15.96 Spreader Box ............................................... 14.73 Servicer ........................................................ 14.58 Steel Worker (Reinforcing) .......................... 16.18 Classification Hourly Rate TRUCK DRIVER 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 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 _____________________________COUNTY OF____________________________ BEFORE ME, the undersigned authority, a Notary Public in and for the State of _________, on this day personally appeared ______________________________ who after being by me Name duly sworn, did depose and say: "I, __________________________________ am a duly authorized office/agent for Name _____________________________________ and have been duly authorized to execute the Name of Firm foregoing on behalf of the said _____________________________________________________ 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:______________________________________________________ ______________________________________________________________________________ Telephone: ( )________________ by:___________________________________________ Title: ___________________________Signature:______________________________________ SUBSCRIBED AND SWORN to before me by the above named _________________________ on this the __________________ day of ___________________________________20________ Notary Public in and for the State of __________________ ________________________________________________ If BIDDER IS: An Individual By_______________________________________________________________________(Seal) (Individual's Name) doing business as ________________________________________________________________ Business address ________________________________________________________________ ______________________________________________Phone No. ______________________ A Partnership By_______________________________________________________________________(Seal) (Firm Name) ______________________________________________________________________________ (General Partner) Business address _______________________________________________________________ _____________________________________________Phone No. ______________________ A Corporation By____________________________________________________________________________ (Corporation Name) ______________________________________________________________________________ (State of Incorporation) By____________________________________________________________________________ (Name of person authorized to sign) ______________________________________________________________________________ (Title) (Corporate Seal) Attest__________________________________________________________________________ (Secretary) Business address ______________________________________________________________ ____________________________________________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.) 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 Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY Date Received 1 Name of person doing business with local governmental entity. 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. 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. 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 named in this section receiving or likely to receive taxable income from the filer of the questionnaire?  Yes  No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity?  Yes  No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more?  Yes  No D. Describe each affiliation or business relationship. 6 ____________________________________________________ ___________________ Signature of person doing business with the governmental entity Date SECTION 2 CONTRACT DOCUMENTS 2-2 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 2013 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and _________________ (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 Dividend Drive to West Bethel Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement , construction of a 180-foot long bridge, 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. ST15-01A. 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 Dividend Drive to West Bethel Road PROJECT NO. ST15-01A Bid No. Q-_________ Article 2. ENGINEER. The Project has been designed by J. Volk Consulting, 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. 2-3 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within ________ 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 1 of these contract documents. The total contract sum shall be the amount of: $ . 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. 2-4 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. 2-5 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 – Dividend Drive to West Bethel Road (Project No. ST15-01A) for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: “Freeport Parkway – Dividend Drive to West Bethel Road (Project No. ST15-01A) for the City of Coppell. 8.9. The following listed and numbered addenda: ___________________ 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract 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). 2-6 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. 2-7 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on ____________________________________, 2013. OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard Coppell, TX 75019 BY: _____________________________ BY: ________________________________ TITLE: __________________________ TITLE: _____________________________ ATTEST: _________________________ ATTEST: ___________________________ Address for giving notices: Address for giving notices: P.O. Box 9478 ___________________________________ Coppell, Texas 75019 Attn: Ken Griffin, P.E. ___________________________________ Dir. of Engineering/Public Works (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2-8 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with a 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. 2-9 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. 2-10 Contract Documents PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That ____________________________________ whose address is ___________________________________________________________, hereinafter called Principal, and __________________________________________________ , a corporation organized and existing under the laws of the State of _____________ , 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 _____________________________________________________________ DOLLARS ($___________________ ) 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. 2013, 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 (Dividend Drive to West Bethel Road) PROJECT NO. ST15-01A Bid No. Q-1113-01 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 2-11 Contract Documents Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in _______________ copies, each one of which shall be deemed an original, this the ______ day of __________________, 2013. PRINCIPAL SURETY ______________________________ ___________________________________ By: ___________________________ By:_______________________________ Title: __________________________ Title:______________________________ ATTEST: ATTEST: ______________________________ _________________________________ Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ______________________________________________________________________ ADDRESS: _____________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2-12 Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That ________________________________ whose address is _________________________________________________________ , hereinafter called Principal, and __________________________________________________ , a corporation organized and existing under the laws of the State of _____________ , 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 ___________________________ _________________________________________________________DOLLARS ($___________________ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the _______ of ____________ , A.D. 2013, 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 (Dividend Drive to West Bethel Road) PROJECT NO. ST15-01A Bid No. Q-1113-01 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 2-13 Contract Documents of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, 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 _______________ copies, each one of which shall be deemed an original, this the ______ day of ___________________, 2013. PRINCIPAL SURETY ______________________________ ___________________________________ By: ___________________________ By:________________________________ Title: __________________________ Title: _______________________________ ATTEST: ATTEST: ______________________________ ________________________________ The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ______________________________________________________________________ ADDRESS: ______________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-14 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT ________________________ _________________________________ as Principal, and ___________________________, a corporation organized under the laws of _____________________________________, as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the _____________________________, a Municipal Corporation, Texas, the sum of ___________________________________________ Dollars and __________________________ Cents ($_____________), for the payment of which sum will and truly be made unto said __________________________________, 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 ______________________________________________________________________ has this day entered into a written contract with the said __________________________________ to build and construct Freeport Parkway, Dividend Drive to West Bethel Road (Project No. ST15-01A), Bid No. Q-1113-01, which contract and the plans and specifications therein mentioned, adopted by the _____________________________ 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 ________________________ 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 2-15 Contract Documents principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said __________________________________ has caused these presents to be executed by ________________________________________ and the said _____________________________________________ has caused these presents to be executed by its Attorney in fact and the said Attorney in fact ____________________________ , has hereunto set his hand, the ______________ day of _______________________, 2013. PRINCIPAL SURETY _______________________________ ___________________________________ By: ____________________________ By:________________________________ Title: ___________________________ Title:_______________________________ WITNESS: ATTEST: _______________________________ __________________________________ NOTE: Date of Maintenance Bond must not be prior to date of Contract. SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS 3-2 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, J. Volk Consulting, Inc., 17304 Preston Road, Suite 1340, Dallas, Texas 75252. Working Day: Add the following sentence to the end of the “W orking 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. 3-3 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 J. Volk Consulting, Inc. shall be included as an “Additional Insured” on all project liability insurance.” 3-4 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 Exploration – Freeport Parkway New Street and Bridge (Between Dividend Drive and West Bethel Road) Coppell, Texas, by Alpha Testing, Report No. G151648-Revised, dated February 2017. Copies of these reports are included in the Project Specifications. 3-5 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.” 3-6 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, 3-7 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 and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate contractor.” ITEM 107.23 – EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC-107.23.2.1 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.” 3-8 Standard Specifications Supplementary Conditions ITEM 108.1 – PROGRESS SCHEDULE SC-108.1 Amend the first sentence of Item 108.1 by adding the following sentence: “Refer to Specific Project Requirements for additional schedule requirements.” 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.” 3-9 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: 3-10 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." 3-11 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.” SECTION 4 SPECIFIC PROJECT REQUIREMENTS 4-2 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. 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 4-3 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, J. Volk Consulting, Inc. 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. PROJECT DESCRIPTION: This work shall consist of the reconstruction of Freeport Parkway from Dividend Drive to West Bethel Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, construction of a 300-foot span bridge, 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. ST15-01A. 1.6 EXPLANATION OF CONTRACT TIME: In the event the CONTRACTOR completes the contract prior to the expiration of the Original Contract Time, the OWNER will pay the CONTRACTOR an incentive payment of the Daily Value amount specified in Item 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 calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of 4-4 Specific Project Requirements CONTRACTOR’s operations, delays or other events as described herein. For purposes of the calculation and the determination of the incentive/liquidated damages, 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: 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. 4-5 Specific Project Requirements 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 liquidated damages 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 be the liquidated damages for the CONTRACTOR’s failing to timely complete the Contract. This shall be strictly enforced. 4-6 Specific Project Requirements In the event the CONTRACTOR elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to “Substantially Complete” shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 PROJECT SCHEDULE: Within ten days of the date of the Notice of Award, CONTRACTOR shall submit to the City a detailed Project Schedule. An updated Project Schedule shall be submitted to the City monthly with each payment application. Payment shall not be made until an updated schedule is received. A monthly progress meeting shall be held with the City Project Manager. The schedule shall meet the following minimum requirements: 1. The schedule shall be prepared using a project scheduling software such as Microsoft Project, Primavera, or other as approved by the City. 2. The Original Project Schedule submitted prior to construction and approved by the City shall become the basis for measuring progress and evaluating whether the project is on schedule. Once approved by the City, the Original Project Schedule shall not be changed. 3. Work shall commence on the Bridge within 45 days of the date of the Notice to Proceed. The contractor shall provide a detailed schedule of the bridge related improvements. The Project schedule shall reflect that the east (northbound) side of the bridge will be completed and ready to be opened to traffic concurrent with paving of northbound lanes, such that no delays occur in shifting traffic. Similarly, the schedule shall reflect that the west (southbound) side of the bridge will be completed and ready to be opened to traffic concurrent with paving of the west (southbound) lanes. 4. There shall be at a minimum one schedule Activity for each bid item in the proposal. Many bid items will need to consist of multiple Activities. 5. The length of the Freeport Parkway project is such that many Activities or Sets of activities will be repeated for various stages of construction and segments of the roadway. Any repeated Activity must clearly identify the location and/or stage of construction. 6. The schedule must be based on clearly defined Activities and milestones that can be easily field verified. 7. All Activities must have Predecessor and Successor activities (except start and finish milestones). Independent or open ended activities shall not be included. 8. The schedule must clearly identify relationship between Predecessor and Successor activities as “start-to-start”, “start-to-finish”, or “finish-to-finish”. 9. Negative lag times shall not be permitted. 10. Activities with a duration of ten days or greater shall be broken into sub- activities. (For example, if the activity for “Install Water Line A” has a 4-7 Specific Project Requirements duration of 11 days, is should be divided into sub-activities such as “Install Water Line A, Sta 0+00 to 15+00”, etc.) 11. Monthly schedule updates shall include actual start and completion dates for completed and ongoing Activities. Original Project Schedule dates must be shown for tracking purposes. 12. For activities behind schedule, a Recovery Plan must be submitted detailing how project will be brought back within schedule. This may include such measures as adding work crews, leasing additional equipment, or engaging subcontractors. Any additional costs resulting from Recovery Plan measures shall be at the contractor’s sole expense. 13. Activity durations reflected in the original schedule cannot be reduced without a Recovery Plan description reflecting what additional resources or actions will implemented justifying the schedule change. 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 4-8 Specific Project Requirements 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 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 4-9 Specific Project Requirements precautionary measures required by law for the protection of persons or property under pay item to “Furnish, Install and Maintain Traffic Control Devices”. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the CONTRACTOR shall take into account that the project will be constructed in multiple phases. The CONTRACTOR shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the OWNER. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. 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: 4-10 Specific Project Requirements a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.18 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. 4-11 Specific Project Requirements 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. 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. 4-12 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. 4-13 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. 4-14 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. SECTION 5 DESCRIPTION OF PAY ITEMS 5-2 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. C-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 made on the basis of price bid per lump sum (LS) and should be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 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 5-3 Description of Pay Items shall be as follows: When 1% of the adjusted contract amount has been ea rned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly esti mate following the 90% payment. Pay Item No. C-2 – Project Sign: This pay item shall consist of the installation of a project signage in the following locations: the north and south ends of construction on Freeport Parkway, the (2 total project signs). Each sign shall be constructed in accordance with the d etails 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. C-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 OWNER. Removal of landscape improvements shall be considered subsidiary to this pay item. 5-4 Description of Pay Items This work shall also include: (a) The removal of existing pavement markings and traffic buttons; (b) The removal of any existing gravel driveway/roadway; (c) The removal and relocation of any fencing and gates within the proposed right of way as specified within the construction plans; (d) The removal of existing rock rip rap; (e) The removal of a portion of the existing retaining wall at the locations shown in the construction plans; (f) The removal of landscape edging; (g) The removal of mailboxes; (h) Any grading activities (excavation or fill) deemed necessary to prepare the proposed grades of the subgrade prior to lime and pavement, unless separate bid items are provided for excavation or embankment; (i) The removal and salvage of any existing regulatory, school or informational signs; (j) The removal of all trees, stumps, bushes, vegetation, roots and shrubs within the limits of work; (k) Trimming of trees to provide a 7-foot clearance over sidewalks and a 18-foot clearance over roadways. 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 station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Payment shall be prorated based on the percentage of the project length completed, as determined by the ENGINEER. Up to fifty percent (50%) of the total amount bid for this pay item shall be paid upon completion of the west side right of way preparation, and the remaining 50% paid upon the completion of the east side right of way preparation. Pay Item No. C-4 – Pre-Project Video Survey: This pay item shall consist of the CONTRACTOR conducting video documentation of the existing project conditions prior to beginning construction. The CONTRACTOR shall submit the pre-project video to the City prior to submission of the first payment application . Video shall include audio narrative describing condition of existing improvements, with special attention being given to damaged/deteriorating improvements. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items. 5-5 Description of Pay Items Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-5 – Post-Project Video Survey: This pay item shall consist of the CONTRACTOR acquiring video documentation of the project conditions at the completio n of the proposed improvements. The CONTRACTOR shall submit the post-project video to the City prior to submission of the final application for payment. Video shall include audio narrative describing condition of new and existing improvements, with special attention being given to the condition of private improvements on adjacent properties. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-6 – 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. 5-6 Description of Pay Items This work shall also include the installation and maintenance of: (a) Silt fence; (b) Rock check dam; (c) Stabilized construction entrance; (d) Staged 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 S WP3. 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 . Pay Item No. C-7 – Furnish, Install and Maintain Temporary Traffic Control Devices and 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 northern and southern ends of the project, or as directed by the OWNER or ENGINEER. 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.). This work shall also include the construction of temporary pavement necessary for traffic shifts, construction staging, or as determined by the ENGINEER, consisting of 6” Type B HMAC on 6” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement shall be constructed and maintained in 5-7 Description of Pay Items these areas prior to the construction of the final pavement. Temporary pavement repair for proposed utility work (water line, sanitary sewer and storm drain) is not covered in this pay item and shall be covered in other pay items. 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 this work shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and oth er incidentals necessary to complete all phases of the work. 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 based on the total number of months bid. No additional payment will be made if the CONTRACTOR goes over the time bid. Pay Item No. C-8 – Remove & Dispose of Existing Concrete Pavement: This work includes the removal and disposal of existing concrete pavement (including concrete street paving, driveways, stamped concrete, pavers, median pavers, and sidewalks) 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 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 or driveways, 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 not be paid for directly but shall be considered subsidiary to this pay item. Also, any barrier free ramps designated on the plans to be removed are included in this pay item. 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 5-8 Description of Pay Items 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. C-9 – Remove & Dispose of Existing Asphalt Pavement: This work includes the removal and disposal of existing asphalt pavement roadway at the locations and limits shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. 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 expense. Asphalt to be removed shall be sawed full-depth 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. The thickness of the existing asphalt pavement is unknown. All spoils shall be removed from the project site at the CONTRACTOR’s expense. The removal of concrete curb that is adjacent to any asphalt 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 asphalt removal (with the exception of temporary pavement for temporary trench repair) required for the installation or adjustment of existing utilities is included in this pay item. Any parking lot asphalt identified on the construction plans to be removed shall be included in this pay item. However, the removal of temporary pavement required as part of the temporary traffic control work will not be measured and paid for separately, but shall be considered subsidiary to the pay item for Furnish, Install and Maintain Temporary Traffic Control Devices. Measurement and Payment for work performed and materials furnished related to the removal of asphalt 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 OWNER’s representative prior to removal. Pay Item No. C-10 – Restore Irrigation System: This work includes repairing, replacing reconstructed and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners to whom they belong, and the ENGINEER. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.), as well as adding additional lines and/or heads necessary to properly irrigate landscape or turf areas that are adjusted, modified, or reconfigured as a result of this project. All irrigation work must be 5-9 Description of Pay Items performed by a licensed irrigator (CONTRACTOR must submit documentation/qualifications to OWNER prior to work being performed). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. CONTRACTOR shall contact adjacent property owners and/or system owners/operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. CONTRACTOR will be required to submit an affidavit to the ENGINEER documenting meeting with property owners/irrigation system owners/operators, documentation of condition/operational status of each system and description of any deficiencies in systems (i.e. entire system not working, zone not working, broken heads, leaks, etc.). CONTRACTOR will be required to fix any pre-existing problems with irrigation systems within the limits of the work area not documented prior to construction. CONTRACTOR shall be responsible for ensuring irrigation systems within the limits of the work area remain operational throughout construction. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for themselves and make their own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and payment for work performed and materials furnished related to the repair, replacement and/or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. Pay Item No. C-11 – 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, 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. 5-10 Description of Pay Items This item also includes temporary stockpiling, placement and compaction of excavated material required for this project, in accordance with the appropriate specifications, including NCTCOG Item 203.6 and 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. Payment shall include the removal and proper utilization or disposal of all excavated materials (including haul off of unused material), constructing, s haping and finishing of all earthwork involved. 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 street 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 compl ete the work. Pay Item No. C-12 – 8” Lime Stabilized Subgrade: This work includes treatment of the top 8” of subgrade by pulverization, addition of lime, mixing and compacting of the mixed material to the required density indicated on the construction plans. 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 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime 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 260.4H). Prior to construction, the Lab shall perform a lime series test to confirm the rate of lime 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 lime subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance Items 260.5 & 260.6 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. 5-11 Description of Pay Items Pay Item No. C-13 – Lime for Stabilized Subgrade (40 LB / SY): This work includes the furnishing of the lime material to be used for lime subgrade treatment, in accordance with the appropriate specifications. All lime shall be placed in accordance with Item 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime to be used for this project shall be placed at a rate of 40 pounds per square yard and in SLURRY FORM, unless approved otherwise by the ENGINEER. Prior to construction, the Lab shall perform a lime series test to confirm the rate of lime 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 lime material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TON) in accordance with Items 260.5 & 260.6 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. C-14 – 11” Reinforced Concrete Street Pavement: Pay Item No. C-15 – 11” Reinforced Concrete Driveway 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. No separate payment shall be made for the integral curb, it is subsidiary to this pay item. 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. 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 5-12 Description of Pay Items 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. 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, including but not limited to, street headers at railroad crossings. 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. C-16 – 11” Reinforced Stamped Concrete Pavement: Pay Item No. C-17 – 6” Reinforced Stamped Concrete in Medians: This work includes the construction of reinforced stamped concrete pavement 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 & 2190). 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 5-13 Description of Pay Items 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. 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. C-18 – 10’ Wide Hike / Bike Trail - 6” Reinforced Concrete: Pay Item No. C-19 – 4” Reinforced Concrete Sidewalk (All Widths): This work includes construction of the 10’ wide concrete trails and concrete sidewalks 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 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. Measurement and payment for reinforced concrete trail and concrete sidewalk 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. C-20 – Barrier Free Ramp for 5’ Sidewalk: Pay Item No. C-21 – Barrier Free Ramp for 6’ Sidewalk: Pay Item No. C-22 – Barrier Free Ramp for 10’ Wide Hike/BikeTrail: This work includes the construction of pedestrian 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 5-14 Description of Pay Items yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. Barrier free ramps that guide pedestrians across only one leg of the intersection shall be quantified as “single” ramp, while barrier free ramps that guide pedestrians across two legs of the intersection shall be quantified as a “double” ramp. 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. C-23 – Restore Parkways & Disturbed Areas: This work does not include landscape/irrigation within medians. Landscape improvements in medians is included in separate landscape/irrigation pay items. This item includes all work, materials and incidentals necessary to restore parkways, yards or other areas that are disturbed to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 202.2, 202.3, 202.4, 202.5, 202.6 & 202.7. Disturbed areas along the length of the project shall be fine graded and cut to receive sod. Topsoil shall be placed in low areas to bring them to grade. Unless directed otherwise by the ENGINEER, block sod matching the species (minimum of Bermuda sod) that existed prior to construction and/or the species adjacent to the disturbed area shall be placed in all disturbed areas where improved lawn or established turf existed prior to construction. The CONTRACTOR will be required to water, fertilize, mow and otherwise maintain restored areas to establish healthy growth, even distribution of vegetation and full coverage over the entire restored area. The CONTRACTOR shall also maintain and protect these areas from damage and repair any damage that occurs, until completion and final acceptance of the project by the OWNER. Any restoration to existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement removed or relocated during the 5-15 Description of Pay Items course of construction are not included in this pay item and shall be covered in the ‘Restore Landscape Beds’ pay item. Measurement and payment for parkway and disturbed area restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per roadway station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including watering, fertilizing, mowing and maintenance of the restored areas. Payment shall be made based on the quantity shown in the bid proposal, regardless if the amount installed in order to sod all disturbed areas exceeds the bid quantity. No more than 75% of this item will be paid until 100% turf coverage has been established in all sodded areas, to the satisfaction of the ENGINEER. Pay Item No. C-24 – Restore Landscape Beds: This work does not include grass within the medians. Landscape improvements in medians will be included in separate landscape/irrigation pay items. This work includes the removal and resetting of any existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement located within the parkway that is removed or relocated during the course of construction and shall be replaced with like kind or bett er as a part of this pay item. It shall be the CONTRACTOR’s responsibility to accurately and effectively document and inventory existing landscape improvements to be removed prior to the commencement of construction. Failure to adequately document existing conditions may result in CONTRACTOR being required to make additional improvements to the satisfaction of the property owner. Restoration of landscape improvements shall be in compliance with pre- construction landscape inventory noted in the construction plans. CONTRACTOR shall only use new materials for this pay item, salvaged items are not permitted. Restored rock beds shall match the existing stones as much as practical. The CONTRACTOR shall notify each property OWNER after completion of the restoration work for acceptance. Additionally, any area or landscape drainage pipe discovered shall be run to the back of curb and turned up for outfall utilizing a pop -up cover. All pipes shall be HDPE or Schedule 20 PVC pipe to match existing pipe and size. All extensions and modifications to existing private drainage systems shall be coordinated with the OWNER. This is a “Plans Quantity” item and will not be measured unless there are revisions to the scope of work. Measurement and payment for landscape bed restoration work performed and materials furnished complete and in place as provided herein 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. No more than 50% of this 5-16 Description of Pay Items item will be paid until landscape beds are restored to the satisfaction of the ENGINEER. Pay Item No. C-25 – Remove & Dispose of Street Light: This work includes the removal and disposal of any street light indicated on the construction plans to be removed, including removing the concrete base and any hardware associated with the street light. Also, included in this pay item will be the coordination between the CONTRACTOR and franchise utility company to safely disconnect and cap any electrical lines connected to the street light. Measurement and payment for street light removal and disposal work performed 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. C-26 – Modular Block Retaining Wall: This work includes the furnishing and installing of Pavestone Anchor Diamond Pro Stone Cut Retaining Wall, Large, or approved equal, segmental retaining wall systems at the locations shown in the plans or as established by the ENGINEER, in accordance with the appropriate details and specifications, including the Technical Specifications and those of the manufacturer. The CONTRACTOR shall submit shop drawings, product data, material samples and a manufacturer’s approved design for the proposed segmental retaining wall to the ENGINEER for approval, prior to beginning construction in accordance with these contract documents. CONTRACTOR shall provide City with color palette and face options prior to beginning construction for approval. Measurement and Payment for segmental retaining wall work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per face foot (FF) of block actually installed, 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. C-27 – Concrete Retaining Wall Integral with Sidewalk or Trail (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 of Highways, Streets and Bridges”, 2004 Edition by the Texas Department of Transportation (TxDOT) and Standard Construction Specifications of the City of Coppell. 5-17 Description of Pay Items 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. Measurement and payment for cast-in-place concrete retaining wall work performed shall be made on the basis of the price bid per face foot (FF) of the wall. The price shall include the sidewalk or trail in front of the wall, which is a part of the base of the wall. Measurement and payment for work performed shall be in accordance to TxDOT Standard Specifications. Pay Item No. C-28 – Pedestrian Rail: 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. All handrail construction shall be in accordance with the construction plans and the Texas Department of Transportation’s Design Division Standards for Pedestrian Handrails: Type E (Detail PRD-13). Pedestrian handrail shall be black powder coated and shall be included in this work. Pedestrian railing located on bridge is not covered in this pay item and shall be included in the Bridge pay items. Measurement and Payment for work performed and materials furnished, completed and in place, 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. C-29 – Gabion Baskets: This item includes the furnishing and installation of gabion baskets in all areas designated in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. This item will require draining of the existing pond. Contractor shall coordinate with the OWNER to notify the affected property owner. All equipment needed for pumping and draining the existing pond shall be included in this bid item. All Gabion construction shall be in accordance with the construction plans, “Standard Specifications for Construction of Highways, Streets and Bridges”, 2004 Edition by the Texas Department of Transportation (TxDOT) Item 459, and Standard Construction Specifications of the City of Coppell. Measurement and Payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing and/or 5-18 Description of Pay Items operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-30 – Tree Root Barrier: This work includes the installation of Tree Root Barriers per the detail as shown in the construction plans at locations designated in the plans or as directed by the ENGINEER. Any proposed curb or existing curb to remain that is damaged with the installation of the tree root barrier shall be removed and replaced at the CONTRACTOR’s expense and not included as an additional cost. Measurement and payment for work performed and materials related to the installation of the tree root barriers shall be for linear foot (LF) tree root barrier installed complete in place and accepted. Pay Item No. C-31 – Railroad Crossing Reconstruction: This item includes the reconstruction of railroad crossings as indicated on the construction plans in accordance with the appropriate details and specifications. Work to be performed by the RAILROAD includes installation of four quadrant gate system, flashing signals, vehicle detection loop system, ties, rails, base, ballast, and concrete crossing panels. RAILROAD shall also provide construction phase interim gates to allow for traffic shifts. All work performed within 25’ of tracks will require a railroad flagger. Work to be performed by CONTRACTOR includes street pavement headers, sidewalk, hike and bike trail, sidewalk headers, detectable warning surface on sidewalks and trail, pedestrian rail and pedestrian emergency swing gates, all permanent signage and striping. CONTRACTOR shall also be responsible for all traffic control, temporary signage and barricades. CONTRACATOR shall coordinate with Fort Worth & Western Railroad and their contractor(s) for the installation of phased interim crossing signalization and permanent crossing signalization. CONTRACTOR shall notify Bill Parker (817-201- 4450) with Fort Worth & Western Railroad 45 days prior to taking down lanes of Freeport Parkway and switching traffic to allow adequate time to install interim crossing signalization. Interim crossing signalization must be in place prior to CONTRACTOR switching traffic. CONTRACTOR is responsible for this coordination during each phase of construction. CONTRACTOR shall also coordinate with railroad for the installation of the permanent railroad crossing signalization. Measurement and Payment for this pay item shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for all coordination, furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-32 – Street Signs: 5-19 Description of Pay Items Pay Item No. C-33 – Railroad Crossing Striping & Markings: Pay Item No. C-34 – Pavement Striping & Markings: Pay Item No. C-35 – Traffic Buttons: 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. Street 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. Railroad Crossing Striping & Markings – This work includes the furnishing and installation of permanent thermoplastic striping and markings for railroad crossings as indicated on the construction plans, or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including Item 666 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and TxDOT Standard Details RCD(1)-16 and RCD(2)16. 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 thermoplastic striping that is not in alignment or sequence. Pavement Striping & Markings – This work includes the furnishing and installation of permanent thermoplastic markings, including but not limited to all turn lane markings and stop bar striping as indicated on the construction plans or as directed by the ENGINEER, in accordance with the TxDOT”S 2004 Standard Specifications for Construction and Maintenance of Highways Streets and Bridges Item 666, City of Coppell standards and Texas MUTCD guidelines. This pay item does not cover striping and markings at railroad crossings which are covered in the “Railroad Crossing Striping & Markings” pay item. 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 thermoplastic striping that is 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 5-20 Description of Pay Items 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. Measurement and Payment for furnishing and installation of the miscellaneous Street Signs shall be made on the basis of the bid price per eac h (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. Measurement and payment for Railroad Crossing Striping & Markings work performed and materials furnished completed and in place 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. Measurement and payment for Pavement Striping & Marking work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Measurement and payment for Traffic Button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) 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. C-36 – Storm Drain Cleaning and Television Inspection: The CITY recently performed a TV inspection of existing storm drains within the project limits. It was determined that approximately 2,500 LF of existing storm lines have varying amounts of silt and debris. Description. The work shall include all labor, tools, equipment and related items as may be required for the complete cleaning or cleaning and internal inspection and television monitoring (including bypass plumbing, drain dewatering and associated work) of the storm drain and removing and disposing of all deposits cleaned from the drains. 5-21 Description of Pay Items The work shall include the thorough cleaning of storm drains in order to permit an unrestricted inspection by closed circuit television. All storm drains will be cleared prior to television inspection. If the television inspection shows drains were improperly cleaned, the CONTRACTOR SHALL re-clean improperly cleaned storm drains. Re-cleaning shall be done at no additional cost. Cleaning Procedures and Equipment. Cleaning equipment may consist of hydraulic high pressure jet machines, heavy duty power rodding machines capable of cleaning distances covered under the Contract in one step and heavy duty bucket machines that can be used to drag line work with buckets, brushes, scrapers, swabs or other similar devices. The equipment utilized shall be capable of removing all sand, dirt, rocks and other debris from the drain line to allow adequate internal inspection (in the opinion of the Engineer) of all internal surfaces. The equipment used shall suit the conditions and size of the storm drain to be cleaned. All precautions shall be taken by the CONTRACTOR to protect the storm drain from damage that might result from the use of unsuitable equipment or improper use of approved cleaning equipment. Any drains damaged during the cleaning operations as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the Engineer) by and at the expense of the CONTRACTOR. CONTRACTOR shall remove and collect silt debris and material of any kind and prevent material from being discharged into the drainage system. Removed material shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Closed Circuit Television Inspection Procedure and Equipment. Television equipment used for the inspection shall be specifically designed and constructed for storm drain inspection. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. The camera shall be operative in 100 percent humidity conditions and shall be capable of showing the entire inside periphery of the pipe. The camera shall develop and transmit a sharp picture on video bandwidths only. The camera shall be equipped with an automatic light compensating iris, adjustable optical focus and automatic white balancing circuitry. The camera adjustments shall be set to produce a clear, sharp picture of the internal conditions within the storm drain. The camera lens shall be cleaned prior to each deployment in the storm drain. A television picture with interferences, lines, blurry vision or distortions will not be acceptable. The camera shall be moved through the storm drain in either direction (dependent upon the site’s condition) at a uniform rate that will allow a clear visual picture to be obtained. 5-22 Description of Pay Items Record of Inspection. The CONTRACTOR will log the results of all observations and prepare whatever data may be required for record purposes. Measurement for location of features along the pipe alignment shall be at ground level by means of a counting meter to be provided and operated by the CONTRACTOR. The counting meter shall accurately record the distance in feet, which the video cable has traveled. The measurement will be accurate to three-tenths (0.3) of a foot per ten (10) feet of inspected sewer reach length. All storm drain inspections shall be recorded on DVD and provided to the City. The date of the television inspection and the distance that the camera has traveled through a particular storm drain reach shall be continuously displayed on the recorded DVD. If the DVD recording is not complete or the quality is not satisfactory, the storm drain shall be re- inspected at the CONTRACTOR’s expense. Measurement and payment for work performed 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, temporary traffic control and other incidentals necessary to complete the work. Pay Item No. C-37 – Density Testing of Existing Backfill: This work consists of density testing of backfill over existing storm drain utility trenches. After removal of existing concrete paving within project limits, CONTRACTOR shall perform density testing in accordance with NCTCOG Item 504.5.3.2. Tests shall be performed at 300 ft intervals for each one foot of depth of pipe up to five feet deep. This interval equates to approximately one test every 60 feet at varying depths. CONTRACTOR shall excavate test holes of depths from 1 to 5 feet along storm lines. Test hole depths shall terminate one foot above existing storm drains and CONTRACTOR shall use every precaution to protect existing storm drains and shall be responsible for repairing damage to any existing underground improvements. Test hole locations should be selected to provide even distribution over project limits. Test holes over intersecting or parallel lines should be spaced a minimum of 30 feet apart. OWNER shall approve test locations. Approximate horizontal locations of existing storm drains are shown in the plans. This information was compiled based on available record drawings and neither the OWNER nor ENGINEER assumes any responsibility for the accuracy of this information. It shall be the CONTRACTOR’s responsibility to verify location and depths of storm drains. CONTRACTOR shall employ an independent materials testing lab acceptable to the OWNER. Test hole locations shall be documented by approximate street centerline station and offset. Test reports will be provided to OWNER and ENGINNEER. 5-23 Description of Pay Items Measurement and payment for density testing of existing backfill over storm drain utility trenches, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furn ishing all testing costs, materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-38 – Excavate and Re-Compact Existing Trench Backfill: This work consists of excavating and re-compacting existing material over storm drain pipes and culverts at each location where a failed density test occurred, as determined with the prior bid item. Limits of work shall be 30 linear feet along the storm alignment on each side of the failed test location (60 linear feet total), or to the midpoint between the failed test and the nearest passed test location. The width of the excavated area shall be the four feet, or the pipe diameter plus two feet, whichever is greater. Excavation depth shall be to one foot above top of storm pipe (6-feet maximum depth). Contractor shall backfill excavated areas in accordance with NCTCOG Item 504.5.3. Any excavated material determined to be unsuitable shall be removed and disposed of and replaced with suitable excess material from other locations within the project. Measurement and payment for excavation and compaction of failed storm pipe/box backfill shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tool s, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-39 – Remove Existing 5’ Curb Inlet: Pay Item No. C-40 – Remove Existing 10’ Curb Inlet: Pay Item No. C-41 – Remove Existing 15’ Curb Inlet: Pay Item No. C-42 – Remove Existing Y-Inlet: Pay Item No. C-43 – Remove Existing 4’ X 4’ Manhole: Pay Item No. C-44 – Remove Existing 6’ X 6’ Manhole: Pay Item No. C-45 – Remove Existing 21” Headwall: Pay Item No. C-46 – Remove Existing 27” Headwall: Pay Item No. C-47 – Remove Existing 54” Headwall: Pay Item No. C-48 – Remove Existing 18” RCP Storm Drain: Pay Item No. C-49 – Remove Existing 21” RCP Storm Drain: Pay Item No. C-50 – Remove Existing 24” RCP Storm Drain: Pay Item No. C-51 – Remove Existing 27” RCP Storm Drain: Pay Item No. C-52 – Remove Existing 30” RCP Storm Drain: Pay Item No. C-53 – Remove Existing 33” RCP Storm Drain: Pay Item No. C-54 – Remove Existing 36” RCP Storm Drain: Pay Item No. C-55 – Remove Existing 42” RCP Storm Drain: Pay Item No. C-56 – Remove Existing 54” RCP Storm Drain: Pay Item No. C-57 – Remove Existing 60” RCP Storm Drain: Pay Item No. C-58 – Remove Existing 66” RCP Storm Drain: Pay Item No. C-59 – Remove Existing 72” RCP Storm Drain: 5-24 Description of Pay Items Pay Item No. C-60 – Remove Existing 8’ X 5’ RCB Storm Drain: This work consists of removing various existing storm drain pipe, box culvert and storm drain structures as indicated in the construction plans or as directed by the ENGINEER. Excavation of pipe or structures and disconnection from existing storm drains or structures to remain shall be performed without causing damage to existing utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the Engineer) by and at the expense of the CONTRACTOR. Excavated areas shall be backfilled and compacted and tested in accordance with City standards. All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe or structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Measurement and payment for removal of structures shall be made on the basis of the price bid per each (EA) structure and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Measurement and payment shall be made on the basis of the pr ice bid per linear foot (LF) of pipe or box and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Pay Item No. C-61 – 18” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-62 – 21” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-63 – 24” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-64 – 27” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-65 – 30” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-66 – 33” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-67 – 36” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-68 – 42” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-69 – 54” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-70 – 60” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-71 – 66” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-72 – 8’ X 5’ Reinforced Concrete Box Storm Drain: This work includes the construction of all RCP and RCB 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 and RCB 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, 5-25 Description of Pay Items 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. Testing in accordance with specifications is considered subsidiary to this pay item. Where leads, pipe or box 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 necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 6” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in storm drain installation areas as indicated in the construction plans that will 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 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 Items No. C-73 – 10’ Standard Curb Inlet: Pay Items No. C-74 – 10’ Recessed Curb Inlet: Pay Items No. C-75 – 15’ Standard Curb Inlet: Pay Items No. C-76 – 15’ Recessed Curb Inlet: Pay Items No. C-77 – 20’ Recessed Curb Inlet: 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. 5-26 Description of Pay Items Pay Item No. C-78 – 4’x4’ Storm Drain Manhole: Pay Item No. C-79 – 6’x6’ Storm Drain Manhole: 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. Pay Item No. C-80 – 21” TxDOT Type CH-FW-0 Headwall: Pay Item No. C-81 – 27” TxDOT Type CH-FW-0 Headwall: Pay Item No. C-82 – 54” TxDOT Type CH-FW-0 Headwall: This work includes the construction of TxDOT Type CH-FW -0 headwalls (various sizes) at the locations indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 466. All excavation performed for this work shall be in accordance with TxDOT Item 400. Concrete used for the construction of headwalls shall be Class “C” and be in compliance with TxDOT Items 420 and 421. All reinforcing steel shall be Grade 60 and in compliance with TxDOT Item 440. Measurement and payment for work performed and materials furnished related to the construction of TxDOT Type CH-FW -0 Headwalls (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. Pay Item No. C-83 – Adjust Existing Storm Manhole Rim to Grade: This work includes adjusting existing storm manhole rims to proposed grade as indicated on the construction plans or as directed by the ENGINEER and in accordance with the appropriate specifications and standards. This work shall include all excavation, salvage of manhole ring and cover when possible, replacement of manhole ring and cover when necessary, grade rings, and all other materials needed to complete the work. Damage to existing storm manholes or ring and cover during construction of the proposed improvements by the CONTRACTOR shall be replaced in accordance with the proper standards and specifications at the CONTRACTOR’s expense. 5-27 Description of Pay Items Measurement and payment for this work and shall be made on the basis of 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. C-84 – 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 storm drain construction, 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. C-85 – Abandon Existing Water Line (In Place): This work includes the abandonment of existing water 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, meters, stubouts and other branch water lines supplied from the existing water lines to be abandoned are transferred to other water lines as shown on the construction plans prior to pavement construction. No service or meter shall be without water supply for more than four (4) hours. Cutting and plugging of existing water lines, as well as placement of restrained plugs on water lines to remain, shall be subsidiary to this pay item. The existing water lines shall be abandoned as follows: a) After each section of the existing water line is taken out of service, the abandoned section shall be completely drained, including pumping water from the system, as necessary. b) Any and all openings into the existing pipe will be closed by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details governing such work. c) Existing valves may be used to close the existing system, the pipe on the abandoned side shall not be left open, but shall be plugged and blocked. d) Valves stacks shall be removed and backfilled with soil. Measurement and payment for work performed and materials furnished related to abandoning the existing water line, as provided herein, shall be made on the basis 5-28 Description of Pay Items of the price bid per linear feet (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. C-86 – 6” PVC C-900 DR-14 Water Line: Pay Item No. C-87 – 8” PVC C-900 DR-14 Water Line: Pay Item No. C-88 – 12” PVC C-900 DR-18 Water Line: Pay Item No. C-89 – 16” PVC C-900 DR-18 Water Line: Pay Item No. C-90 – 20” PVC C-900 DR-18 Water Line: Pay Item No. C-91 – 24” PVC C-900 DR-18 Water Line: This work includes the furnishing and installation of 4”, 6”, & 8” PVC C-900 DR- 14 and 12”, 16”, 20” & 24” PVC C-900 DR-18 water line at the locations shown in the plans as per NCTCOG Item s 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 , 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. All ductile iron fittings associated with the proposed water line installation, as indicated in the plans, are not included in this pay item and will be included in the “Ductile Iron Fittings” pay item. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 6” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in water line installation areas as indicated in the construction plans that will 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. C-92 – 2” Water Service and Meter: This work includes the construction of water services in multiple loca tions along the project as indicated on the construction plans or as determined by the 5-29 Description of Pay Items ENGINEER. These installations shall be in accordance with NCTCOG Item 502.10 and the appropriate City of Coppell Standard Construction Details. The service line (various sizes), setter and water meter box shall be replaced at each water service location. This work includes replacing the existing setter and meter box with new service lines, new setter and new meter box; however, all meters shall be re-used or provided by the City. No separate pay will be allowed for repairing damage to water meters due to construction on this project, unless approved otherwise by the ENGINEER. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. All connections to existing private service lines shall be done using a brass compression coupling. Any portion of the existing private water service line that needs to be replaced or modified shall be done under the supervision of a licensed plumber and shall meet all local, state, and federally applicable codes. Measurement and payment shall be made on the basis of price per ea ch (EA) Water Service installed, for all lengths of service line, and shall be the total compensation for furnishing all materials, tool s, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-93 – 6” Gate Valve: Pay Item No. C-94 – 8” Gate Valve: Pay Item No. C-95 – 12” Gate Valve: Pay Item No. C-96 – 16” Gate Valve: Pay Item No. C-97 – 20” Gate Valve: This work includes the furnishing and installation of various sizes of gate valves as shown on the plans or as determined by the ENGINEER, in accordance with NCTCOG Item 502.6 and the City of Coppell Standard Construction Details and Specifications. These pay items 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. C-98 – Connect to Existing Water Line: 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. The CONTRACTOR shall locate the existing water line and identify existing valves to be closed to isolate the line segment at the connection. All existing valves shall be operated by City personnel only. The CONTRACTOR shall be required to make the connection such that no service or meter shall be without water supply for more than four (4) hours. All property owners, businesses or residents affected by service disruption shall be notified a minimum of 48 hours in advance. Notifications shall be coordinated with the City. 5-30 Description of Pay Items Measurement and payment shall be made on the basis of the price p er 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. Pay Item No. C-99 – 12” x 12” Tapping Sleeve and Valve: Pay Item No. C-100 – 16” x 16” Tapping Sleeve and Valve: This work includes the furnishing and installation of various sized tapping sleeves and associated valves as shown within the construction plans (areas indicated as wet connections) and in accordance with NCTCOG Item 502.10.2.3 and City of Coppell specifications. 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, all fittings, megalugs, blocking, retainer glands, etc. necessary to complete the installation, 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. C-101 – 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 lead from water main to gate valve and the 6” gate valve required for fire hydrant installation are not included in this pay item, but are included 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, water pipe from fire hydrant gate valve and water pipe for stack, 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. C-102 – Remove Existing Fire Hydrant: This work includes the labor, equipment, and material required to remove existing fire hydrants as indicated on the construction plans. This includes the removal of fire hydrant, fittings, blocking, and piping back to fire hydrant valve. Fire hydrants salvaged in good condition shall be delivered to the City. Fire hydrants damaged during removal shall be disposed of at the CONTRACTOR’s expense. Existing fire 5-31 Description of Pay Items hydrants shall remain in service until the activation of the new fire hydrants at or near the location. This work shall include plugging hydrant leads and any and all openings into the existing water line that are created as a result of the abandonment and/or relocation of a fire hydrant/valve assembly by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details governing such work. Any items or appurtenances required for the removal of the fire hydrant and closing off of the existing water line shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the removal of existing fire hydrants shall be made on the basis of 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. C-103 – Water Line Ductile Iron Fittings: This work includes the furnishing and installation of ductile iron fittings for the proposed water line improvements as indicated on the construction plans. Measurement and payment for work performed and materials furnished related to the water line ductile iron fittings shall be made on the basis of price bid per ton (TON) 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. C-104 – 30” PVC Encasement: This work includes the labor, equipment, and material required for placement of 30” PVC casing by open cut. Work performed under this item shall conform to the requirements of City Standard Detail 3090 and NCTCOG Items 501, 503 and 509. Casing pipe shall be 30” PVC C-900 DR-18 pipe as per NCTCOG Items 506 & 502.4 and the City of Coppell Standard Construction Details. This work shall include casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and Shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation and backfill. Pay Item No. C-105 – 28” Steel Encasement: This work includes the labor, equipment, and material required for placement of 28” steel encasement pipe by open cut as indicated in the construction plans or as directed by the ENGINEER. This work does not include the PVC carrier pipe. Work performed under this item shall conform to the requirements of City Standard Detail 3090 and NCTCOG Items 501, 503 and 509. 5-32 Description of Pay Items This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF), regardless of depth, measured horizontally from the beginning of the encasement to the end of the encasement and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-106 – 24” Bore & Steel Encasement: This work includes the labor, equipment, and material required for placement of 24” steel casing by dry bore method. Bores for 24” steel casing line installation shall be performed at the locations shown on the plans. Work performed under this item shall conform to the requirements of City Standard Detail 3090 and NCTCOG Items 501, 503 and 509. This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and includes the operation of the bore rig, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, pressure grouting, and backfill. Pay Item No. C-107 – 2” Air Release Valve (Type 1): Pay Item No. C-108 – 4” Air Release Valve (Type 2): This work includes the labor, equipment, and material required to install air release valves (various sizes and types), including fittings, gate valve, pipe, and nozzle assembly at the location shown on the construction plans. Air release valve installation shall be performed in accordance with the City of Coppell Standard Construction Specifications and Construction Details. Measurement and payment for work performed and materials furnished related to the installation of the proposed air release valves 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. C-109 – Blow-Off Valve (Type 1): This work includes the labor, equipment, and material required to install a blow-off assembly, including fittings, valves, saddle, pipe, nozzle assembly, galvanized meter box, etc. at the location indicated on the construction plans. Blow-off valve installation shall be performed in accordance with the City of Coppell Standard Construction Specifications and Construction Details. 5-33 Description of Pay Items Measurement and payment for work performed and materials furnished related to the installation of the proposed blow-off assembly shall be made on the basis of 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. C-110 – Permanent Reinforced Concrete Pavement Repair (Water Line Improvements): This work includes the labor, equipment, and material required to repair concrete pavement sections (including integral curb, where indicated) removed for proposed water line improvements as shown on the construction plans or as directed by the ENGINEER and in accordance with the City of Coppell Standard Construction Specifications and Construction Details, including the City of Coppell’s Standard Detail 3070 & 2050. CONTRACTOR shall prepare 8” lime treated subgrade in concrete pavement repair areas to match existing grades and in accordance with the appropriate details and specifications, including Item 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. There will be no separate pay for lime stabilization of subgrade for concrete pavement repair areas and shall be considered subsidiary to this pay item. All concrete used for this pay item 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. CONTRACTOR shall match thickness of adjacent remaining concrete pavement section as shown on the standard detail. All curb for this pay item shall be a 6” monolithic curb. No separate payment shall be made for the integral curb, it is 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 Deta il 3070. All construction joints shall be in accordance with the City of Coppell Standard Construction Detail 2050. The CONTRACTOR shall place, 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. 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. 5-34 Description of Pay Items All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and payment for work performed and materials furnished related to the permanent reinforced concrete pavement repair shall be made on the basis of price bid per (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. C-111 – Trench Safety for Water Line 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 water line construction, 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. C-112 – Abandon Existing Sanitary Sewer Pipe: This work includes the abandonment of existing sanitary sewer pipe in place as indicated on the construction plans or as directed by the ENGINEER. Work performed under this item includes cutting and plugging ends of pipes to be abandoned. Payment shall include excavation, concrete, backfill, and all other materials. Sanitary sewer pipe abandonment shall be performed in accordance with the City of Coppell Standard Specifications and Construction Details. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment and incidentals necessary to complete the work all in accordance with the plans. Pay Item No. C-113 – Remove Existing Sanitary Sewer Pipe: This work includes the removal of existing sanitary sewer pipe as indicated on the construction plans or as directed by the ENGINEER in accordance with the appropriate specifications and details. CONTRACTOR shall cut existing sanitary sewer pipe at locations shown on the construction plans; clean and prepare remaining pipe end for connection to proposed sanitary sewer pipe. Connections of proposed sanitary sewer pipe to existing sanitary sewer pipe are not included in 5-35 Description of Pay Items this pay item and shall be covered in the “Connect to Existing Sanitary Sewer Pipe”. CONTRACTOR is responsible for the proper disposal of all excess materials. Excavation and removal of sewer pipe and disconnection from existing sewer lines to remain shall be performed without causing damage to existing utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the Engineer) by and at the expense of the CONTRACTOR. Excavated areas shall be backfilled and compacted and tested in accordance with City standards. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, disposal of materials and incidentals necessary to complete the work all in accordance with the plans. Pay Item No. C-114 – Abandon Existing Sanitary Sewer Manhole: This work includes the abandonment of existing sanitary sewer manholes as indicated on the construction plans or as directed by the ENGINEER. Payment shall include excavation, reinforcing steel, concrete, backfill, and all other materials; and shall also include the proper disposal of surplus material. Sanitary sewer manhole abandonment shall be performed in accordance with the City of Coppell Standard Specifications and Standard Detail 5150. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, disposal of materials and incidentals necessary to complete the work all in accordance with the plans. Pay Item No. C-115 – Remove Existing Sanitary Sewer Manhole: This work includes the removal of existing sanitary sewer manholes as indicated on the construction plans or as directed by the ENGINEER. Payment shall include excavation and disposal of removed manhole and any surplus backfill. Excavation and removal of manhole and disconnection from existing sewer lines to remain shall be performed without causing damage to existing utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the Engineer) by and at the expense of the CONTRACTOR. Excavated areas shall be backfilled and compacted and tested in accordance with City standards. All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe or structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. 5-36 Description of Pay Items Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, excavation, disposal of materials and incidentals necessary to complete the work all in accordance with the construction plans. Pay Item No. C-116 – Connect to Existing Sanitary Sewer Pipe: This work includes the connection of proposed sanitary sewer lines to any existing sanitary sewer lines (or to plug existing and proposed sanitary sewer lines if CONTRACTOR discovers existing line is inactive as indicated in the construction plans). Connection to existing line shall include a Class “B” concrete collar around the joint and between the existing and new pipe. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the work in accordance with the construction plans. Pay Item No. C-117 – 6” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-118 – 8” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-119 – 10” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-120 – 12” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-121 – 15” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-122 – 18” PVC PS-115 Sanitary Sewer Pipe: Pay Item No. C-123 – 24” PVC PS-115 Sanitary Sewer Pipe: This work includes the installation of ASTM D3034 SDR-26 PVC and ASTM F679 PS-46 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, 509 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, mandrel pulling, testing, disposal of surplus materials, general clean-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. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 6” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in sanitary sewer installation areas as indicated in the construction plans that will 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. 5-37 Description of Pay Items 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. C-124 – 4’ Diameter Sanitary Sewer Manhole: Pay Item No. C-125 – 4’ Diameter Drop Sanitary Sewer Manhole: Pay Item No. C-126 – 5’ Diameter Sanitary Sewer Manhole: Pay Item No. C-127 – 5’ Diameter Drop Sanitary Sewer Manhole: This work includes the installation of 4’ & 5’ diameter standard sanitary manholes and 4’ & 5’ diameter drop sanitary sewer manholes with outside 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 of manhole. The contract price shall be the total compensation for the furnishing of all labor, materials, tools, equipment and incidentals necessary to com plete the work, including curb identification markings, earth excavation, disposal of surplus materials and backfill. Pay Item No. C-128 – 12” Bore and Steel Encasement for Sanitary Sewer Pipe: This work includes the labor, equipment, and material required for placement of 12” steel casing by dry bore method. Bores for 12” steel casing line installation shall be performed at the locations shown on the plans. Work performed under this item shall conform to the requirements of City Standard Detail 3090 and NCTCOG Items 501, 503 and 509. This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and includes the operation of the bore rig, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation and backfill. Pay Item No. C-129 – Concrete Encasement for Sanitary Sewer: This work includes concrete encasement for proposed sanitary sewer improvements as indicated on the construction plans or as directed by the ENGINEER in accordance with the appropriate specifications and standards. All 5-38 Description of Pay Items concrete for sanitary sewer encasement shall be Class A and meet TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 421. Measurement and payment shall be made on the basis of price bid per linear foot (LF) of concrete encasement and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-130 – 18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing: This work includes the furnishing and installation of reinforced concrete drilled- shaft pier and reinforced concrete cap at the locations shown on the plans. All work shall be completed in accordance with the TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges – 2004 Edition. All concrete for this pay item shall conform to the requirements of TXDOT Item 421, "Hydraulic Cement Concrete". Steel used for reinforcement in concrete structures shall conform to the requirements of Item 440, "Reinforcing Steel" and shall be ASTM A615 Grade 60. Stainless steel straps and hardware shall be Type 316 meeting ASTM A 240, A 666 and AMS 5524. Neoprene spacer shall be 1/2- inch thick as manufactured by Advanced Products and Systems, or approved equal. All excavation for this pay item shall be completed in accordance with TXDOT Item 416, "Drilled Shaft Foundations". CONTRACTOR shall place the shaft to within a vertical plumbness of one-inch per 10 feet of depth and a shaft center within one- inch of horizontal plan position. The construction plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. If caving conditions are encountered, stop drilling and notify the OWNER immediately. Completely remove all cuttings from drilled shaft. Dispose of material excavated from shafts on-site. CONTRACTOR shall provide suitable access, lighting, and equipment for proper inspection of the completed excavation and for checking the dimensions and alignment of shafts and bell excavation. CONTRACTOR shall completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). If the shaft is lengthened beyond plan length, extend the reinforcing steel cage to the bottom of the pier shaft. Additional excavation, concrete, reinforcing steel, etc. beyond depths indicated on the construction plans are not covered under this pay item, but shall be included in the “Additional Depth for Aerial Sanitary Sewer Crossing Piers” pay item. Contractor shall tie spiral reinforcement to the longitudinal bars at a maximum spacing of 24 in., or as 5-39 Description of Pay Items required for a stable cage. Do not weld lateral reinforcement to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved centering devices. Use enough devices to hold the cage in position along its entire length. Do not use square concrete spacer blocks in cased shafts. Support or hold down the cage to control vertical displacement during concrete placement. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 ft. of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with pier cap steel. Locate and tie anchor bolts when required prior to placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. CONTRACTOR shall perform all concrete work in accordance with requirements of TXDOT Item 420, “Concrete Structures.” Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and to permit raising as the placement progresses. When free fall is used, provide a hopper with a minimum 3-ft.-long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. For cased shafts, maintain a sufficient head of concrete at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. Cure the top surface and treat any construction joint area in accordance with Item 420, “Concrete Structures.” CONTRACTOR is responsible for ensuring that all welds conform to the requirements of TXDOT Item 448, "Structural Field Welding" Measurement and payment of this item shall be on the basis of price bid each (EA) pier and cap and shall be total compensation for all equipment, materials, excavation, drilling, testing and other incidental items required to complete the work. For purposes of this pay item, a pier length of 25 vertical feet is assumed. Additional depth of pier shall be paid under the bid item for, “Additional Depth for Aerial Sanitary Sewer Crossing Piers.” All required testing for this work is considered subsidiary to this pay item and shall include concrete testing in 5-40 Description of Pay Items accordance with TXDOT Item 421.4 G, "Sampling and Testing of Concrete." A testing lab representative shall be on site at all times during pier drilling operations to confirm pier depth and penetration. A pier inspection report shall be provided to the OWNER. Pay Item No. C-131 – Additional Depth for Aerial Sewer Crossing Piers: This work includes additional depth required for CONTRACTOR to extend piers for aerial sewer a minimum of three (3) feet into Gray Shale. This item shall be for extra length of concrete pier in excess of the length included in the bid item for “18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing.” Requirements for Materials, Construction, Testing, etc. shall be in accordance with the pay item for “18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing”. The length shall be field verified by the City of Coppell inspector or other authorized representative prior to installation. Measurement and payment of this item shall be by vertical foot (VF) of pier length and shall include all costs for materials, drilling, equipment, labor, testing and incidental items to complete the work as required. Pay Item No. C-132 – 20” Structural Steel Casing for Aerial Sewer Crossing: This work includes furnishing and installing 20-inch diameter, 0.5-inch structural steel casing pipe at locations and grades indicated on the construction plans. Casing shall be structural steel pipe meeting or exceeding ASTM A500, Grade B and having a minimum yield strength of 42 ksi. Casing Spacers shall be Raci Type F/G or approved equal and shall be installed per manufacturer’s recommendations and the construction plans. Neoprene End Seal shall be 1/8-inch thick as manufactured by Advanced Products and Systems (Model AW) or by CCI Pipeline Systems (Model ESW), or approved equal. End seals shall be attached with 1/2- wide T-304 Stainless Steel Straps. Field splice welds shall conform to AWS Structural Welding Code D1.1 and use E70XX electrodes. All welding work must be performed by a State of Texas licensed/certified welder. Measurement and payment of this item shall be by price bid per linear foot (LF) and shall be the total compensation for the furnishing of all labor, excavati on, materials, tools, equipment, testing, backfill, compaction and incidentals necessary to complete the work. Pay Item No. C-133 – 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 sanitary sewer construction, 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 5-41 Description of Pay Items safety plan, as required by these sp ecifications, 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 B-1 through B-14 – Bridge Items: This work includes the construction of the Freeport Parkway Bridge located between Station 22+94 and Station 26+09 on Freeport Parkway. All bridge construction shall be in accordance with the construction plans, “Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges”, 2014 Edition by the Department of Transportation (TxDOT) and Standard Construction Specifications by the City of Coppell. Measurement and payment for work perf ormed shall be in accordance to the TxDOT Specifications. Pay Items No. L-1 through L-7, Hardscape Improvements: This work includes the hardscape/masonry elements of the median enhancements. Items include the construction of a concrete mowstrip to separate planting beds from grass areas. The “Dry River Bed” install will be flagstone over a Flexbase material. On top of the flagstone will be the stacked courses of chopped Lueder stone. Lastly will be the installation of boudlers of various sizes. Reference L1.9 for further information. Pay Item No. L-8, Reinforced Stamped and Colored Concrete: (This Pay Item Description should match C-? for Median Nosing Concrete) 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 & 2190). 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 5-42 Description of Pay Items 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. 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 Items No. L-9 through L-36, Landscaping Items: This work includes the furnishing, installing and planting of all landscaping improvements as shown in the construction plans in accordance with applicable items in the NCTCOG standard specifications, the Technical Specification included in these construction documents, or as specified by the Owner for the project. All trees shall be minimum 4 inches caliper of trunk measured 6 inches above grade level. Trees shall be nursery grown, well formed, balled and burlapped with natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the tree. Planting shall be in accordance with the City of Coppell standards and accepted landscaping practices. Any trees that are removed or installed by the Contractor that have not been specified in the construction plans or approved prior to installation by the Owner will not be paid. Any existing or newly installed trees that are damaged during 5-43 Description of Pay Items construction activities shall be replaced in accordance with the above specifications at the Contractor’s expense. The Contractor shall maintain the replacement tree for a three (3) month establishment period following planting. Trees which do not, in the judgment of the Owner’s Project Representative, become established during the establishment period shall be replaced at the Contractor’s cost. The Contractor agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. The Warranty Period from Date of Substantial Completion is: 1. Trees, Shrubs, Vines, and Ornamental Grasses: Twenty- four (24) months. 2. Ground Covers, Biennials, Perennials, and Other Plants: Twenty-four (24) months. 3. Annual: Two (2) months. Measurement and payment for work performed and materials furnished related to the installation of landscaping shall be in accordance with the bid proposal form and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work in place and accepted. Pay Items L-37 through L-39, Irrigation Items: This work includes the furnishing and installing irrigation systems as shown in the construction plans in accordance with applicable items in the NCTCOG standard specifications, the Technical Specification included in these construction documents, or as specified by the Owner for the project. Measurement and payment for work performed and materials furnished related to the installation of irrigation systems shall be in accordance with the bid proposal form and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work in place and accepted. SECTION 6 TECHNICAL SPECIFICATIONS 6-2 Technical Specifications 6-3 Technical Specifications UNDERGROUND INTERCONNECT REQUIREMENTS CONDUIT, GROUND BOXES, 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-wall (Schedule 40). 1.2.5 Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be UL-listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 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 6-4 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. 2 GROUND PULL BOX 6-5 Technical Specifications 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carried out in compliance with the requirements herein stated and in conformity with the details shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3 MEASUREMENT AND PAYMENT 3.1 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". 6-6 Technical Specifications 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. 3.2 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. 6-7 Technical Specifications MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC 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 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 Dl 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation Dl 351, latest revision, and ASTM Designation D470, latest revision. 6-8 Technical Specifications Physical Properties of Polyethylene Insulation a. Initial Properties: Tensile strength, lbs. per sq. in., minimum Elongation at rupture, percent, minimum 1400 350 b. After 48 hours in air oven at 100˚C: Tensile strength, lbs. per sq. in., minimum Elongation at rupture, percent of original, minimum 75 75 c. Cold Bend Test, 1 hour at -55˚C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption A. After a twenty-four hour immersion in tap water at 50˚C plus or minus 1˚C, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. B. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WC5, latest revision. 4.4 Electrical Properties A. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. B. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the insulation resistance requirements of Table I. C. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. 6-9 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. inch, min. Elongation, percent, min. 2300 250 b. After 120 hours in Air Oven at 100˚C: Tensile strength, percent of original, min. Elongation at rupture, percent of original, min. 85 60 c. Cold Bend Test. 1 Hour at -55˚C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self-extinguishing in minutes, max. 1 6-10 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 Conductor Size AWG Nominal Thickness of Covering Approx. O.D. Inches Approx. Weight 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. 6-11 Technical Specifications TABLE I CONDUCTOR COLORS AND SEQUENCE Conductor No. Base Color Fist Tracer 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable 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. 6-12 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 Conductors Maximum 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 non¬metallic 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. 6-13 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: Tensile strength, lbs. per sq. inch, min. Elongation at rupture percent, min. 1800 250 b. After 5 days in air oven at 100˚C: Tensile strength percent of original, min. Elongation at rupture percent of original, min. 85 60 c. Head Shock Test, Air Oven, 1 hour at 121˚C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121˚C: Decrease in thickness, percent, max. 50 e. Cold Bend Test, 1 hour at -40˚C: no cracks f. Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70˚C: Tensile Strength, percent of original, min. Elongation at rupture, percent of original, min. 80 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 Under Jacket, Inches Jacket Thickness 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 2.501 and larger 140 6-14 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. 6-15 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. 6-16 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 Terminals and Splices 11.3.1 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. 11.3.2 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 i s wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape 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. 11.3.3 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. 11.3.4 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. 6-17 Technical Specifications 11.4 Enclosed Wiring 11.4.1 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. 12 GROUNDING AND BONDING 12.1 Grounding Connectors and Electrodes 12.1.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 13 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. 6-18 Technical Specifications POWER SERVICE AND SERVICE EQUIPMENT/ GENERAL SYSTEM WIRING PROCEDURES 1 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 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. 6-19 Technical Specifications 2.2 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. 2.3 Wire and Cable All wire and cable shall conform to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.4 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. 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. 6-20 Technical Specifications MODULAR CONCRETE BLOCK RETAINING WALL PART 1 – GENERAL 1.01 SECTION INCLUDES A. Concrete segmental retaining wall units B. Geosynthetic reinforcement C. Leveling pad base D. Drainage aggregate E. Reinforced backfill F. Drainage pipe G. Prefabricated drainage composite H. Geotextile filter I. Impervious materials J. Construction adhesive 1.02 REFERENCES A. American Association of State Highway Transportation Officials (AASHTO) 1. AASHTO M288 Geotextile Specification for Highway Applications 2. AASHTO Standard Specifications for Highway Bridges B. American Society for Testing and Materials (ASTM) 1. ASTM C140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units 2. ASTM C1262 Standard Test Method for Evaluating the Freeze-Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units 3. ASTM C1372 Standard Specification for Segmental Retaining Wall Units 4. ASTM D448 Standard Classification for Sizes of Aggregate for Road and Bridge Construction 5. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/f3)(600 kN-m/m3) 6. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method 7. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/f3)(2700 kN-m/m3) 8. ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) 9. ASTM D2922 Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) 10. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 11. ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 12. ASTM D4491 Standard Test Method for Water Permeability of Geotextiles by the Permittivity Method 13. ASTM D4595 Standard Test Method for Tensile Properties of Geotextiles by the Wide- Width Strip Method 14. ASTM D4873 Standard Guide for Identification, Storage and Handling of Geosynthetics 15. ASTM D5084 Standard Test Method for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. 16. ASTM D5262 Standard Test Method for Evaluating the Unconfined Tension Creep Behavior of Geosynthetics 17. ASTM D5321 Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method 18. ASTM D5818 Standard Practice for Obtaining Samples of Geosynthetics from a Test 6-21 Technical Specifications Section for Assessment of Installation Damage 19. ASTM D6637 Standard Test Method for Determining Tensile Properties of Geogrids by the Single- or Multi-Rib Tensile Method 20. ASTM D6638 Standard Test Method for Determining Connection Strength Between Geosynthetic Reinforcement and Segmental Concrete Units 21. ASTM D6916 Standard Test Method for Determining the Shear Strength Between Segmental Concrete Units 22. ASTM D6706 Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil 23. ASTM F405 Standard Specification for Corrugated Polyethylene (PE) Tubings and Fittings 24. ASTM G51 Standard Test Method for Measuring pH of Soil for Use in Corrosion Testing C. Federal Highway Administration 1. Elias, V., Christopher, B., and Berg, R., “Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines,” Federal Highway Administration Report No. FHWA-NHI-00-043, March 2001. 2. Elias, V., Christopher, B., and Berg, R., “Corrosion/Degradation of Soil Reinforcements for Mechanically Stabilized Earth Walls and Reinforced Soil Slopes,” Federal Highway Administration Report No. FHWA-NHI-00-044, March 2001. D. National Concrete Masonry Association (NCMA) 1. NCMA Design Manual for Segmental Retaining Walls, Second Edition, Second Printing (1997) or Design Manual for Segmental Retaining Walls, Third Edition (2010). 1.03 DEFINITIONS A. Concrete Segmental Retaining Wall (SRW) Units: Dry-stacked masonry units used as the retaining wall fascia. B. Reinforced Backfill: Soil which is used as fill behind the SRW unit, and within the reinforced soil mass (if applicable). C. Drainage Aggregate: Material used (if applicable) within, between, and directly behind the concrete retaining wall units. D. Geotextile Filter: Material used for separation and filtration of dissimilar soil types. E. Foundation Soil: Soil mass supporting the leveling pad and reinforced soil zone of the retaining wall system. F. Geosynthetic Reinforcement: Polymeric material designed specifically to reinforce the soil mass. G. Prefabricated Drainage Composite: three-dimensional geosynthetic drainage medium encapsulated in a geotextile filter, used to transport water. H. Impervious Materials: Clay soil or low permeability geosynthetic used to prevent water percolation into the drainage zone and reinforced backfill behind the wall. I. Global Stability: The general mass movement of a soil reinforced segmental retaining wall structure and adjacent soil mass. J. Project Geotechnical Engineer: A registered engineer who provides site observations, recommendations for foundation support, and verifies soil shear strength parameters. 1.04 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Product Data: Material description and installation instructions for each manufactured product specified. 2. Shop Drawings: Retaining wall system design, including wall elevation views, geosynthetic reinforcement layout, pertinent details, and drainage provisions. The shop drawings shall be signed by a registered professional engineer licensed in the state of wall installation. 3. Design Calculations: Engineering design calculations prepared in accordance with the NCMA Design Manual for Segmental Retaining Walls, or the AASHTO Standard Specifications for Highway Bridges, Section 5.8 (whichever is applicable). Analysis of global stability must be addressed and incorporated into the shop drawings. 4. Samples 6-22 Technical Specifications a. Furnish one unit in the color and face pattern specified, if requested. b. Furnish 12-inch square or larger piece of the geosynthetic reinforcement specified. 5. Test Reports: Independent laboratory reports stating moisture absorption and compressive strength properties of the concrete retaining wall units meet the Project Specifications when tested in accordance with ASTM C140, Sections 6, 8 and 9. 1.05 DELIVERY, STORAGE AND HANDLING A. Concrete Retaining Wall Units and Accessories: Deliver, store, and handle materials in accordance with manufacturer's recommendations, in such a manner as to prevent damage. Check the materials upon delivery to assure that proper material has been received. Store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. 1. Exposed faces of concrete wall units shall be free of chips, cracks, stains, and other imperfections detracting from their appearance, when viewed from a distance of 10 feet. 2. Prevent mud, wet cement, adhesives and similar materials that may harm appearance of units, from coming in contact with system components. B. Geosynthetics (including geosynthetic reinforcement, geotextile filter, prefabricated drainage composite) shall be delivered, stored, and handled in accordance with ASTM D4873. 1.06 EXTRA MATERIALS A. Furnish Owner with 3 replacement units identical to those installed on the Project. PART 2 − PRODUCTS 2.01 MATERIALS A. Concrete Retaining Wall Units: Pavestone’s "Anchor™ Diamond Pro Stone Cut® Retaining Wall Units" as manufactured under license from Anchor Wall Systems. 1. Physical Requirements a. Meet requirements of ASTM C1372, except the maximum water absorption shall be limited to 7 percent, and unit height dimensions shall not vary more than plus or minus 1/16 inch from that specified in the ASTM reference, not including textured face. b. Unit Face Area, Large Unit: Not less than 0.75 square feet. c. Unit Face Area, Medium Unit: Not less than 0.50 square feet. d. Unit Face Area, Small Unit: Not less than 0.25 square feet. e. Color: Selected by the OWNER from manufacturer's full range of blended colors. f. Face Pattern Geometry: Stone Cut® (coarse-split) face style g. Texture: Antiqued or distressed Split-Rock Face. h. Include an integral concrete shear connection flange/locator. B. Geosynthetic Reinforcement: Polyester fiber geogrid or geotextile, HDPE or polypropylene woven geotextile, as shown on the Drawings. C. Leveling Pad Base 1. Aggregate Base: Crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 No. 4 35 to 70 No. 40 10 to 35 No. 200 3 to 10 a. Base Thickness: 6 inches (minimum compacted thickness). 2. Concrete Base: Nonreinforced lean concrete base. a. Compressive Strength: 3000 psi (minimum). b. Base Thickness: At least 2 inches. D. Drainage Aggregate: Clean crushed stone or granular fill meeting the following gradation as 6-23 Technical Specifications determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 3/4 inch 75 to 100 No. 4 0 to 60 No. 40 0 to 50 No. 200 0 to 5 E. Backfill: Soil free of organics and debris and consisting of either GP, GW, SP, SW, or SM type, classified in accordance with ASTM D2487 and the USCS classification system. 1. Soils classified as SC , ML and CL are considered suitable soils for segmental retaining walls with a total height of less than 10 feet unless the Plasticity Index (PI) is 20 or more. 2. Maximum particle size for backfill is 4 inches. 3. Unsuitable soils are organic soils and those soils classified as CH, OH, MH, OL, or PT. F. Impervious Material: Clayey soil or other similar material which will prevent percolation into the drainage zone behind the wall. G. Drainage Pipe: Perforated or slotted PVC or corrugated HDPE pipe manufactured in accordance with D3034 and/or ASTM F405. The pipe may be covered with a geotextile filter fabric to function as a filter. H. Construction Adhesive: Exterior grade adhesive as recommended by the retaining wall unit manufacturer. PART 3 − EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which the retaining wall system is to be erected, and notify the OWNER in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Promptly notify the wall design engineer of site conditions which may affect wall performance, soil conditions observed other than those assumed, or other conditions that may require a reevaluation of the wall design. C. Verify the location of existing structures and utilities prior to excavation. 3.02 PREPARATION A. Ensure surrounding structures are protected from the effects of wall excavation. B. Excavation support, if required, is the responsibility of the Contractor, including the stability of the excavation and its influence on adjacent properties and structures. 3.03 EXCAVATION A. Excavate to the lines and grades shown on the Drawings. Over-excavation not approved by the OWNER will not be paid for by the Owner. Replacement of these soils with compacted fill and/or wall system components will be required at the Contractor's expense. Use care in excavating to prevent disturbance of the base beyond the lines shown. 3.04 FOUNDATION PREPARATION A. Excavate foundation soil as required for footing or base dimension shown on the Drawings, or as directed by the Project geotechnical engineer. B. The Project geotechnical engineer will examine foundation soil to ensure that the actual foundation soil strength meets or exceeds that indicated on the Drawings. Remove soil not meeting the required strength. Oversize resulting space sufficiently from the front of the block to the back of the reinforcement, and backfill with suitable compacted backfill soils. C. The Project geotechnical engineer will determine if the foundation soils will require special treatment or correction to control total and differential settlement. D. Fill over-excavated areas with suitable compacted backfill, as recommended by the Project geotechnical engineer. 6-24 Technical Specifications 3.05 BASE COURSE PREPARATION A. Place base materials to the depths and widths shown on the Drawings, upon undisturbed soils, or foundation soils prepared in accordance with Article 3.04. 1. Extend the leveling pad laterally at least 6 inches in front and behind the lowermost concrete retaining wall unit. 2. Provide aggregate base compacted to 6 inches thick (minimum). 3. The Contractor may at their option, provide a concrete leveling pad as specified in Subparagraph 2.01.C.2, in lieu of the aggregate base. 4. Where a reinforced footing is required by local code official, place footing below frost depth. B. Compact aggregate base material to provide a level, hard surface on which to place the first course of units. C. Prepare base materials to ensure complete contact with retaining wall units. Gaps are not allowed. 3.06 ERECTION A. General: Erect units in accordance with manufacturer's instructions and recommendations, and as specified herein. B. Place first course of concrete wall units on the prepared base material. Use only 18-inch units for the first course. Check units for level and alignment. Maintain the same elevation at the top of each unit within each section of the base course. C. Ensure that foundation units are in full contact with natural or compacted soil base. D. Place concrete wall units side-by-side for full length of wall alignment. Alignment may be done by using a string line measured from the back of the block. Gaps are not allowed between the foundation concrete wall units. E. Place 12 inches (minimum) of drainage aggregate between, and directly behind, the concrete wall units. Fill voids in retaining wall units with drainage aggregate. Provide a drainage zone behind the wall units to within 9 inches of the final grade. Cap the backfill and drainage aggregate zone with 12 inches of impervious material. F. Install drainage pipe at the lowest elevation possible, to maintain gravity flow of water to outside of the reinforced zone. Slope the main collection drainage pipe, located just behind the concrete retaining wall units, 2 percent (minimum) to provide gravity flow to the daylighted areas. Daylight the main collection drainage pipe through the face of the wall, and/or to an appropriate location away from the wall system at each low point and at 50-foot (maximum) intervals along the wall. Alternately, the drainage pipe can be connected to a storm sewer system at 50-foot (maximum) intervals. G. Remove excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. H. Check each course for level and alignment. Adjust units as necessary to maintain level and alignment prior to proceeding with each additional course. I. Install each succeeding course using large, medium, and small units placed in a random pattern. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface of the units in the preceding course. Interlock wall segments that meet at corners by overlapping successive courses. Attach concrete retaining wall units at exterior corners with adhesive specified. J. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the shop drawings. 1. Orient geosynthetic reinforcement with the highest-strength axis perpendicular to the wall face. 2. Prior to geosynthetic reinforcement placement, place the backfill and compact to the elevation of the top of the wall units at the elevation of the geosynthetic reinforcement. 3. Place geosynthetic reinforcement at the elevations and to the lengths shown on the Drawings. 4. Lay geosynthetic reinforcement horizontally on top of the concrete retaining wall units and the compacted backfill soils. Place the geosynthetic reinforcement within one inch of the face of the concrete retaining wall units. Place the next course of concrete retaining wall units on top of the geosynthetic reinforcement. 5. The geosynthetic reinforcement shall be in tension and free from wrinkles prior to placement of the backfill soils. Pull geosynthetic reinforcement hand-taut and secure in 6-25 Technical Specifications place with staples, stakes, or by hand-tensioning until the geosynthetic reinforcement is covered by 6 inches of loose fill. 6. The geosynthetic reinforcements shall be continuous throughout their embedment lengths. Splices in the geosynthetic reinforcement strength direction are not allowed. 7. Do not operate tracked construction equipment directly on the geosynthetic reinforcement. At least 6 inches of compacted backfill soil is required prior to operation of tracked vehicles over the geosynthetic reinforcement. Keep turning of tracked construction equipment to a minimum. 8. Rubber-tired equipment may pass over the geosynthetic reinforcement at speeds of less than 5 miles per hour. Turning of rubber-tired equipment is not allowed on the geosynthetic reinforcement. 3.07 BACKFILL PLACEMENT A. Place reinforced backfill, spread and compact in a manner that will minimize slack in the reinforcement. B. Place fill within the reinforced zone and compact in lifts not exceeding 6 to 8 inches (loose thickness) where hand-operated compaction equipment is used, and not exceeding 12 inches (loose thickness) where heavy, self-propelled compaction equipment is used. 1. Only lightweight hand-operated compaction equipment is allowed within 4 feet of the back of the retaining wall units. If the specified compaction cannot be achieved within 4 feet of the back of the retaining wall units, replace the reinforced soil in this zone with drainage aggregate material. C. Compaction testing shall be done in accordance with ASTM D1556 or ASTM D2922. D. Minimum Compaction Requirements for Fill Placed in the Reinforced Zone 1. The minimum compaction requirement shall be determined by the project geotechnical engineer testing the compaction. At no time shall the soil compaction requirements be less than 95 percent of the soil's standard Proctor maximum dry density (ASTM D698) for the entire wall height 2. Utility Trench Backfill: Compact utility trench backfill in or below the reinforced soil zone to 98 percent of the soil's standard Proctor maximum dry density (ASTM D698) [modified Proctor maximum dry density (ASTM D1557)], or as recommended by the Project geotechnical engineer. If the height from the utility to finish grade is higher than 30 feet, increase compaction to 100 percent of the standard Proctor density [modified Proctor density]. a. Utilities must be properly designed (by others) to withstand all forces from the retaining wall units, reinforced soil mass, and surcharge loads, if any. 3. Moisture Content: Within 2 percentage points of the optimum moisture content for all wall heights. 4. These specifications may be changed based on recommendations by the Project geotechnical engineer. a. If changes are required, the Contract Sum will be adjusted by written Change Order. E. At the end of each day's operation, slope the last level of compacted backfill away from the interior (concealed) face of the wall to direct surface water runoff away from the wall face. 1. The General Contractor is responsible for ensuring that the finished site drainage is directed away from the retaining wall system. 2. In addition, the General Contractor is responsible for ensuring that surface water runoff from adjacent construction areas is not allowed to enter the retaining wall area of the construction site. F. Refer to Article 3.10 for compaction testing. 3.08 CAP UNIT INSTALLATION A. Apply adhesive to the top surface of the unit below and place the cap unit into desired position. B. Cut cap units as necessary to obtain the proper fit. C. Backfill and compact to top of cap unit. 6-26 Technical Specifications 3.09 SITE CONSTRUCTION TOLERANCES A. Site Construction Tolerances 1. Vertical Alignment: Plus or minus 1-1/2 inches over any 10-foot distance, with a maximum differential of 3 inches over the length of the wall. 2. Horizontal Location Control from Grading Plan a. Straight Lines: Plus or minus 1-1/2 inches over any 10-foot distance. b. Corner and Radius Locations: Plus or minus 12 inches. c. Curves and Serpentine Radii: Plus or minus 2 feet. 3. Immediate Post Construction Wall Batter: Within 2 degrees of the design batter of the concrete retaining wall units. 4. Bulging: Plus or minus 1-1/4 inches over any 10-foot distance. 3.10 FIELD QUALITY CONTROL A. Installer is responsible for quality control of installation of system components. B. The Owner or General Contractor, at their expense, will retain a qualified professional to perform quality assurance checks of the installer's work. C. Correct work which does not meet these specifications or the requirements shown on the Drawings at the installer's expense. D. Perform compaction testing of the reinforced backfill placed and compacted in the reinforced backfill zone. 1. Testing Frequency a. One test for every 2 feet (vertical) of fill placed and compacted, for every 50 lineal feet of retaining wall. b. Vary compaction test locations to cover the entire area of the reinforced soil zone, including the area compacted by the hand-operated compaction equipment. 3.11 ADJUSTING AND CLEANING A. Replace damaged units with new units as the work progresses. B. Remove debris caused by wall construction and leave adjacent paved areas broom clean. 3.12 MEASUREMENT AND PAYMENT A. Measurement of segmental retaining wall shall be on an installed face foot basis computed on the total face area of wall installed. Wall face area includes the bottom of the base course to the top of the wall, and the entire length of the wall. B. Payment for the wall will be made on a face foot basis at the agreed-upon Contract Unit Price. 1. Payment should be considered full compensation for labor, materials, equipment and testing required to install the wall in accordance with these specifications and the Drawings. 2. Quantities may vary from that shown on the Drawings depending on existing topography. Change to the total quantity of wall face area will be paid or withheld at the agreed-upon Contract Unit Price. END OF SECTION ITEM 459 GABIONS AND GABION MATTRESSES 459.1. Description. Furnish and install gabions and gabion mattresses. 459.2. Materials. This Item uses the following terms: • Gabion. A wire fabric or mesh container, filled with stone, with a height of 1 ft. or greater. • Gabion Mattress. A wire fabric or mesh container filled with stone and with a height of 6, 9, or 12 in. Referred to as “revet mattress” in ASTM A 975. Furnish welded wire gabions and gabion mattresses in accordance with ASTM A 974. Furnish Style 1 or 2 when galvanized wire coating is specified or Style 5 when PVC wire coating is specified. Furnish twisted wire gabions and gabion mattresses in accordance with ASTM A 975. Furnish Style 1 when galvanized wire coating is specified or Style 3 when PVC wire coating is specified. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire, and spiral connectors conform to the applicable ASTM specification. If alternative wire fasteners are proposed, furnish producer or supplier certification that the fasteners conform to the strength requirements in Table 1 when tested in accordance with the applicable ASTM specification. Submit certification for approval before beginning work. Table 1 Minimum Panel-to-Panel Connection Strength Application Strength (lb/ft) Gabions, galvanized 1,400 Gabions, PVC-coated 1,200 Gabion mattress, galvanized and PVC-coated 700 Provide filler stone consisting of clean, hard, durable stone that does not contain shale, caliche, or other soft particles. Stone appearing to contain such particles will be tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18% when tested in accordance with Tex-411-A will be rejected. Use stones that are between 4 and 8 in. in their least dimension for gabions and between 3 and 6 in. for gabion mattresses. Prevent contamination when storing and handling stone. Provide Type 2 filter fabric when required in accordance with DMS-6200, “Filter Fabric.” Provide filter material when required consisting of hard, durable, clean sand or gravel with a maximum particle size of 3/8 in. 459.3. Construction. At the start of construction, the gabion and gabion mattress manufacturer must have a qualified representative available for consultation as needed throughout the gabion and gabion mattress construction. A. Foundation Preparation. Excavate the foundation to the extent shown on the plans or as directed. Remove all loose or otherwise unsuitable materials. Carefully backfill all depressions to grade with suitable materials from adjacent required excavation or another approved source, and compact the backfill to a density at least equal to that of the adjacent foundation. Remove any buried debris protruding from the foundation that will impede the proper installation and final appearance of the gabion or gabion mattress, and carefully backfill and compact voids as specified above. Immediately before gabion placement, have the Engineer inspect the prepared foundation surface. B. Filter Placement. When filter material is required, spread it uniformly on the prepared foundation surface to the slopes, lines, and grades indicated on the plans. Do not place filter material by methods that tend to segregate particle sizes. Repair all damage to the foundation surface that occurs during filter placement before proceeding with the work. Compaction of the filter material is not required, but finish the material to present a reasonably even surface, without mounds or windrows. C. Filter Fabric Placement. When filter fabric is required, place it as shown on the plans. Any defects, rips, holes, flaws, or damage to the material may be cause for rejection. Place the material with the long axis parallel to the centerline of the structure, highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on approximately 10-ft. centers. Keep the fabric material free of tension, stress, folds, wrinkles, or creases. Lap the material at least 3 ft. along the longitudinal joint of material, or lap the joints 1 ft. and sew them. Lap the ends of rolls at joints by at least 3 ft. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, overlapping at least 3 ft. beyond the damaged area in all directions. Place securing pins through both strips of material at lapped joints at approximately the midpoint of the overlap. Place additional securing pins as necessary to hold filter fabric in position. Store filter fabric out of direct sunlight. After placing filter fabric, cover as soon as possible but within 3 days. D. Assembly and Installation. If PVC wire coating is specified, do not place PVC-coated materials unless the ambient temperature and the temperature of the coated wire are at least 15°F above the brittleness temperature of the PVC. Assemble empty gabion or gabion mattress units individually, and place them on the approved surface to the lines and grades shown on the plans with the sides, ends, and diaphragms erected to ensure that all creases are in the correct position, the tops of all sides are level, and all sides that are to remain exposed are straight and plumb. Fill the basket units after transporting them to their final position in the work. Place the front row of gabion or gabion mattress units first, and successively construct units toward the top of the slope or the back of the structure. Place the initial line of basket units on the prepared surface, and partially fill them to provide anchorage against deformation and displacement during subsequent filling operations. Stretch and hold empty basket units as necessary to remove kinks and provide a uniform alignment. Before filling, connect all adjoining empty gabion or gabion mattress units with lacing, wire spiral binders, or approved fasteners along the perimeter of their contact surface to obtain a monolithic structure. If lacing wire is used, provide continuous stitching with alternating single and double loops at intervals of no more than 5 in. Securely fasten all lacing wire terminals. Provide connections meeting the joint strength requirements of Article 459.2, “Materials.” These requirements apply to all connections including attachment of end panels, diaphragms, and lids. Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire connection; do not use mesh-to-mesh or selvage-to-mesh wire connection except where baskets are offset or stacked, in which case join each mesh opening where mesh wire meets selvage or edge wire. Carefully fill the basket units with stone, using hand placement to avoid damaging wire coating, to ensure as few voids as possible between the stones and to maintain alignment. Machine placement of stone will be allowed if approved by the Engineer. Correct excessive deformation and bulging of the mesh before further filling. To avoid localized deformation, fill the basket units in a row in stages consisting of maximum 12-in. courses; do not at any time fill a cell to a depth exceeding 1 ft. more than its adjoining cell. Do not drop stones into the basket units from a height greater than 36 in. For gabion units more than 2 ft. high, place 2 uniformly spaced internal connecting wires between each stone layer in all front and side gabion units, connecting the back and the front faces of the compartments. Loop connecting wires or preformed stiffeners around 2 twisted wire-mesh openings or a welded wire joint at each basket face, and securely twist the wire terminals to prevent loosening. Along all exposed faces, carefully place the outer layer of stone and arrange it by hand to ensure a neat and compact appearance. Overfill the last layer of stone uniformly by 1 to 2 in. for gabions and 1 in. for gabion mattresses to compensate for future settlement in rock while still allowing for the proper closing of the lid and providing an even surface with a uniform appearance. Make final adjustments for compaction and surface tolerance by hand. Stretch lids tight over the stone fill, using an approved lid- closing tool, until the lid meets the perimeter edges of the front and end panels. Do not use crowbars or other single-point leverage bars for lid closing. Close the lid tightly along all edges, ends, and internal- cell diaphragms with spiral binders or lacing wire or with other wire fasteners if approved. Ensure that all projections or wire ends are turned into the baskets. Where shown on the plans or directed or where a complete gabion or gabion mattress unit cannot be installed because of space limitations, cut the basket unit and fold and wire it together to suit site conditions. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the assembling, installation, filling, lid closing, and lacing of the reshaped gabion or gabion mattress units in accordance with this Section. 459.4. Measurement. Gabions will be measured in place by the cubic yard of stone-filled gabions. Gabion mattresses will be measured in place by the square yard of surface area or by the cubic yard. 459.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Gabions” of the basket-wire coating specified, and per square yard of “Gabion Mattresses” of the thickness and basket-wire coating specified or per cubic yard of “Gabion Mattresses” of the basket-wire coating specified. The price bid is full compensation for wire baskets, stone fill, lacing and fasteners, filter fabric, filter material, excavation, grading and backfill, materials, tools, equipment, labor, and incidentals. Filter fabric and filter material, if used, will not be paid for directly but will be considered subsidiary to this Item. 247 126 Item 247 Flexible Base 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex-100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited t o lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. Property Test Method Grade 1–2 Grade 3 Grade 42 Grade 5 Sampling Tex-400-A Master gradation sieve size (cumulative % retained) Tex-110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0–10 0–10 0–5 7/8" 10–35 – 10–35 3/8" 30–65 – 35–65 #4 45–75 45–75 45–75 #40 65–90 50–85 70–90 Liquid Limit, % Max Tex-104-E 40 40 As shown on the plans 35 Plasticity Index, Max1 Tex-106-E 10 12 As shown on the plans 10 Plasticity index, Min1 As shown on the plans As shown on the plans As shown on the plans As shown on the plans Wet ball mill, % Max Tex-116-E 40 – As shown on the plans 40 Wet ball mill, % Max increase passing the #40 sieve 20 – As shown on the plans 20 Min compressive strength, psi Tex-117-E As shown on the plans lateral pressure 0 psi 35 – – lateral pressure 3 psi – – 90 lateral pressure 15 psi 175 – 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 4B, etc. 247 127 The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A, Part I. Blending of 2 or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., “Recycled Material (Including Crushed Concrete) Requirements,” and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. Type E. Caliche, iron ore or as otherwise shown on the plans. 2.1.3. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. 2.1.3.1. Limits on Percentage. Do not exceed 20% RAP by weight, when RAP is allowed, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor-Furnished Recycled Materials. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS-11000, “Evaluating and Using Nonhazardous Recyclable Materials Guidelines,” for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. 2.1.3.2.2. Department-Furnished Required Recycled Materials. When the Department furnishes and requires the use of recycled materials, unless otherwise shown on the plans:  Department-required recycled material will not be subject to the requirements in Table 1,  Contractor-furnished materials are subject to the requirements in Table 1 and this Item,  the final product, blended, will be subject to the requirements in Table 1, and  for final product, unblended (100% Department-furnished required recycled material), the liquid limit, plasticity index, wet ball mill, and compressive strength is waived. Crush Department-furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. 2.1.3.2.3. Department-Furnished and Allowed Recycled Materials. When the Department furnishes and allows the use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. 247 128 2.1.3.3. Recycled Material Sources. Department-owned recycled material is available to the Contractor only when shown on the plans. Return unused Department-owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. The use of Contractor-owned recycled materials is allowed when shown on the plans. Contractor-owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor-owned recycled material with Department-owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Provide rollers in accordance with Item 210, “Rolling.” Provide proof rollers in accordance with Item 216, “Proof Rolling,” when required. 3.2. When ride quality measurement is required, provide a high speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor’s estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, “Removing Treated and Untreated Base and Asphalt Pavement,” when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. 247 129 Proof roll the roadbed in accordance with Item 216, “Proof Rolling,” before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, “Sprinkling.” Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor’s expense. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex-113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex-113-E. Measure the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed . Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re-compact in accordance with Section 247.4.3., “Compaction.” 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 247 130 4.6. Ride Quality. This section applies to the final travel lanes that receive a 1 or 2 course surface treatment for the final surface, unless otherwise shown on the plans. Measure ride quality of the base course after placement of the prime coat and before placement of the surface treatment, unless otherwise approved. Use a certified profiler operator from the Department’s MPL. When requested, furnish the Engineer documentation for the person certified to operate the profiler. Provide all profile measurements to the Engineer in electronic data files within 3 days after placement of the prime coat using the format specified in Tex-1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi.sections having an average international roughness index (IRI) value greater than 100.0 in. per mile to an IRI value of 100.0 in. per mile or less for each wheel path, unless otherwise shown on the plans. Re-profile and correct sections that fail to maintain ride quality until placement of the next course, as directed. Correct re-profiled sections until specification requirements are met, as approved. Perform this work at no additional expense to the Department. 5. MEASUREMENT Flexible base will be measured as follows:  Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method.  Flexible Base (Roadway Delivery). The ton or any cubic yard method.  Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end areas. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex-103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, “Weighing and Measuring Equipment.” 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for the types of work shown below. No additional payment 247 131 will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, “Proof Rolling.” Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor’s expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.4., “Changes in the Work.” 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle,” “In Stockpile,” or “In Final Position” will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle,” “In Stockpile,” or “In Final Position” will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring , and equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle” or “In Stockpile” will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 EFFECTIVE DATE: JUNE 2012 DMS - 4350 DETECTABLE WARNING MATERIAL EFFECTIVE DATE: JUNE 2012 4350.1. Description. This Specification governs for the evaluation and qualification of detectable warning materials. 4350.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4350.3. Definitions. Detectable warnings are a distinctive surface pattern of truncated domes that are detectable by cane or underfoot and are used to alert people with vision impairments of their approach to streets and other hazardous areas. Detectable warning products comply with the 2010 ADA Standards for Accessible Design, Section 705, published by the U.S. Department of Justice on September 15, 2010, and the 2012 Texas Accessibility Standards (TAS), Section 705, published by the Texas Department of Licensing and Regulation effective March 15, 2012.  Surface applied detectable warning materials are those materials or systems affixed to an existing substrate without demolition. Methods of adherence include chemical bonding, adhesives, mechanical fasteners, or other methods.  Cast-in-place detectable warning systems include those materials or systems that are “wet set” into freshly poured concrete while it is still in the plastic state and require existing ramps to be demolished and re-poured for installation.  Unit paver detectable warning systems include concrete and fired clay pavers that fit together to form a detectable warning surface. 4350.4. Material Producer List. The Plan Development Section of the Design Division maintains a Material Producer List (MPL) of all detectable warning materials. Materials appearing on the MPL, entitled “Detectable Warning Material,” require product evaluation prior to listing. 4350.5. Pre-Qualification Procedure for Surface Applied and Cast-in-Place Detectable Warning Systems. A. Pre-Qualification Request. Submit a letter of intent and a 6 × 6 in. product sample to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 11th Street, Austin, Texas 78701-2483. B. Pre-Qualification Sample. Install a representative sample of material at a test location approved by the Department. Department personnel will monitor and evaluate the test site for at least six months and will grant approval after successful completion of the testing period. DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 EFFECTIVE DATE: JUNE 2012 C. Installation Requirements. Manufacturers and suppliers must act in accordance with the following guidelines when installing material at the test location.  Secure an approved location and date for product installation from the Department’s Design Division.  Protect adjacent property and vehicles from damage. If any damage results from an act or omission on the part of the material supplier or contractor, notify the Campus Building Manager immediately. Prepare to take corrective action to restore the damaged property to its original condition.  Install detectable warning material or system at a minimum of 24 in. in the direction of travel and extending the full width of the curb ramp. Normally, a 24 × 48 in. installation is required.  Follow Department Pedestrian Facilities Standards (PED) for installation.  For cast-in-place systems, the material supplier or contractor may be required to saw cut and remove existing concrete ramps or detectable warnings.  Protect product from damage until materials are fully set or cured. D. Evaluation. Department personnel will conduct evaluations six months after installation, at which time the team will determine whether the product is performing at an acceptable level. 1. Qualification. Department personnel will evaluate the installation according to the following criteria:  Product meets the requirements listed under Article 4350.7 of this Specification.  At least 19 of 20 domes must meet size requirements.  Domes and field area must show little to no surface wear at six months and little wear at one year, if applicable.  Product must have a visually appealing appearance at six months.  Product must be free of bubbles/lifting, cracks, chipped tiles, loose areas, and other non-desirable performance features and maintenance problems. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. E. Disqualification. The Department reserves the right to reevaluate the initial material installation and any subsequent installations in the field to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL F. Re-Qualification. A manufacturer or supplier may submit material for re-qualification after documenting the problem and its resolution. Submit documentation identifying the DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 EFFECTIVE DATE: JUNE 2012 cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4650.5 of this Specification. 4350.6. Pre-Qualification Procedure for Unit Pavers. A. Pre-Qualification Request. Submit a letter of intent to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 11th Street, Austin, Texas 78701-2483. Include with the request certified test results showing that the pavers meet the requirements of Article 4350.7. B. Evaluation. Department personnel will evaluate the data provided by the manufacturer or supplier and determine if the material meets the requirements of this Specification. 1. Qualification. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. C. Disqualification. The Department reserves the right to evaluate any field installations to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL. D. Re-Qualification. A manufacturer or supplier may submit material for re-qualification after documenting the problem and its resolution. Submit documentation identifying the cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4350.6 of this Specification. 4350.7. Material Requirements. All detectable warning products must meet the following:  Product must be compliant with 2010 ADA Standards for Accessible Design and the 2012 TAS.  Visual Contrast must meet the requirements of 2010 ADA Standards for Accessible Design, Section 705.1.3, and the 2012 TAS. In addition to the above, concrete pavers must meet all requirements of ASTM C 936, and clay fired pavers must meet all requirements in ASTM C 902 for Class SX, Type I, or ASTM C 1272. 4350.8. Archived Versions. Archived versions are available. 466 663 Item 466 Headwalls and Wingwalls 1. DESCRIPTION Furnish, construct, and install concrete headwalls and wingwalls for drainage structures and underpasses. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following.  Item 420, “Concrete Substructures,”  Item 421, “Hydraulic Cement Concrete,” and  Item 440, “Reinforcement for Concrete.” Use Class C concrete for cast-in-place and precast concrete units unless otherwise shown on the plans. Furnish cast-in-place or precast headwalls and wingwalls unless otherwise shown on the plans. 2.2. Fabrication. 2.2.1. General. Fabricate cast-in-place concrete units and precast units in accordance with Item 420 “Concrete Substructures.” Use the following definitions for headwalls and wingwalls:  “Headwalls” refers to all walls, including wings, at the ends of single-barrel and multiple-barrel pipe culvert structures.  “Wingwalls” refers to all walls at the ends of single-barrel or multiple-barrel box culvert structures. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark each precast unit before shipment from the casting or fabrication yard with the following:  the date of manufacture,  the name or trademark of the manufacturer, and  the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast concrete units until design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound, properly finished, and cured in conformance with pertinent specifications. 466 664 3. CONSTRUCTION 3.1. General. Remove portions of existing structures and drill, dowel, and grout in accordance with Item 420, “Concrete Substructures.” 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, “Excavation and Backfill for Structures.” Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, “Reinforced Concrete Pipe,” or as shown on the plans. Remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re-lay the removed pipe if approved, or furnish and lay a length of new pipe. 4. MEASUREMENT This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 4.1. Headwalls. Headwalls will be measured by each end of a structure. 4.2. Wingwalls. Wingwalls will be measured by one of the following methods: 4.2.1. Square Foot. Wingwalls will be measured by the square foot of the front surface area of the wall of each type. The area will be measured from the top of the footing or apron to the top of the wall unless otherwise shown on the plans. If there is no footing or apron, then measurement is from the bottom of the wall. 4.2.2. Each. Wingwalls will be measured by each end of a structure. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the price bid for “Headwalls” of the type and pipe size (diameter or design) specified, “Wingwalls” of the type specified when measurement is by the square foot, or “Wingwalls” of the type and wall height specified when measurement is by each. For payment purposes, the wingwall height will be rounded to the nearest foot. All wingwalls and headwalls of the same type will be paid for equally when skew does not affect the type. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, and replacing portions of the existing structure as required to make connections; excavation and backfill; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, equipment, labor, tools, and incidentals. Apron concrete or riprap between or around the wingwalls of single- or multiple-barrel box culvert structures will be measured and paid for in accordance with Item 432, “Riprap.” The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. 531 737 Item 531 Sidewalks 1. DESCRIPTION Construct hydraulic cement concrete sidewalks. 2. MATERIALS Furnish materials conforming to the following:  Item 360, “Concrete Pavement”  Item 420, “Concrete Substructures”  Item 421, “Hydraulic Cement Concrete”  Item 440, “Reinforcement for Concrete” Use Class A concrete unless otherwise shown on the plans. Use Grade 8 course aggregate for extruded Class A concrete. Use other grades if approved. 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand- tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, “Removing Concrete.” Provide a clean surface for concrete placement directly on the surface material or pavement. Mix and place concrete in accordance with the pertinent Items. Hand-finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well-compacted mass, a surface free from voids and honeycomb, and the required true-to-line shape and grade. Cure for at least 72 hr. in accordance with Item 420, “Concrete Substructures.” 3.1. Conventionally Formed Concrete. Provide pre-molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2. Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. 531 738 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Concrete Sidewalks” of the depth specified and “Curb Ramps” of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and connect to concrete driveways or turnouts will be measured and paid for in accordance with Item 530, “Intersections, Driveways, and Turnouts.” COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY STONE MASONRY (043000) 1 of 2 SECTION 043000 - STONE MASONRY PART 1 - GENERAL 1.1 WORK INCLUDED BY MASONRY CONTRACTOR A. Coordination with Shelter Contractor regarding footings and reinforcing stub-outs on columns for hexagonal shelter. B. Repair existing columns at bridge. 1.2 RELATED WORK A. Concrete work as noted on drawings. 1.3 QUALITY ASSURANCE Installer: Firm with not less than five (5) years successful experience in the required types of stonework. If requested, Contractor or his subcontractor shall submit an experience record with a list of completed projects (including address and phone number of client to contract) to Owner. 1.4 SUBMITTALS A. Hexagonal Shelter Columns. Provide samples of stone cap & veneer. B. Repair Existing Columns at Bridge: Provide sample to match existing. PART 2 – PRODUCTS 2.2 MATERIALS A. Reference drawings for specifications for stone, etc. B. Mortar Mix: Meeting ASTM C270 and as follows: 1. One (1) part Portland Cement. 2. One (1) part Lime Putty. 3. Six (6) Parts approved sand. 4. Clean water free of deleterious amounts of acid, alkalis or organic materials. PART 3 – EXECUTION 3.1 JOB CONDITIONS A. Protect and store stone on dry ground allowing maximum air circulation. Stone to be clean and dry before use. B. Do not place if ambient temperature below 40 degrees F. or above 99 degrees F. in shade or if relative humidity is less than 50%. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY STONE MASONRY (043000) 2 of 2 3.2 INSTALLATION OF STONE A. Arrange stones with color and size variations uniformly dispersed for an evenly blended appearance. B. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment, if any. Lay walls with joints not less than 3/8 inch (10mm) at narrowest points nor more than 5/8 inch (16mm) at widest points. C. Space veneer anchors not more than 18 inches (450 mm) o.c. vertically and 32 inches (800 mm) o.c. horizontally, with not less than 1 veneer anchor per 2.67 sq. ft. (0.25 sq. m) of wall area. Install additional veneer anchors within 12 inches (300 mm) of openings, sealant joints, and perimeter at intervals not exceeding 12 inches (300 mm). D. Set stone in full bed of mortar with full head joints, unless otherwise indicated. Build veneer anchors into mortar joints as stone is set. E. Provide 1-inch air space between stone veneer assemblies and backup construction, unless otherwise indicated. Keep air space free of mortar droppings and debris. F. Rake out joints for pointing with mortar to depth of not less than 3/4 inch (19 mm) before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. 3.3 CLEANING Leave stonework and surrounding areas clean and free of mortar spots and stains. DO NOT CLEAN WITH ACID. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 1 of 3 SECTION 31 00 10 - EARTHWORK FOR LANDSCAPE AREAS PART 1 - GENERAL 1.1 DESCRIPTION A. Perform earthwork as shown and specified. The work includes: 1. Site grading and filling to indicated elevations, profiles and contours. B. Related Work. 1. Section 32 91 195 - Finish Grading 1.2 SUBMITTALS A. Provide samples of materials proposed for use. B. Submit reports for testing and inspection of the following: 1. Fill and backfill materials (if imported materials are needed). 1.3 PROJECT CONDITIONS A. Promptly repair damage to adjacent facilities caused by earthwork operations. Cost of repair at Contractor's expense. B. Promptly notify the Landscape Architect of unexpected subsurface conditions. PART 2 - PRODUCTS 2.1 MATERIALS A. Topsoil: Fertile, friable, natural topsoil of sandy loam character, without admixture of subsoil material, obtained from a well-drained, arable site, reasonably free from clay clods, stones, plants, roots and other foreign materials. 1. Provide imported topsoil free of substances harmful to the plants which will be grown in the soil. 2. Topsoil to have the following characteristics: a. pH factor (range of 6 to 8). b. Mechanical analysis (Plastic Index of 7 to 20. Minimum laboratory dry weight at optimum moisture content of 110 lbs./cu.ft.). c. Percentage of organic content. d. Recommendation on type and quantity of additives required to establish satisfactory pH factor and supply of nutrients to bring nutrients to satisfactory level for planting. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 2 of 3 PART 3 - EXECUTION 3.1 PREPARATION A. Establish extent of grading and excavation by area and elevation. Designate and identify datum elevation and project engineering reference points. Set required lines, levels, and elevations. 3.2 EXISTING UTILITIES A. Before starting grading and excavation, establish the location and extent of underground utilities in the work area. Exercise to protect existing utilities during earthwork operations. Perform excavation work near utilities by hand and provide necessary shoring, sheeting, and supports as the work progresses. B. Maintain, protect, relocate, or extend as required existing utility lines to remain which pass through the work area. Pay costs for this work, except as covered by the application utility companies. C. Protect active utility service lines from areas of excavation. Cap, plug, or seal abandoned lines and identify termination points at grade level with markers. D. Accurately locate and record abandoned and active utility lines rerouted or extended on project record documents. 3.3 SITE GRADING A. Perform grading within contract limits, including adjacent transition areas, to new elevation, levels, profiles, and contours indicated. Provide subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevation and existing grades. B. Grade surfaces to prevent ponding and pockets of surface drainage. Provide subgrade surfaces free from irregular surface changes and as follows: 1. Rough grading: Plus or minus 0.10 ft. subgrade tolerance. Finish required will be that ordinarily obtained from either blade-grader or scraper operations. 2. Provide subgrade surface free of exposed boulders or stones exceeding 2" in greatest dimension in paved areas, 1" lawn and planting areas. 3. Lawn areas: Allow 6" average depth of topsoil in all lawn areas. 4. Shrub, Groundcover, and Seasonal Color Beds: Allow 6" average depth of topsoil in all bed areas, prior to installation of bed preparation materials specified under Section 32 92 00. 3.4 EXCAVATING A. Earth excavation shall include the satisfactory removal and disposal of all materials encountered, regardless of the nature of the materials, the condition of the materials at the time they are excavated, or the manner in which they were excavated, except materials classified as rock excavation. 3.5 FILLING, BACKFILLING, AND COMPACTING A. Obtain inspection and approval of subgrade surfaces by Landscape Architect prior to filling operations. Scarify, dry, and compact soft and wet areas; remove and replace unsuitable COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 3 of 3 subgrade materials with an approved compacted fill material. Take corrective measures before placing fill materials. B. Spread approved fill material uniformly in layers not greater than 8" of loose thickness over entire fill area. 1. Lift thickness requirements may be modified by Landscape Architect to suit equipment and materials or other condition when required to assure satisfactory compaction. 2. Moisture condition fill material by aerating or watering and thoroughly mix material to obtain moisture content permitting proper compaction. 3. Place and compact each layer of fill to indicated density before placing additional fill material. Repeat filling until proposed grade, profile, or contour is attained. 4. Suspend fill operations when satisfactory results cannot be obtained because of environmental or other unsatisfactory site conditions. Do not use muddy fill materials. Do not place fill material on muddy subgrade surface. 5. Maintain surface conditions which permit adequate drainage of rain water and prevent ponding of surface water in pockets. When fill placement is interrupted by rain, remove wet surface materials or permit to dry before placing additional fill material. C. Fill all areas of settlement to proper grade before subsequent construction operations are performed. D. Compaction: 1. Provide compaction control for all fill and backfill. 2. Compact top 6" of subgrade and each layer of fill material at lawns and unpaved areas to 90% of maximum dry density at optimum moisture content in accordance with ASTM D698. 3. Water settling, puddling, and jetting of fill and backfill materials as a compaction method are not acceptable. 4. Maintain moisture content of materials, during compaction operations within required moisture range to obtain indicated compaction density. 5. Provide adequate equipment to achieve consistent and uniform compaction to fill and backfill materials. 3.6 FINISH GRADING A. Refer to Section 32 91 19 - Finish Grading for specification. B. Maintenance: 1. Protect finish graded areas from traffic and erosion. Keep free of trash and debris. Repair and reestablish grades in settled, eroded, and damaged areas. 2. Where existing landscape or completed areas are distributed by construction operations or adverse weather, scarify, reshape, and compact to required density. 3.7 CLEANING A. Upon completion of earthwork operation, clean areas within contract limits, remove tools and equipment. Provide site clear, clean, free of debris, and suitable for site work operations. END OF SECTION COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 1 of 3 SECTION 32 13 13 - NON-VEHICULAR CONCRETE PAVING PART 1 - GENERAL 1.1 WORK INCLUDED A. Concrete sidewalks and mowstrips B. Reinforcements 1.2 REFERENCES A. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. B. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement. C. ASTM C33 - Concrete Aggregates. D. ASTM C94 - Ready Mixed Concrete. E. ASTM C150 - Portland Cement. F. ASTM C260 - Air-Entraining Admixtures for Concrete. G. FS TT-C-800 - Curing Compound, Concrete, for New and Existing Surfaces. H. All construction to meet minimum standard for municipal publicly accessible pedestrian sidewalks and access ways. 1.3 QUALITY ASSURANCE A. Perform work in accordance with ACI 301. B. Obtain materials from same source throughout. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150 Normal-Type I or Air Entraining-Type IA or Portland Type, gray color. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 FORM MATERIALS A. Conform to ACI 301. B. Wood forms, profiled to suit conditions. C. Joint Filler: ANSI/ASTM D1751, premolded; 3/4" thick. COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 2 of 3 2.3 REINFORCEMENT A. Reinforcing Steel: ASTM A615; 40 or 60 ksi yield grade; deformed billet steel bars, uncoated finish. B. Tie Wire: Annealed steel, minimum 16 gauge size. C. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish. 2.4 ACCESSORIES A. Curing Compound: FS TT-C-800, Type 1, 30 percent solids. 2.5 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical Admixtures other than those required by ASTM C260 will not be allowed. 2.6 CONCRETE MIX A. Mix concrete in accordance with ASTM C94 and Section 03300. B. Provide concrete with a 28-day compressive strength corresponding to the following schedule: Concrete Sidewalks and Paving - 4000 psi, or per city standard PART 3 - EXECUTION 3.1 INSPECTION A. Verify stabilized subgrade has properly cured and is ready to support paving and imposed loads. B. Verify gradients and elevations of subgrade are correct. C. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Maintain moisture and compaction until pour is accomplished. C. Notify Landscape Architect minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING A. Place and secure forms to correct location, dimension, and profile. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint fillers vertical in position, in straight lines. Secure to formwork during concrete placement. COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 3 of 3 3.4 REINFORCEMENT A. Place reinforcing chairs for steel at mid-height of all slabs-on-grade. B. Interrupt deformed bars at expansion joints. Place dowels as detailed. 3.5 FORMED JOINTS A. Doweled expansion joints shall be installed at a maximum of 20'-0" o.c. and/or as detailed on the plans. B. Place joint filler between paving components and building or other appurtenances. Recess top of filler 1" for backer rod and joint sealant. Use Dow Corning 888 or accepted substitute. 3.6 PLACING CONCRETE A. Place concrete in accordance with ACI 301. B. Hot Weather Placement: ACI 301. C. Cold Weather Placement: ACI 301. D. Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement. Pouring shall be accomplished with the concrete delivery truck located outside the limits of the current pour. E. Construction joints shall be placed at locations coinciding with contraction or expansion joints. Do not break or interrupt successive pours such that cold joints occur. 3.7 FINISHING A. Sidewalks, Trails, etc.: Medium broom, radiused and trowel joint edges. B. Place curing compound on exposed concrete surfaces within 30 minutes after finishing. Apply in accordance with manufacturer's instruction. 3.8 FIELD QUALITY CONTROL A. Shallow ponding determined by the Landscape Architect to be excessive shall be removed and replaced at the Contractor's expense. 3.9 PROTECTION A. Immediately after placement, protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. END OF SECTION COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 1 of 9 SECTION 32 80 00 - LANDSCAPE IRRIGATION SYSTEM PART 1 - GENERAL 1.1 GENERAL PROVISIONS Applicable requirements of the General Conditions and other sections of the Project Manual apply to this section. 1.2 SCOPE OF WORK PROVIDED BY CONTRACTOR: Provide a complete and operable lawn sprinkler installation as shown on the plans, including, but not limited to the following items: A. Double-check-valve assemblies and associated equipment B. Valves and fittings C. Pipe and fittings D. Sprinkler heads E. Trenching, installation of system, connection to water source, testing, and backfilling 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Section 02900 - Landscaping B. Section 02920 - Sodding 1.4 APPLICABLE STANDARDS ASTM Sections: D2241 - Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 40 D2466 D2466 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40 D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings STANDARD RECOMMENDED PRACTICE FOR: D2855- Making Solvent-Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and Fittings 1.5 JOB CONDITIONS A. Contractor shall note that rock will be encountered on some areas of the site. Contractor shall examine the site thoroughly. Rock excavation and trenching shall be included as part of the bid. 1.6 GENERAL CONDITIONS SPECIFICALLY FOR LANDSCAPE IRRIGATION A. The Contractor shall report to the Landscape Architect any deviations between the irrigation plan, specifications, and the site. Failure to do so prior to the installation of the COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 2 of 9 equipment (which subsequently requires replacement or relocation of the equipment) will result in the work being done at the Contractor's expense. B. All local, municipal, and state laws, ordinances, codes and regulations relating to, or governing of, any portion of this work are hereby incorporated into and made a part of these specifications and will be carried out by the Contractor. The Contractor must carry sufficient insurance coverage, and must be active in irrigation installation for a minimum of 5 years. C. Any permits needed for construction of the work included in this contract, which is required by any legally constituted authority having jurisdiction, shall be obtained by the Contractor. The Contractor shall pay for all costs in connection with any inspections or examinations required by these authorities. The Landscape Architect or Owner's Representative will be notified when these inspections are required. Any necessary work needed to be done by the Contractor as a result of these inspections will be performed at the Contractor's expense. Copies of all permits and inspection reports shall be forwarded to the Owner's Representative. 1.7 GUARANTEE AND MAINTENANCE A. Material and workmanship shall be fully guaranteed for one year after the Date of Substantial Completion; replacement of defective material or repair of work shall be done at no expense to the Owner during the first year, except for repairs or replacements necessitated by damage of any kind not of the Contractor's making. Any reimbursement for repairs must have prior approval of the Owner's Representative. B. Raising and lowering heads to proper height, adjusting arc and radius, filling trenches that have settled, packing the earth firmly around the heads and quick couplers will all be considered part of warranty work and done at no charge to the Owner for one year after acceptance of system. C. The Contractor will extend to the Owner all of the warranties and guarantees provided by the manufacturer on all equipment used. Printed copies of such warranties and guarantees will be provided the Owner with final payment. D. Contractor will provide four (4) copies of service and maintenance manuals on all major items in the installation along with the request for final payment. E. The Contractor shall provide a minimum of three (3) hours of operating instructions to the Owner's designated representative. The Owner's representative will be notified at least one week in advance with a date for such instruction. Demonstrate the proper operation of each and every head, each electric valve, and each controller. F. Maintenance and guarantee as stated above does not include alterations necessitated by relandscaping, addition of trees, regrading, or the addition and changes in walks, walls, driveways, or the like. Further, maintenance does not include trimming grass around heads or any service required due to lack of the Owner's maintenance of lawns and plants. It is also expressly understood that the guarantee and maintenance, after final acceptance, does not cover any mechanical damage (breakage) or any repairs or service needed for causes beyond the control of this Contractor. G. Provide schedule indicating length of time each valve is required to be open to provide determined amount of water. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 3 of 9 1.8 SUBSTITUTIONS Sprinkler material shall be as specified. The sprinkler system has been designed according to the operating characteristics of the specified equipment. Therefore, no substitutions of equipment will be allowed except under provisions of Section 01630. 1.9 RECORD DRAWINGS The Contractor is to provide record drawings on reproducible mylars as provided by the Owner. Information to be included will be the dimensional location of major components from permanent fixed points, such as buildings, walls, corners, sidewalks, curbs, etc. At least two actual measurement dimensions will be shown with a minimum of 75 degrees between the lines of measurement to each major item of the system, such as electric valves, quick couplers, main line shut-off valves, or wire splice boxes, etc. Single dimensions will be shown at appropriate intervals from permanent features to the main line piping and to the wire routing. Dimensions are to be recorded on the drawings so that maintenance personnel can locate and service these items. Since pipe routing shown on the plan is schematic by nature, actual routing shall be clearly indicated on the record drawing. 1.10 DEVIATION FROM PLANS The Irrigation Contractor is cautioned to defend the hydraulics of this system by following the plans and specifications carefully. Particular attention should be given to operating controllers in alternate sequence, by not operating the system until flow controls or section valves have been adjusted to proper operating pressure, by not installing additional tees or elbows unless approved by the Landscape Architect or Owner's representative by following the manufacturer's recommendations for installation of all items, etc. Prior to start of construction, the Contractor will confirm the static water pressure in writing to the Owner's representative. 1.11 SUBMITTALS A. Submit shop drawings and product data under provisions stated elsewhere. B. Include piping layout to water source, list of fittings to be used, control system, and wiring diagrams and data. PART 2 - PRODUCTS 2.1 GENERAL A. "Sprinkler Mains" are that portion of piping from water source to operating valves. This portion of the piping is under constant pressure. B. "Lateral Piping" is that portion of the piping from operating valves to the sprinkler heads. This portion of the piping is under pressure during operation of the system. C. "Quick Coupling Valve Lines" are considered a part of the sprinkler main. 2.2 POLYVINYL CHLORIDE PIPE Polyvinyl chloride pipe (hereinafter referred to as PVC pipe) shall have been manufactured in accordance with the Product Standards as follows: A. Product Standard PS-22-70 shall apply and be the governing authority as applicable to main line piping and shall be SDR-21 (Class 200) specification. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 4 of 9 B. Product Standard PS-22-70 shall apply and be the governing authority, as applicable to PVC lateral piping, shall be per SDR-21 (Class 200) specification. 2 1/2” and smaller main line and lateral line piping will be solvent-weld joints. C. Marking and Identification: All PVC pipe shall be continuously and permanently marked with the following information: manufacturer’s name, pipe size, type of pipe and material, SDR number, Commercial Standard Number and NSF (National Sanitation foundation) Seal. 2.3 PIPE AND FITTINGS A. 2 1/2” and smaller pipe fittings shall be PVC Schedule 40, as manufactured by the LASCO COMPANY, or equal. B. All PVC fittings shall be of the same material as the PVC pipe specified and shall be compatible with the PVC pipe furnished. C. Only solvent recommended by the manufactured of the PVC pipe and the manufacturer of the PVC fittings shall be used. 2.4 DRIP IRRIGATION A. Control zone valves to have pressure regulator and filter per manufacturer’s recommendations. 1. Filter to be 200 mesh and installed in a “Y” body. 2. Pressure Regulator and electric valve shall be “low flow” models made specifically for drip irrigation. B. Inline Emitter Tubing 1. Tubing to have factory installed, pressure compensating, inline emitters installed every 12” on center. Flow rate to be .90 gallons per hour. C. Compression Fittings 1. Provide leak free compression connections. 2. Use flush cap to close off lines. 3. ABS materials with Buna-N rubber seals. D. Maximum distance between headers is 80’-0”. 2.5 WIRE All valve wiring shall be 14 gauge copper single-conductor wire with 4/64´vinyl insulation as approved for direct underground burial in 30 volt AC or less service by the National Electrical Code. Where valve wires from two or more controllers are in the same ditch, wires are to be color coded. This color coding to be noted on record drawings. 2.6 EXPANSION COILS Expansion coils, which are to consist of approximately 10 wraps of wire around 1" pipe, will be provided on each wire approximately every 100 feet. Wires are to be bundled and taped together every 10 feet. Provide expansion coil at each electric valve inside the valve box. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 5 of 9 2.7 WIRE SPLICES All wire splices shall be made with a mechanical connector and water proofed according to the manufacturer’s specifications. The wire splice shall be Spear’s “DRY SPLICE,” 3M “SCOTCH LOCK,” or 3M DBY wire splice. ALL WIRE SPLICES SHALL BE IN VALVE BOXES, AND NO DIRECTLY BURIED OR UNDERGROUND SPLICES WILL BE ACCEPTED. 2.8 MATERIAL LIST A. Refer to drawings for sprinkler data and requirements and other material requirements. Plans and specifications do not show all material required and do not show all installation details necessary for this installation. B. See materials as designated on plans. All materials shall be installed as per the manufacturer’s recommendation and as per the details shown on the plans. C. Provide three (3) No. C075 Quick Coupler Keys with No. 10 Hose Swivels as part of this contract. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Before installation is started, the Contractor shall place a stake where each sprinkler head, quick coupler valve, and electric valves are to be located in accordance with the plans. The staking shall be approved by the Landscape Architect or Owner's representative before the installation is started. Should a discrepancy in the plans become apparent at this time, such discrepancy shall be pointed out to the Landscape Architect or Owner's representative. Work must not proceed until the Owner's representative approves any design changes made necessary by such discrepancy. Should such changes create extra cost to the Contractor, approval for extra compensation shall be obtained in writing from the Owner's representative before commencing work. Should such changes create a savings in cost to the Contractor, a written reduction in the contract price shall be approved by the Owner's representative in writing before commencing work. B. The Contractor is cautioned to provide adequate protection to those using the site. Provide barricades as necessary. C. All material shall be installed in strict accordance to the manufacturer's installation specifications which shall be considered a supplement to these specifications. D. Piping layout indicated is diagrammatic only. Route piping to avoid plants and structures. Provide full and complete coverage. E. Review layout requirements with other effected work. Coordinate locations of sleeves (under paving) to accommodate system. 3.2 EXCAVATION, BACKFILL, AND PROTECTION OF SHRUBBERY, GENERAL A. All excavation in this contract shall be unclassified and is to include earth, loose rock, rock, or any combination thereof, in wet or dry state. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 6 of 9 B. All trenches shall be backfilled with the material removed, except that no rock or debris which can damage the pipe shall be used as backfill. In this case, the special backfill specifications shall take precedence over this general specification. (See 3.7) C. All trench backfill shall be water settled and compacted in order to prevent after-settling. Use only the minimum amount of water necessary to settle ditches. Flooding of ditches without compaction will not be permitted. D. All trenches and adjoining areas shall be hand-raked to finish grade. Remove rocks, excess dirt, and debris from the site. 3.3 PIPE INSTALLATION Note: All pipe is to be inspected prior to the installation. Pay particular attention to mechanical damage resulting from shipment and storage and to defects which occur during extrusion. Such defective pipe shall be removed from the site at the end of each work day. The Owner's representative shall have the option to accept or reject pipe that does not appear to be of good and uniform quality. A. Main Line Piping: Pipe shall be installed in a 4" wide (minimum) trench with a minimum of 18" of cover. B. Lateral Piping: All PVC lateral line piping shall be solvent-weld type. Install in 4-inch wide (minimum) trench deep enough to allow for installation of sprinkler heads and valves, but in no case with less than 12 inches of cover for rotary and/or spray zone laterals. C. PVC Pipe Installation: 1. All lumber, rubbish and large rocks (over 2" diameter) shall be removed from the trenches. Pipe shall have a firm, uniform bearing for the entire length of each pipe line to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Pad the trenches with sand if the trench is rocky. See 3.7 2. Never lay PVC pipe when there is water in the trench. Never lay PVC pipe when the temperature is 32 degrees F. or below. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3. All foreign matter or dirt shall be removed from inside of the pipe before welding and piping and shall be kept clean by approved means during and after laying of pipe. 4. Backfilling of Trenches: Because of the expansion and contraction of PVC pipe, backfilling shall be done in the cool part of the day. If this is not possible or practical, water settling of trenches is necessary before and during backfill. Selected fill dirt or sand shall be used if soil condition is rocky or contains large clods. 5. After pipe installation is completed, flush system completely to remove any and all debris from piping prior to installation of adapters and sprinkler heads. 6. Replace and/or repair plant material, structures, and installations by others, damaged by work of this Section. D. PVC Pipe and Fitting Assembly: Contractor shall use only the solvent supplied and recommended by the manufacturer of the PVC pipe to be installed on this project site to make any solvent- welded joints. The pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 7 of 9 solvent. PVC pipe and fittings shall be cleaned with PVC primer or sanded with plumber's cloth before solvent welding. The Contractor shall make solvent welds with a non-synthetic bristly brush in the following sequence: 1. Apply an even coat of solvent to the outside of the pipe. Then, apply solvent to the inside of the pipe, making sure that coated area on the pipe is equal to the depth of the fitting socket. 2. Insert pipe quickly into the fitting and turn the pipe approximately 1/4 turn to distribute the solvent and remove air bubbles. Check all tees and ells for correct position; then hold joint for approximately 15 seconds so that pipe does not push out from the fitting. Wipe off any excess solvent with a clean rag. 3. Allow at least fifteen (15) minutes set-up time for each welded joint before moving. 4. On PVC to metal connection, the Contractor shall work the metal connections first. A non-hardening pipe dope such as Permatex #2, or equal, shall be used on all threaded PVC to metal joints, and light wrench pressure is all that should be used. Teflon tape or a liquid Teflon paste can also be used on all threaded PVC to metal joints, and light wrench pressure is all that should be used. 5. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. Teflon tape will be used on threads. 3.4 AUTOMATIC CONTROLLERS A. Automatic controller to be hardwired as specified on drawings. 3.5 ELECTRIC VALVES A. Electric remote valves shall be supplied in accordance with the specifications and sized according to the plan. 1. Valves shall be installed in a level position. Valves shall be installed deep enough so that there will be at least 10" of cover over the valve. 3.6 DRIP IRRIGATION A. Install drip control zone valve in accordance with manufacturer’s recommendations. 1. Set pressure regulator at required pressure. B. Install headers and sub headers. Headers to be PVC Class 200. C. Install flush valves and air relief valves as required by the manufacturer or as shown on the plans. D. Thoroughly flush all headers before drip tubing is installed. E. Tubing to be staked at 4’-0” on center (minimum) along length of tubing. Use “u” pins specifically made for use with drip tubing. 3.7 COPPER PIPE AND FITTINGS ASSEMBLY A. Clean pipe and fittings thoroughly and buff connections with sandpaper to remove residue from pipe. B. Flux pipe and fitting and solder connection using "No-Lead" solder. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 8 of 9 3.8 SPRINKLERS A. General: Provide in accordance with materials list, with nozzling in accordance with Drawings. Change nozzle degree and trajectory if wind conditions affect coverage. Receive approval from the Architect prior to any change. Install heads adjacent to walks and curbs two (4) inches clear of paving. Avoid excess water on walks, walls, fences, etc. B. Lawn Pop-up Heads: Attach sprinklers to lateral piping with flexible PVC and schedule 80 fittings. Use solvent made especially for flexible PVC. Firmly tamp soil around base plate and leave head plumb. Set top of sprinkler ¼” above finish grade. Provide strainer in each head. Refer to drawing details. C. Drip Indicator Heads: Attach sprinklers to lateral piping with flexible PVC and schedule 80 fittings. Use solvent made especially for flexible PVC. Use bottom connection only unless otherwise directed by Architect. Firmly tamp soil around base plate and leave head plumb. Set top of sprinkler ¼” above finish grade. Provide strainer in each head. Refer to drawing details. D. Rotary Heads: Attach to lateral piping with pre-manufactured Lasco swing joint assemblies and schedule 80 PVC. Refer to drawing details. 3.9 QUICK COUPLING VALVES (QCV) A. Provide in accordance with materials list and as detailed on Drawings. Stake with galvanized pipe securely attached to QCV with two stainless steel worm gear clamps. Install with individual shut off valve. QVC and shut off valve to be installed in valve box with purple lid. 3.10 WIRING A. No conduit shall be required for U.F. wire, unless otherwise noted on Drawings. Tuck wire under piping. B. Make wire connections with waterproof non-hardening two-piece connectors according to manufacturer's recommendations. C. Provide a separate wire from controller to each electric valve. Provide a common neutral wire from controller to valves served by a particular controller. D. Provide 24-inch long wire coils at valves. E. Bundle wires together with waterproof electrical tape at ten-foot intervals. 3.11 WEATHER MONITOR A. Exterior Controller: Securely mount sensor on bottom of controller, or if pedestal controllers are specified, mount sensor to the inside of the pedestal using stainless steel nuts, bolts and lock nuts. Secure bulb probe flat against outside of controller with nylon wire strip. Remove bracket usually supplied with unit and reuse bolts. B. Use separate conduit or remote control valve wire conduit for sensor. Do not install in same conduit with 115V power supply. C. Locate as directed by Architect or Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 9 of 9 3.12 TESTING A. Notify Architect to review work 48 hours prior to testing pipe and fittings for leaks. B. Test mains for a period of four (4) hours under static pressure. If leaks (or pressure drops) occur, correct defect and repeat test. 3.13 FINAL ADJUSTMENT A. Make final adjustments of sprinkler system prior to Architect's final inspection. B. Flush system by removing nozzles from heads. C. Adjust sprinklers for proper operation and proper alignment for direction of throw. D. Adjust each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. Correct operating pressure at last head of each section – 45 to 50 psi for rotary heads and 25 to 30 psi for spray heads. E. Adjust nozzling for proper coverage. Prevailing wind conditions or slopes may indicate that arc of angle or trajectory of spray should be other than as shown on drawings. Change nozzles to provide correct coverage. F. Provide all items as required by State of Texas laws and rules and all local codes and ordinances. 3.14 CLEANUP A. Keep premises clean and neat. END OF SECTION COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 1 of 12 SECTION 32 90 00 - LANDSCAPING PART 1 - GENERAL 1.1 GENERAL CONDITIONS The requirements of the "General Conditions of the Agreement" shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.2 WORK INCLUDED Furnish all labor, material, equipment and services necessary to provide all landscape planting, and related items complete in place, as shown on the Drawings and specified, herein. A. Work Specified in this Section: Rock excavation (for tree planting) if required, fine grading, soil preparation, planting, clean-up, and all other miscellaneous items related to landscaping as shown on the drawings. B. Rock excavation for trees is included as part of work. Contractor shall examine existing conditions and geotechnical report to determine if any trees may need rock excavation. If rock is encountered, Contractor to follow procedure for “Tree Hole Water Retention” as outlined under Planting Installation in this section. C. 60-day Maintenance (Plant Establishment) Period: The Landscape Contractor shall provide Landscape Maintenance for a 60-day Period after final acceptance of the landscape and grassing installation. 1.3 RELATED WORK A. Section 32 91 19: Finish Grading for Landscape Areas B. Section 32 80 00: Landscape Irrigation System 1.4 QUALITY ASSURANCE A. Standards: 1. “Grades and Standards” latest edition. Texas Association of Nurserymen Specifications. Austin, Texas 78704. 2. Standardized Plant Names, 1942 Edition, American Joint Committee on Horticulture Nomenclature. 3. American Standards for Nursery Stock, Latest Edition, American Association of Nurserymen. B. Source Quality Control: 1. Submit documentation to Landscape Architect within ten (10) days after award of Contract that all plant material to be supplied by Landscape Contractor is available. Landscape Contractor to submit pay application for stored materials confirming plant materials are being held at the grower’s. Any and all substitutions due to unavailability must be requested in writing prior to confirmation of ordering. All materials shall be subject to inspection by Landscape Architect at any time after confirmation of ordering. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 2 of 12 2. Plants to be supplied by Landscape Contractor shall be subject to inspection and approval of Landscape Architect at place of growth or upon delivery for conformity to Specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. Inspection and tagging of plant material by the Landscape Architect is for design intent only and does not constitute the Landscape Architect's approval of the plant materials in regards to their health and vigor. The health and vigor of the plant material is the sole responsibility of the Contractor. Submit written request for inspection of plant material at place of growth to Landscape Architect. Written request shall state the place of growth and quantity of plants to be inspected. Landscape Architect reserves the right to refuse inspection at this time if, in their judgment, a sufficient quantity of plants is not available for inspection. 3. All plants approved at the nursery by the Landscape Architect shall be tagged with numbered self-locking tags approved by the Landscape Architect and furnished by the contractor. Trees delivered to the site without these tags or with broken tags shall be rejected. 4. Substitutions of plant materials will not be permitted unless authorized in writing by Landscape Architect. If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjustment of Contract Price. Such proof shall be substantiated and submitted in writing to Owner at least twenty (20) days prior to start of Work under this Section. These provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials. 5. Plants identified as “specimen” shall be approved and tagged at place of growth by Landscape Architect. Photographs shall be submitted for preliminary approval. 6. The Contractor shall submit specifications of any item being used on site upon the request of the Landscape Architect. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Deliver packaged materials to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to State Law. 2. Deliver all plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or groundcover plants. b. State correct plant name and size indicated on plant list. c. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 3 of 12 3. Protect plant material during and after delivery to prevent damage to root ball or desiccation of leaves. B. Storage: 1. Store plant material in shade and protect from weather. 2. Storage at the site is allowed, however, Contractor accepts full responsibility for damage, theft, or vandalism. 3. Any plant material balled or burlapped, not installed within 24 hours of delivery shall be healed in until such time as it is installed. 4. Maintain and protect plant material not to be planted within four (4) hours in a healthy, vigorous condition. C. Handling: 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. 1.6 JOB CONDITIONS A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. B. Scheduling: Install trees, shrubs, and liner stock plant material before grassing is commenced. C. Landscape Contractor shall note that rock may be encountered on som e areas of the site. Rock excavation shall be included as part of bid. 1.7 QUALIFICATIONS OF WORKMEN Provide at least one person who shall be present at all times during execution of this portion of the Work, who shall be thoroughly familiar with the type of materials being installed and the proper materials and methods for their installation, and who shall direct all work performed under this Section. 1.8 SAMPLES AND TESTS Landscape Architect reserves the right to take and analyze samples of materials for conformity to specifications at any time. Contractor shall furnish samples upon request by Landscape Architect. Rejected materials shall be immediately removed from the site at Contractor's expense. Cost of testing of materials not meeting Specifications shall be paid by Contractor. 1.9 PLANT GUARANTEE A. All trees, shrubs, vines, and groundcovers will be guaranteed for a twelve (12) month period after Final Acceptance (including trees supplied by Owner). The Contractor will replace all dead or defective materials upon notification (weather permitting) with plants of the same kind and size as those originally planted. Plants, including trees, which have partially died so that shape, size, or symmetry has been damaged, shall be considered subject to replacement, and the opinion of the Landscape Architect will be final. At the direction of the Landscape Architect, plants may be replaced at the start of the next COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 4 of 12 planting or digging season, but in such cases, Contractor will remove dead plants within two (2) working days. B. Contractor to make monthly visits to the site and submit a written statement as to his opinion of maintenance and items in need of correction that the contractor, in his opinion, feels if un-corrected would void warranty conditions. Reports shall be submitted to the Landscape Architect by the last working day of the month. C. All replacement work (including materials, labor and equipment) will be done at no cost to the Owner. Any damage, such as ruts in lawn or bed areas, that occurs when Contractor makes replacements, will be repaired immediately by the Contractor. D. The guarantee will not apply where plants die after Final Acceptance because of injury by storms, drowning, drought, hail, freeze, insects, disease, mechanical injury by humans or machines, and theft. PART 2 - PRODUCTS 2.1 MATERIALS 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. Contractor shall supply Landscape Architect with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis. B. Product Manufacturer's name(s) and/or model numbers are used herein to set a standard of quality and are not intended to be a restraint of trade or prevent submittals of other manufacturer's products of equal quality. C. Soil Amendment: 1. Compost Mix: "A Professional Bedding Soil" as produced by Living Earth Technologies, Inc., 1808 W. Northwest Highway, Dallas, Texas (phone: 214/869-4332) or “Natural T. L. Compost” as produced by Soil Building Systems, Inc. 1770 “Y” Street, Dallas, Texas (phone: 972-831-8181), or approved equal. D. Tree Backfill Fertilizer: 13.13.13 analysis bulk fertilizer. E. Shrub, Groundcover, and Seasonal Color Fertilizer: Provide commercial balanced slow release fertilizer, delivered to the site in bags labeled with the manufacturer's guaranteed analysis. If stored on the site, protect fertilizer from the elements at all times. Osmocote or approved equal. F. Tree, Shrub, and Groundcover Planting Tablets: a. Shall be slow-released type (such as Agriform or approved equal) with potential acidity of not more than 5% by weight containing the following percentages of nutrients by weight: COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 5 of 12 20% nitrogen 10% phosphoric acid 5% potash b. Use 10 gram tablets for trees and 5 gram tablets for shrubs, ornamental grasses, and groundcover. G. Plant Material: 1. Plant names indicated comply with "Standardized Plant Names" as adopted by the latest edition of the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed conform generally with names accepted by the nursery trade. Provide stock true to botanical name and legibly tagged. 2. Plant material shall meet and/or exceed grades and standards set forth by the Texas Association of Nurserymen. All plants shall have a normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and have well "hardened" systems and vigorous and fibrous root systems which are not root or pot-bound. In the event of disagreement as to condition of root system, the root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants or more than two percent of the total number of plants of each species or variety where container-grown plants are from several sources, the roots of not less than two plants of each species or the variety from each source will be inspected. In case the sample plants inspected are found to be defective, the Landscape Architect reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. 3. Trees which have damaged or crooked leaders, or multiple leaders, unless specified, will be rejected. Trees with abrasions of the bark, sunscalds, disfiguring knots will be rejected. Trees with low forking will be rejected unless specifically approved by Landscape Architect. 4. Plants shall be measured when branches are in their normal position. Height and spread dimensions specified refer to main body of plant and not branch tip to tip. Caliper measurement shall be taken at a point on the trunk six (6”) inches above the crown at natural grade of trees up to four (4”) inches in caliper and at a point twelve (12”) inches above the crown at natural grade for trees over four (4”) inches in caliper. The measurements specified are the measurements specified and possess a normal balance between height and spread. 5. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified on Drawings. The minimum acceptable size of all plants measured before pruning with the branches in normal position shall conform to the measurements, if any, specified on the Drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Landscape Architect, but the use of larger plants will make no change in Contract price. If the use of larger plants is approved, the ball of earth, container size, or spread of roots for each plant will be increased proportionately. 6. Provide "specimen" plants with a special height, shape, or character of growth. Tag specimen trees or shrubs at the source of supply. Plants may be inspected COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 6 of 12 by the Landscape Architect and reviewed at the place of growth, for compliance with specification requirement for quality, size, and variety. Such approval shall not impair the right of inspection and rejection upon delivery at the site or during the progress of the work. 7. Field-collected or Nursery Grown Balled and Burlapped Tree Stock (B&B): Dig balled and burlapped plants with natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Balled and Burlapped trees shall have a root ball size of ten (10) times the caliper up to 4” caliper and eight (8) times the caliper above 4” caliper. If a tree is of multi-trunk variety, the caliper of the tree is the size of the largest trunk plus 1/2 of all the other trunks combined. Cracked or mushroomed balls are not acceptable. Selectively remove 1/2 to 2/3 of twig growth. 8. Container-grown Stock (General): Grown in a container for sufficient length of time for the root system to have developed to hold the soil together, firm and whole. a. Container stock shall have been grown continuously in the containers, and in the container in which delivered, for at least six (6) months, but not over two (2) years. Container stock shall not be pruned before delivery. b. No plants shall be loose in the container. c. Container stock shall not be pot bound. d. Stock shall not have cracked or broken balls when removed from the container. 9. Container-grown Tree Stock: Grown in a container from seedling stage and complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. 10. Containerized Tree Stock: Grown in a container for not less than one (1) year and complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. 11. Plants planted in rows shall be matched in form, height and overall character. 12. Shrubs and small plants shall meet the requirements for spread and height indicated in the plant list. a. The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest branch. b. Single stemmed or thin plants will not be accepted. (1) Side branches shall be generous, well twigged, and the plant as a whole well bushed to the ground. c. Plants shall be in a moist, vigorous condition, free from dead wood, bruises, or other root or branch injuries. 13. Pruning: At no time shall trees or plant materials be pruned, trimmed or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 7 of 12 14. 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 or as shown on the Drawings. Under no conditions will there be any substitutions of plants or sizes listed on the accompanying plans, except with the express consent of the Landscape Architect. H. Tree Paint: Morrison Tree Seal, Cabort Tree Paint, or equal. I. Water: Furnished by Landscape Contractor; transport as required. J. Mulch Topdressing: Shall be double shredded, fine textured, hardwood mulch as provided by Living Earth Technology Co., 1901 California Crossing, Dallas, Texas (phone: 972/869-4332) or approved equal. Minimum 3" layer spread uniformly. K. Steel Edging and Stakes: 1/8" x 4" Col-Met 'Commercial' edging, as manufactured by Col-Met, Garland, Texas (phone 800-829-8225), or approved equal. Install on all K. Soil Saver/Jute Mesh (if required): Heavy weight (green) jute mesh as manufactured by Jim Walls Company, 12820 Hillcrest Road, Dallas, Texas 75230, or approved equal. Install on all groundcover or shrub bed slopes greater than 3:1 slope. L. Guying and Staking Materials: 1. Metal "T" Stake: 6' length minimum metal stakes used for fencing. Painted green. Minimum two per tree in north/south axis. 2. Guying Hardware: a. Wire: Pliable and galvanized at the following sizes: Ornamental Trees 16 gauge Shade Trees 14 gauge b. Hose: 1/2” new rubber hose (black). c. Turnbuckles: Galvanized or dip-painted, size as required. Turnbuckle openings shall be at least 3”. M. Soil Separator (filter fabric): “Trivera Spunbound” as manufactured by Contech Construction Products or approved equal. N. Other Materials: All other materials, not specifically described but required for a complete and proper installation, shall be as selected by the Contractor subject to the approval of the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 8 of 12 PART 3 - EXECUTION 3.1 INSPECTION A. Obtain Landscape Architect's certification that final grades to +0.10' have been established prior to commencing planting operations. Provide for inclusion of all amendments, settling, etc. Landscape Contractor shall be responsible for shaping all planting areas as indicated on Drawings or as directed by Landscape Architect. B. Inspect trees, shrubs and groundcover plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting of trees until deficiencies are corrected or plants replaced. 3.2 PLANTING PREPARATION A. Soil Preparation for Groundcover, Shrub, and Seasonal Color Beds: 1. Grading Contractor’s specifications call for planting areas to be left at the following elevations prior to Landscape Contractor’s start of work: Shrub, groundcover and seasonal color beds............................... -4” below finish grade (Landscape Contractor to excavate and dispose of soil as required) Grass areas............................................ ± .10 foot of finish grade 2. Excavate existing soil, if necessary, and add to shrub, groundcover, and seasonal color areas the following: 4” layer of Compost Mix 14-14-14 slow release fertilizer (Osmacote) at a rate of 5 lbs. / 100 s.f. 3. Spread materials uniformly and cultivate thoroughly by means of a mechanical tiller. Till to a minimum depth of 8". 4. Pocket planting of shrub, groundcover, and seasonal color is not allowed. B. Final Grades: 1. Minor modifications to grade may be required to establish the final grade. 2. Finish grading shall ensure proper drainage of the site as determined on Drawings. 3. All areas shall be graded so that the final grades will be (unless noted otherwise) ½” below adjacent paved areas, curbs, valve boxes, edging, clean-outs, drains, manholes, etc., or as indicated on Drawings. 4. At time of planting, the top 6" of all areas to be planted shall be free of stones, stumps, or other deleterious matter 1" in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 9 of 12 C. Disposal of Excess Soil: Disposal of any unacceptable or excess soil shall be the sole responsibility of the Landscape Contractor. Excess soil may be spoiled on-site per direction of Owner. D. Install jute mesh on all bed areas exceeding 4:1 (25% slope). 3.3 PLANTING INSTALLATION 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. 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. B. Layout of Major Plantings: Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If underground construction or utility line is encountered in the excavation of planting areas, other locations for planting may be selected by the Landscape Architect. Layout shall be accomplished by flagged grade stakes indicating plant names and specified container size on each stake. It shall be the Contractor's responsibility to confirm with the Landscape Architect's superintendent and governing agencies the location and depth of all underground utilities, and obstructions. C. Excavation: 1. Excavation for planting shall include the stripping and stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backfill, or in establishing the final grades may be spoiled on-site per direction of Owner. 3. Protect all areas from excessive compaction when trucking plants or other material to the planting site. 4. Tree and shrub pits shall be excavated to allow the root ball to set on undisturbed soil and excavated to the following diameters: Plant Size Pit Diameter Up to 5 gallon 14" greater than container root ball diameter 5-gallon container 24” greater than and greater root ball diameter (including trees) COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 10 of 12 5. All excavated holes shall have vertical sides with roughened surfaces. 6. All holes for trees and large shrubs shall be tested for water retention prior to tree or shrub installation. After hole is excavated, it is to be filled with water to the top of the excavation. If, after 24 hours, the hole still holds water, the Landscape Contractor shall excavate an additional 6" from the bottom of hole. The Landscape Contractor shall then install 6" of native washed gravel covered on the top (and up a minimum of 12" on the sides of the hole) with filter fabric. The Landscape Contractor shall also install a capped 3" diameter PVC sump which will extend from near the bottom of the rock layer to 3" above the proposed finish grade so the hole can be evacuated through mechanical means. 7. Excavate bed areas adjacent to paving as required so that top of mulch topdressing is at same elevation as top of paving to prevent mulch from washing out of bed. D. Planting Trees: 1. Container Removal: a. Remove tree from plastic container or box carefully so container can be re- used. b. Do not injure root ball. 2. Center tree in pit. 3. Face plants with fullest growth into prevailing wind. 4. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball. 5. Tree Pit Backfill: a. Tree backfill should be composed of 5 parts existing of soil excavated from the hole to one part Soil Amendment, thoroughly mixed with 5 lbs. per cubic yard tree backfill fertilizer. Tree backfill to be mechanically mixed prior to backfill operations. 6. Set tree in upright position in the center of the hole and compact the backfill mixture around the ball or roots. Thoroughly water each plant after backfilling. After planting trees not in beds, surround the pits with a 3" height berm. 7. Plant Tablets: a. After the water has completely drained from the plant pit, planting tablets shall be placed in the top 3" of the plant pit as indicated below: • 2” cal. or 30 gallon 4 each • 3” cal. or 65 gallon 6 each • 4” cal. or 100 gallon 8 each • 5” cal. or 200 gallon 10 each • 6” cal. or 300 gallon 12 each b. Planting tablets shall be set with each plant on the top of the rootball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 11 of 12 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches or to limb-up trees as directed by the Landscape Architect. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with tree paint. 9. Guying and Staking Removal: At no charge to the Owner, the Contractor shall return to the site at the end of the one-year guarantee period and remove all guying and/or staking materials. E. Planting Shrubs: 1. Container Removal: a. Cut cans on two sides with an acceptable can cutter. Do not cut cans with spade or ax. b. Do not injure root system. 2. Center plant in pit or trench. 3. Face plants with fullest growth into prevailing wind. 4. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball or roots. 5. Fill holes with backfill composed of 50% soil taken from the hole and 50% Soil Amendment, thoroughly mixed. 6. Set plant in upright position in the center of the hole and compact the backfill mixture around the ball or roots. Thoroughly water each plant after backfilling. After shrubs not in beds, surround the pits with a 3" height berm. 7. Plant Tablets: a. After the water has completely drained from plant pit, planting tablets shall be placed in the top 3" of the plant pit as indicated below: • 4” pot 1 each • 1 gallon 1 each • 2 gallon 2 each • 3 gallon 2 each • 5 gallon 3 each • 7 gallon 4 each b. Planting tablets shall be set with each tablet on the top of the rootball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Landscape Architect. 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with tree paint. F. Planting Groundcover: 1. Space the plants evenly as indicated on the Drawings, staggering. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 12 of 12 2. After planting is completed, cover the bed uniformly with a minimum 2" layer of mulch topdressing. 3. Thoroughly water entire planting bed. 3.4 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition. 3.5 PRE-ACCEPTANCE MAINTENANCE A. Maintain the trees, shrubs and groundcovers until Final Completion and Acceptance of the entire project. Note: Maintenance shall include turf mowing. B. Maintenance shall include pruning, cultivating, weeding, watering, and application of appropriate insecticides and fungicides necessary to maintain plant free of insects and disease. 1. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove deal material. 2. Tighten and repair guy wires and stakes as required. 3. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. 4. Deep-water trees, plants, and groundcover beds within the first 24 hours of initial planting, and not less than twice per week until final acceptance. C. “Final Acceptance” is defined as when all punch list items have been completed and the job is accepted by the Owner and Landscape Architect. 3.6 60-DAY MAINTENANCE (PLANT ESTABLISHMENT PERIOD) A. After Final Acceptance of the project by the Owner, the Landscape Contractor shall continue maintenance as specified under 3.5 above. Landscape Contractor shall maintain turf areas during this period as specified under Section 2920 - Sodding. 3.7 OBSERVATION SCHEDULE A. 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. B. 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 and/or Landscape Architect. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY FINISH GRADING FOR LANDSCAPE AREAS (32 91 19) 1 of 2 SECTION 32 91 19 - FINISH GRADING FOR LANDSCAPE AREAS PART 1 - GENERAL 1.1 DESCRIPTION A. Perform grading work as shown and specified. The work includes: 1. Site fine grading (raking and bed preparation of new shrub, groundcover, and grass areas). 2. Removing debris and waste materials. B. Related Work. 1. Section 02900 - Landscaping 1.2 QUALITY ASSURANCE Comply with applicable city, state and federal requirements regarding materials and methods of work and disposal of waste materials. 1.3 SUBMITTALS (NOT APPLICABLE) 1.4 WORK SCHEDULE A. General: Work continuously on the site with the exception of bad weather delays until the work is complete. B. The Contractor shall be ready to tentatively begin work within seven (7) working days of notice to proceed from Owner. 1.5 JOB CONDITIONS A. Protect existing utilities, pavement and other facilities from damage caused by earthwork operations. Verify utility locations prior to start up of project. B. Locate, protect and maintain bench marks, monuments, control points and project engineering reference points. PART 2 – PRODUCTS (None Required) PART 3 - EXECUTION 3.1 PREPARATION A. Examine proposed rough grading area and conditions of installation prior to landscape construction. Do not start grading work until unsatisfactory conditions are corrected. B. Notify the Owner of unexpected subsurface conditions. C. Establish extent of grading by area and elevation. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY FINISH GRADING FOR LANDSCAPE AREAS (32 91 19) 2 of 2 3.2 FINE GRADING A. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. B. Remove stones, roots, weeds, and debris. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. C. Leave all graded areas approximately 1/2" below finished paved surfaces at edges only. 3.3 MAINTENANCE A. Protect graded areas from traffic and erosion. Keep free of trash and debris. Repair and re-establish grades in settled, eroded and damaged areas. B. Where completed areas are disturbed by construction operations or adverse weather, scarify surface, reshape and compact to required density. C. As applicable, ensure positive drainage away from buildings or architectural features – preferably sloped a minimum 2 percent grade for at least 10’ beyond the perimeter of the building or architectural feature. 3.4 WASTE MATERIALS Haul from site and legally dispose of waste materials, including excess topsoil used for this project, rock, trash and debris. 3.5 CLEAN UP Upon completion of filling and grading work, remove equipment and tools. Leave site clear, clean, free of debris and ready for landscaping work. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 1 of 5 SECTION 32 92 23 - SODDING PART 1 - GENERAL 1.1. RELATED SECTIONS: A. Section 02900 - Landscaping B. Section 02810 - Landscape Irrigation System 1.2 QUALITY ASSURANCE A. Deliver fertilizer to site in original, sealed containers bearing manufacturer's guaranteed statement of analysis. B. Complete herbicide application by a licensed applicator, with current license in good standing, thoroughly trained in the scope of work involved. C. ASTM - American Standard Testing Material - sand. D. Texas Seed Law & Regulations - latest edition. 1.3 WORK INCLUDED: A. Provide and install solid sod Bermudagrass in areas shown on drawings. 1.4 SUBMITTALS: A. Certificates: 1. Growers Certification: a. Grass species, and location of field from which sod is cut. b. Compliance with state and federal quarantine restrictions. 2. Manufacturer's certification of fertilizer and herbicide composition. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver sod on pallets. B. Protect root system from exposure to wind or sun. C. Protect sod against dehydration, contamination, and heating during transportation and delivery. D. Do not deliver more sod than can be installed within 24 hours. E. Keep stored sod moist and under shade, or covered with moistened burlap. F. Do not pile sod more than 2' deep. G. Do not tear, stretch, or drop sod. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 2 of 5 1.6 JOB CONDITIONS: A. Begin installation of sod after preceding related work is accepted. B. Environmental Requirements: 1. Do not install sod on saturated soil. C. Protection: Erect signs and barriers against vehicular traffic. 1.7 SPECIAL GRASSING PROVISIONS: A. Maintenance: Until Final Acceptance, and until an approved stand of grass is achieved, maintain lawn areas by watering, mowing, weeding, spraying, cleaning and replacing as necessary to keep the turf in a vigorous, healthy condition. 1. Watering: As necessary to keep top 2 inches of soil moist. 2. Mowing: Mow newly planted grass areas weekly after initial growth reaches 2-1/2 inches. 3. Weeding: Remove weeds and foreign grass over lawn areas at least once a week. Herbicides may be used only when approved by Architect. B. Acceptance: The work will be accepted when a completed undamaged stand of grass, free of weeds, is achieved and as approved by Owner and Architect. C. SCHEDULES: Sodding operations can be performed year-round weather permitting. Do not install sod on frozen ground or if forecast calls for freezing conditions. Do not place sod until fine grading is approved. 1.8 GUARANTEE: A. Guarantee sod from period of twelve (12) months after date of Substantial Completion. B. Replacement sod under this guarantee shall be guaranteed for twelve (12) months from the date of Final Completion. C. Repair damage to other plants during sod replacement at no cost to the Owner. PART 2 - PRODUCTS 2.1 SOD: A. Grass Species: Common Bermudagrass (Cynodon dactylon) as shown on drawings. B. American Sod Producers Association (ASPA) Grade: Nursery grown or approved. Field grown sod is not acceptable. C. Furnished in Pads: 1. Size: a. Length: 24 inches plus or minus 5% b. Width: 18 inches plus or minus 5% c. Thickness: 1-1/2 inches excluding top growth and thatch. 2. Not stretched, broken, or torn. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 3 of 5 D. Uniformly Mowed Height When Harvested: 2-1/2 inches. E. Thatch: Maximum 1/2 inches uncompressed. F. Inspected and found free of diseases, nematodes, pests, and pest larvae, by entomologist of State Department of Agriculture. G. Weeds: Free of nut grass or any other objectionable weeds, or vegetation. H. Uniform in color, leaf texture, and density. 2.2 WATER: A. Free of substances harmful to plant growth. 2.3 FERTILIZER: A. Provide a complete fertilizer, part of elements of which are derived from organic sources and shall include trace elements. Fillers to be sulphur and iron sulphate. 1. First Application: 10-20-10 or similar analysis with minimum 8% sulphur and 4% iron, plus micronutrients. 2. Second Application: 20-5-10 or similar analysis. Nitrogen source to be a minimum 50% slow release organic Nitrogen (SCU or UF) plus minimum 8% sulphur and 4% iron plus micronutrients. 2.4 HERBICIDES: A. As recommended by the State Department of Agriculture and approved by Owner. 2.5 STAKES: A. Softwood, 3/4 inch diameter, 8 inch length. PART 3 - EXECUTION 3.1 INSPECTION: A. Verify that soil to depth of 2 inches in compacted areas. B. Water dry soil to depth of 4"-6" before sodding. C. Ensure City has approved the Finish Grade. 3.2 PREPARATION: A. Verify finish grades are to elevations called for. B. Smooth area to be sodded to produce an even surface with no peaks or valleys and free of all debris. C. Wet surface to a uniform depth of 4"-6" or until upper surface is reasonably wet and compacted. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 4 of 5 3.3 FERTILIZING: A. First Application: 1. Distribute 10-20-10 fertilizer uniformly at rate of 15 pounds per 1,000 square feet and rake into seed bed prior to sodding. B. Second Application: 1. Repeat fertilization with 20-5-10 commercial fertilizer after first cutting at rate of 15 pounds per 1,000 square feet. C. Water: Immediately water in fertilizer after each application. 3.4 INSTALLATION: A. Install sod species as indicated on planting plans. B. Transplant sod within 48 hours after harvesting. C. Begin sodding at bottom of slopes. D. Lay first row of sod in straight line with long dimension of pads parallel to slope contours. E. Butt side and end joints. F. Stagger end joints in adjacent rows. G. Do not stretch or overlap sod. H. Peg sod on slope ratio of 3 to 1 or greater with minimum of two stakes per square yard, using 6" minimum nursery grade bamboo stakes. I. Install a 24" diameter circular 'saucer' around all existing trees planted in areas to receive sod. Ensure that the trunk is in the center of the 'saucer'. Do not cut any roots or in any way injure or cause damage to trees. J. Water sod immediately after transplanting. K. Roll sod, except on pegged areas, with roller weighing not more than 150 lbs. per foot of roller width. Make two (2) passes or as required to provide a smooth, mowable surface without scalping. L. Water sod and soil to depth of 6" within four hours after rolling. 3.5 LAWN ESTABLISHMENT: A. Watering: 1. Keep sod moist during first week after planting. 2. After first week, supplement rainfall to produce total of 1/2" per day until rooted. B. Performance: 1. Establish a dense lawn of permanent grasses, free from lumps and depressions. 2. Regrass any area failing to show uniform cover. Such replacement shall continue until a dense lawn is established. Scattered bare or dead spots will not be allowed. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 5 of 5 3. Mow and edge lawn a minimum of three times, each time after lawn has reached a height of 2-1/2 inches. Mow to a height of 2 inches returning clippings to lawn. 4. Keep lawn areas weeded removing broadleaf and grassy weeds as required. 3.6 GRADE MAINTENANCE AND EROSION DAMAGE A. Maintain original grades of lawn areas after commencement of planting and during maintenance period. B. Provide surface repair to ruts, ridges, tracks. Replant areas as required for final acceptance. 3.7 ACCEPTANCE A. The work will be accepted when a dense, undamaged stand of grass, free of weeds, is achieved, as approved by Architect. 3.8 CLEANUP: A. Immediately clean up spills, soil, and conditioners from paved and finished surface areas. All sidewalks, walkways and paved surfaces to be used for pedestrians shall be washed to remove soil, grass, debris, etc. that resulted from sodding. B. Remove debris, pallets and excess materials from project site within 24 hours of completion of sodding operations. END OF SECTION SECTION 7 GEOTECHNICAL REPORT GEOTECHNICAL EXPLORATION on FREEPORT PARKWAY NEW STREET AND BRIDGE (BETWEEN DIVIDEND AND WEST BETHEL ROAD) Coppell, Texas ALPHA Report No. G151648-revised Prepared for: J. VOLK CONSULTING, INC. 800 E. Campbell Blvd., Suite 120 Richardson, Texas 75081 Attention: Mr. Jay Volk February 24, 2017 Prepared By: ALPHA TESTING, INC. 2209 Wisconsin Street, Suite 100 Dallas, Texas 75229 TABLE OF CONTENTS On ALPHA REPORT NO. G151648-revised 1.0 PURPOSE AND SCOPE ....................................................................................................1  2.0  PROJECT CHARACTERISTICS ......................................................................................1  3.0 FIELD EXPLORATION .....................................................................................................1  4.0 LABORATORY TESTS .....................................................................................................2  5.0 GENERAL SUBSURFACE CONDITIONS ......................................................................2  6.0 DESIGN RECOMMENDATIONS .....................................................................................3  6.1 Pavement Subgrade Preparation-Lime Stabilization .................................................3  6.2 Alternate Pavement Subgrade Preparation - Flexible Base Material .........................4  6.3 Portland Cement Concrete (PCC) Pavement Section ................................................5  6.4 Soluble Sulfates ..........................................................................................................6  6.5 Drilled, Straight-Shaft Piers for Bridge Structure ......................................................6  6.6 Lateral Earth Pressures ..............................................................................................8  6.7 Seismic Considerations ............................................................................................10  6.8 Drainage ...................................................................................................................10  7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS ..........10  7.1 Site Preparation and Grading ...................................................................................10  7.2 Foundation Excavations ...........................................................................................12  7.3 Fill Compaction ........................................................................................................13  7.4 Groundwater .............................................................................................................14  8.0 LIMITATIONS .................................................................................................................15  APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figures 1 B-1 Methods of Laboratory Testing Swell Test Data – Figure 2 Lime Series Data – Figures 3A and 3B Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. G151648-revised 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 site with respect to formulation of appropriate geotechnical design parameters for construction services. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. 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 subsurface conditions 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 remove the existing pavement on Freeport Parkway (between Dividend and West Bethel Road) in Coppell, Texas and replace with new pavement. The new pavement is planned to be constructed with Portland cement concrete (PCC). For purposes of this investigation, we have assumed cuts and fills of 2 ft or less to establish the subgrade level for the new pavement. It is also proposed to construct a new bridge for Freeport Parkway near its intersection with Fritz Drive over Grapevine Creek. It is anticipated the proposed bridge will be supported using a drilled pier foundation system. A site plan illustrating the general alignment of Freeport Parkway is provided as Figure 1, the Boring Location Plan, in the Appendix of this report. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of eight (8) test borings in general accordance with ASTM D 420 using standard rotary drilling equipment. Borings 1 through 6 associated with the new pavement were drilled to a depth of about 10 ft each. The ALPHA Report No. G151648-revised 2 existing pavement structure at Borings 1 through 6 was cored prior to drilling the borings. Borings 7 and 8 associated with the new bridge were drilled to depths of 60 ft and 70 ft, respectively. The approximate location of each test boring is 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 sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretations of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs 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 in providing recommendations for foundation design and earthwork construction. 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 either on Log of Boring sheets or on summary data sheets also enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on the Geological Atlas of Texas (Dallas Sheet) from the Texas Bureau of Economic Geology, published by the University of Texas at Austin, the project site is located within the Eagle Ford formation. The Eagle Ford Formation generally consists of shale. Residual soils of the Eagle Ford generally consist of highly plastic clays and shaly clays. The residual soils of the Eagle Ford have high seasonal shrink-swell potential with changes in soil moisture content. The six (6) PCC pavement cores performed at Borings 1 through 6 along Freeport Parkway were about 7¾ to 10 inches thick. Within the 70-ft maximum depth explored on the site, subsurface materials consist generally of sandy clay and clay underlain by deeper shale. The upper 2 ft to 6 ft of clay material at Borings 3, 4, 5, 6 and 7 was judged to be fill based on visual examination of the samples obtained. Borings 1 through 6 were terminated in clay soils at a depth of about 10 ft. Gray shale was encountered at a depth of about 32 ft at Borings 7 and 8 and extended to the boring termination depths of 60 ft and 70 ft. Most of the subsurface materials are relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation will 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. ALPHA Report No. G151648-revised 3 During field explorations, free groundwater was encountered on drilling tools at depths of 23 ft and 38 ft and in the open boreholes upon completion at depths of about 38 ft and 42 ft at Borings 7 and 8. Groundwater was not observed in the shallower Borings 1 through 6. However, it is common to detect shallower seasonal groundwater within fill materials, from natural fractures within the clayey matrix, near the soil/rock (shale) interface, or from fractures in the rock, 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 Log of Boring sheets 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 conditions encountered at the boring locations. If project criteria should change, including the location of the bridge, 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. Based on Standard Construction Details from the City of Coppell for a Four-Lane Divided Thoroughfare (Standard Detail 2020 and 2195), City of Coppell standards require a Portland cement concrete (PCC) pavement section with a thickness of at least 8 inches and a minimum compressive strength of at least 3,600 psi. Additionally, a lime stabilized subgrade at least 8 inches thick (initial mix) is required below the pavement section per City of Coppell standards. 6.1 Pavement Subgrade Preparation-Lime Stabilization For the new roadway at Freeport Parkway, we have assumed cuts and fills of 2 ft or less to establish final grades. Following final grading, the exposed subgrade material within the study area will consist primarily of clayey soils. Fill material used for grading will likely consist of on-site clayey soils obtained during grading operations. Pavement placed at final grades as discussed above could experience soil-related potential seasonal movements of up to about 6 inches or more. These potential movements were estimated in general accordance with methods outlined by TxDOT Test Method Tex-124-E, the results of swell tests, and engineering judgment and experience. Estimated movements were calculated 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. After achieving final subgrade elevation along the proposed roads, the exposed surface of the final pavement subgrade clay soils (PI greater than about 15) should be scarified to a depth of 8 inches and mixed with a minimum 6 percent hydrated lime ALPHA Report No. G151648-revised 4 (by dry soil weight) (City of Coppell standards) in conformance with TxDOT Standard Specifications Item 260. Assuming an in-place unit weight of 100 pcf for the pavement subgrade soils, this percentage of lime equates to about 36 lbs of lime per sq yard of treated subgrade. It is likely some areas of the pavement subgrade will require higher percentages of hydrated lime. The actual amount of lime required should be confirmed by additional laboratory tests (ASTM C 977 Appendix XI) prior to construction. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. Lime stabilization procedures should extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. Lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork will have the same potential for movement as slabs constructed directly on the existing undisturbed soils. Therefore, good perimeter surface drainage with a minimum slope of 2 percent away from the pavement is recommended. The use of sand as a leveling course below pavement supported on expansive clays should be avoided. Normal maintenance of pavement should be expected over the life of the structures. California Bearing Ratio (CBR) tests were not performed for this specific project, but our previous experience with similar soils indicates the CBR value for lime stabilized clayey material will be at least 10 whereas the CBR value for natural untreated clayey material could be about 3 to 10. 6.2 Alternate Pavement Subgrade Preparation - Flexible Base Material In lieu of lime stabilization discussed in Section 6.1, flexible base material may be used for subgrade improvement. Flexible base material used for subgrade improvement beneath the pavement structure should be at least 8 inches thick. The flexible base material should meet TxDOT Standard Specifications Item 247, Type A, Grade 1 or 2. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D 698) and within three percentage points above or below the material's optimum moisture content. ALPHA Report No. G151648-revised 5 6.3 Portland Cement Concrete (PCC) Pavement Section 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 section. Compressive strength of concrete 3,600 psi at 28 days Modulus of Elasticity 4,050,000 psi Modulus of Rupture 600 psi Modulus of Subgrade Reaction 230 pci (lime stabilized subgrade) Load Transfer Co-efficient 3.1 Drainage Co-efficient 1.0 Initial Serviceability 4.5 Terminal Serviceability 2.5 Standard Deviation 0.35 Reliability 85 percent Design Life 20 years Annual Growth Rate 0 percent Traffic data collected on Freeport Parkway between Dividend and Wrangler Drive on February 7, 2017 was provided by the Client. The vehicles per day consisted of about 8,600 cars and 700 heavy vehicles in each direction. Heavy vehicles are considered to be trucks weighing up to 80-kips. Please note; the number of vehicles per day could vary on different portions of Freeport Parkway and on different days from which the traffic data was collected. Based on pavement design parameters and vehicles per day as outlined above, a minimum 11 inch thick PCC pavement section is recommended for the new Freeport Parkway. The concrete should be placed over 8 inches of improved soil subgrade or flexible base material as recommended in Sections 6.1 or 6.2 of this report, above. This pavement and improved soil subgrade section meets the minimum City of Coppell standards for a Four-Lane Divided Thoroughfare. Concrete should be designed with 5 ± 1 percent entrained air. Joints in concrete paving should not exceed 15 ft. Reinforcing steel for concrete pavement could consist of No. 4 bars at 18 inches on center in each direction. Alternately, subgrade improvement as discussed in Sections 6.1 and 6.2 (lime stabilization or flexible base material) of the pavement subgrade could be eliminated by increasing the corresponding PCC thickness presented in pavements sections above by 1 inch. Prior to construction of pavement on untreated subgrade soil, the exposed subgrade should be scarified to a depth of at least 6 inches and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the materials optimum moisture content. This alternate should be submitted to the City of Coppell Engineer for approval. ALPHA Report No. G151648-revised 6 6.4 Soluble Sulfates A total of three (3) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (EPA Method 9098) are tabulated below. Soluble Sulfates Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 2 0-2 Dark Brown Sandy Clay <50 3 2-4 Brown and Dark Brown Sandy Clay <50 4 6-8 Brown Clay 65 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low. It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. 6.5 Drilled, Straight-Shaft Piers for Bridge Structure Our findings indicate the structural frame, abutments, and walls for the proposed new bridge could be supported using a system of drilled, straight-shaft piers bearing in gray shale. These piers should bear at least 3 ft into the underlying gray shale. Gray shale was encountered in Borings 7 and 8 at a depth of about 32 ft below existing grade. Deeper penetrations will be required to develop skin friction and/or uplift resistance. Based on the conditions encountered in the borings, laboratory testing and our area experience, the following allowable design values are recommended for the bridge structure. TABLE A NET ALLOWABLE END BEARING AND SKIN FRICTION VALUES Material End Bearing (ksf) Skin Friction (Gravity Loads) (ksf) Gray Shale Below a Minimum 3 ft of Penetration 15 2.3 Gray Shale Below 15 ft of Penetration 25 3.5 Skin friction values in the gray shale are applicable only for the portion of the shaft in gray shale below the bottom of any temporary casing used. The minimum clear spacing between adjacent piers should be at least two (2) shaft diameters (based on the largest pier diameter) to develop the full skin friction resistance to gravity loads and uplift loads. Closer spacing will result in reduced skin friction resistance. We should be contacted to review closer pier spacing on a case-by-case basis. The above bearing capacity contains a factor of safety of at least 3 considering a general bearing capacity failure and the skin ALPHA Report No. G151648-revised 7 friction values have a factor of safety of at least 2. Normal elastic settlement of piers under loading is estimated at less than about 1 inch. Each pier should be designed with sufficient full-length reinforcing steel and a sufficient embedment into the gray shale to resist the uplift pressure (soil-to-pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in-place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2 kips per sq ft. This soil adhesion is approximated to act uniformly over the upper 12 ft of the pier shaft in contact with clayey soils. The uplift resistance of each pier can be computed using an allowable uplift skin friction values in Table B below. TABLE B ALLOWABLE UPLIFT SKIN FRICTION VALUES MATERIAL ALLOWABLE UPLIFT SKIN FRICTION, ksf Gray Shale Below a Minimum 3 ft of Penetration 1.8 Gray Shale Below 15 ft of Penetration 2.8 These uplift skin friction values can be assumed to act uniformly over the respective portions of the shaft in the shale. Skin friction values in the gray shale are applicable only for the portion of the shaft in gray shale below the bottom of any temporary casing used. These uplift resistance values have a factor of safety of at least 2. Lateral analysis for drilled piers constructed at the site can be performed using the following design parameters (L-Pile) provided for the site soils in Table C. The lateral resistance of the top portion of the pier shafts (the portion within 12 ft of final grade) should be neglected due to disturbance and potential soil shrinkage. ALPHA Report No. G151648-revised 8 TABLE C DESIGN PARAMETERS FOR L-PILE Material Unit Weight, pci Soil Modulus Parameter, pci Young’s Modulus (Rock Condition), psi Shear Strength, psi Strain at 50% Max Stress, Angle of Internal Friction, deg. Native Clay Soils, Deeper than 12 ft Below Final Grade At Piers 0.033 submerged 100 ---- 5 0.015 0 At Least 3 ft into Shale 0.075 ---- 30,000 75 0.0005* NA *Note: Value for rock is noted as krm for lateral analysis. Note: Rock coring was not performed at this site; however, based on our experience Rock Quality Designation (RQD) for the sandy shale is generally in the range of 30 to 70 percent. All grade beams connecting piers, abutments, and pier caps should be formed and not cast in earthen trenches. Grade beams, abutments, and pier caps should be formed with a nominal 12-inch void at the bottom. Commercially available cardboard box forms (cartons) are made for this purpose. The cardboard cartons should extend the full length and width of the grade beams. Prior to concrete placement, cartons should be inspected to verify they are firm, properly placed, and capable of supporting wet concrete. Some type of permanent soil retainer, such as pre-cast concrete panels, must be provided to prevent soils adjacent to grade beams, abutments, and pier caps from sloughing into the void space at the bottom of the grade beams, abutments, and caps. Additionally, backfill soils placed adjacent to grade beams, abutments and pier caps must be compacted as outlined in Section 7.3 of this report. 6.6 Lateral Earth Pressures Abutment walls and associated wing walls should be designed to resist the expected lateral earth pressures. The magnitude of lateral earth pressure against these walls 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 (ko). Walls should be designed using the equivalent fluid pressures provided in the tables below, considering a triangular distribution and assuming a horizontal ground surface extending backward from the top of the wall (Table D). The equivalent fluid pressures provided do not include a factor of safety. ALPHA Report No. G151648-revised 9 TABLE D LATERAL EARTH PRESSURES Horizontal Ground Surface Extending Backward from the Top of the Wall Material Condition Equivalent Fluid Pressure, pcf Drained Undrained including Hydrostatic Pressure Free Draining Granular Soil Ф=35˚, ϒт =125 pcf At-Rest, ko=0.42 Active, ka=0.27 53 89 34 79 Site Clayey Soil, Ф=15˚, ϒт =120 pcf At-Rest, ko=0.74 Active, ka=0.59 --- 105 --- 96 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 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. The 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 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. Complete drainage of the free draining granular backfill could be provided to prevent the development of hydrostatic pressures behind the wall. A typical drainage system could consist of perforated plastic 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. As a minimum, weep holes should be provided for freestanding walls, although weep holes alone will not be sufficient to prevent occasional buildup of hydrostatic pressure behind the walls. Lightweight, hand-controlled vibrating plate compactors are recommended for compaction of backfill adjacent to walls to reduce the possibility of increases in lateral pressures due to over-compaction. Heavy compaction equipment should not be operated near the walls. Also, compaction of backfill soils behind walls should not exceed 100 percent standard Proctor maximum dry density (ASTM D 698) to further limit lateral earth pressures against walls. The lateral earth pressures above do not include the effects of surcharge loading on the walls. Surcharge loads should be multiplied by the appropriate lateral earth pressure coefficient from Table D above and applied as a uniform lateral load over the full height of the wall. ALPHA Report No. G151648-revised 10 6.7 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 depth. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil and soft rock) for seismic design at this site. 6.8 Drainage Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation and pavement soils. All sidewalks within 5 ft of the structures and pavement should be sloped away from the structures and pavement to prevent ponding of water around the structures and pavement. Final grades within 5 ft of the structure and pavement should be adjusted to slope away from the structures and pavement at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structure and pavement is essential. 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 As discussed, existing fill was encountered in some the borings to depths of about 6 ft below existing grade. Although not encountered at the borings, fill materials can contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. All areas supporting the pavement and areas to receive new fill (if any) 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 ALPHA Report No. G151648-revised 11 probing and testing. Any undesirable material (debris, 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 approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling procedures should be observed routinely by a Professional Engineer, or his designated representative. Unsuitable subgrade 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 re-compacted as outlined in Section 7.3. 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-key width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Slope stability analysis of embankments (natural or constructed) was not within the scope of this study. 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 place 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 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. ALPHA Report No. G151648-revised 12 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. Drilled piers should be excavated and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, drilled pier excavations should be slightly widened and deepened to provide a fresh penetration surface, or a new (deeper) full penetration should be provided for drilled piers. All pier shafts should have a diameter of at least 2 ft or 1/30th the shaft length, whichever is larger, to facilitate clean-out of the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or equivalent. Placement of concrete should be vertical through the center of the shaft without hitting the sides of the pier or reinforcement to reduce the possibility of segregation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avoid potential honey-combing. Observations during pier drilling should include, but not necessarily be limited to, the following items: Verification of proper bearing strata and consistency of subsurface stratification with regard to boring logs, Confirmation the minimum required penetration into the bearing strata is achieved, Complete removal of cuttings from bottom of pier holes, Proper handling of any observed water seepage and sloughing of subsurface materials, No more than 2 inches of standing water should be permitted in the bottom of pier holes prior to placing concrete, and Verification of pier diameter and steel reinforcement. Groundwater was encountered in Borings 7 and 8 at depths of about 23 to 42 ft. It is common to detect shallower seasonal groundwater particularly during or after periods of precipitation. Temporary casing may be necessary to prevent sloughing of soils during pier drilling operations and to control water seepage as encountered in the borings. Casing should be seated in the clayey soils or gray shale below the depth of ALPHA Report No. G151648-revised 13 seepage, and all water and loosened material should be removed from the cased excavation before starting the design penetration. As casing is extracted, care should be taken to maintain a positive head of plastic concrete and minimize the potential for intrusion of water seepage. ALPHA should be contacted for further evaluation and recommendations if groundwater seepage or caving soils are encountered. In some cases it may not be possible to effectively seal off groundwater seepage with the use of temporary casing. If groundwater cannot be controlled by the use of casing, underwater placement of pier concrete will be considered. Special mix designs are usually required for tremied or pumped concrete. Proper concreting procedures should include placement of concrete from the bottom to the top of the pier using a sealed tremie or pumped concrete. The tremie should be maintained at least 5 ft into the wet concrete during placement. It is recommended a separate bid item be provided for casing and underwater concrete placement on the contractors' bid schedule. Although not encountered at the borings, uncontrolled fill can contain concrete, rubble, and other debris that could cause obstruction to pier installation. The pier drilling contract should contain provision for penetration or removal of obstructions. 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. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. 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 98 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. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/or wall backfill. 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. Density tests should be performed at a frequency of 1 test per 5,000 sq ft in pavement and bridge areas. ALPHA Report No. G151648-revised 14 7.4 Groundwater Groundwater was encountered at depths of 23 ft 42 ft at Borings 7 and 8. Based on our experience with similar soils; however, seasonal groundwater seepage could be encountered in excavations for utility conduits and other general excavations at this site. The risk of encountering seepage increases with the 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 in relatively shallow excavations. In any areas where cuts are made to establish final grades, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. In this case, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de-watering devices should be carefully addressed during construction. Our office could be contacted to visually observe the final grades to evaluate the need for such drains. ALPHA Report No. G151648-revised 15 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 same. 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 in 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 and 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. APPENDIX ALPHA Report No. G151648-revised A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of eight (8) 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. 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. Texas Department of Transportation Texas Cone Penetration (TCP) tests were completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for 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 Log of Boring sheets as “TX Cone” (reference: TxDOT Test Method TEX 132-E). Logs of all borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. ALPHA Report No. G151648-revised B-1 METHODS OF LABORATORY TESTING Representative samples were inspected 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), Atterberg-limit tests (ASTM D 4318), the percent material passing the No. 200 sieve and dry unit weight determinations 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 soil shear strength. Results of all laboratory tests described above are provided on the accompanying Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clay soils 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. Lime series tests were also performed from the soil samples at Boring 2, 0-2 ft and Boring 4, 6-8 ft as shown on Figures 3A and 3B . Swell Test Data Figure 2 SWELL TEST DATA 77 88 59 314 94 98 98 92 70 -- 66 61 24 -- 24 22 46 -- 42 37 26% 23% 21% 25% 30% 27% 30% 28% 2.0% 1.7% 7.2% 0.0% Liquid Limit Final Moisture Content Initial Moisture Content Plastic Limit Plasticity Index Dry Unit Weight, pcf Free Swell Boring No. Average Depth, ft Geotechnical Exploration Freeport Parkway New Street and Bridge Freeport Parkway between Dividend and West Bethel Road Coppell, Texas Alpha Project No. G151648 Geotechnical Construction Materials Environmental TBPE Firm No. 813 2209 Wisconsin St. Suite 100 Dallas, Texas 75229 Tel: 972.620.8911 Fax: 972.620.1302 www.alphatesting.com Dallas • Ft. Worth • San Antonio ATTERBERG-LIMITS LIME SERIES 0 5 10 15 20 25 30 35 40 45 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% PERCENT HYDRATED LIME PL A S T I C I T Y I N D E X SAMPLE NO.: 1 DESCRIPTION: Dark Brown Sandy Clay LOCATION: BORING 2 (0-2 ft) CLIENT: J. Volk Consulting, Inc. Richardson, TX TBPE Firm No. 813 LABORATORY TEST: LIME SERIES DATA FIGURE – 3A PROJECT NAME: Freeport Parkway Coppell, Texas ALPHA PROJECT NO.: G151648 DATE: Geotechnical Construction Materials Environmental TBPE Firm No. 813 2209 Wisconsin St. Suite 100 Dallas, Texas 75229 Tel: 972.620.8911 Fax: 972.620.1302 www.alphatesting.com Dallas • Ft. Worth • San Antonio ATTERBERG-LIMITS LIME SERIES 0 5 10 15 20 25 30 35 40 45 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% PERCENT HYDRATED LIME PL A S T I C I T Y I N D E X SAMPLE NO.: 2 DESCRIPTION: Brown Clay LOCATION: BORING 4 (6-8 ft) CLIENT: J. Volk Consulting, Inc. Richardson, TX TBPE Firm No. 813 LABORATORY TEST: LIME SERIES DATA FIGURE – 3B PROJECT NAME: Freeport Parkway Coppell, Texas ALPHA PROJECT NO.: G151648 DATE: 17 22 24 23 21 51 55 20 35 9" CONCRETE PAVEMENT Dark Brown SANDY CLAY Brown CLAY with sand TEST BORING TERMINATED AT 10 FT 0.8 8.0 10.0 100 4.25 3.0 3.0 3.0 4.0 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:1 31 31 28 25 27 59 50 19 31 10" CONCRETE PAVEMENT Dark Brown SANDY CLAY Brown CLAY with calcareous nodules TEST BORING TERMINATED AT 10 FT 0.8 8.0 10.0 95 2.5 2.75 3.5 3.0 3.0 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:2 35 34 34 31 27 57 56 21 35 8" CONCRETE PAVEMENT Brown and Dark Brown SANDY CLAY-FILL Brown CLAY with sand Reddish Tan and Gray CLAY with sand TEST BORING TERMINATED AT 10 FT 0.7 6.0 8.0 10.0 2.5 2.75 3.5 3.0 3.0 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:3 40 29 28 28 26 75 78 27 51 8" CONCRETE PAVEMENT Dark Brown SANDY CLAY-FILL Dark Brown SANDY CLAY Dark Brown CLAY Brown CLAY with sand Reddish Tan and Gray CLAY TEST BORING TERMINATED AT 10 FT 0.7 2.0 4.0 6.0 8.0 10.0 3.0 3.0 3.5 3.5 4.25 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:4 36 37 36 35 36 25 73 64 78 24 25 40 53 9 1/4" CONCRETE PAVEMENT Brown and Gray CLAYEY SAND TO SANDY CLAY-FILL Reddish Tan and Gray CLAY with sand TEST BORING TERMINATED AT 10 FT 0.8 2.0 10.0 88 4.5+ 1.0 1.5 2.0 2.5 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:5 30 31 33 30 30 73 26 47 7 3/4" CONCRETE PAVEMENT Brown SANDY CLAY- FILL Dark Brown CLAY with sand Brown CLAY with sand TEST BORING TERMINATED AT 10 FT 0.6 2.0 8.0 10.0 91 4.0 3.5 3.5 4.0 3.25 2.0 .None After Drilling (ft):.Dry . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:8/26/2015 End Date:8/26/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in): Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft): Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:6 19 26 26 25 23 20 78 70 24 46 100/ 5" 100/ 4.75" 100/ 3.75" 100/ 2" 100/ 2" 100/ 3" Dark Brown and Brown CLAY-FILL Dark Brown CLAY Brown CLAY Tan and Gray CLAY Gray SHALE with limestone seams TEST BORING TERMINATED AT 60 FT 3.0 9.0 13.0 32.0 60.0 110 4.5+ 4.5+ 3.5 4.25 4.5 3.5 3.25 3.25 3.75 . After Drilling (ft):42. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:9/15/2015 End Date:9/15/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in):170 / 24 Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft):23 Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:7 21 23 21 22 27 23 82 72 66 61 24 22 42 39 100/ 5.25" 100/ 5.25" 100/ 2.5" 100/ 1.5" 100/ 1" 100/ 3" 100/ 3" 100/ 3" Dark Brown CLAY with calcareous nodules Brown CLAY with calcareous nodules Tan and Gray CLAY -shale seams below 23' Gray SHALE TEST BORING TERMINATED AT 70 FT 2.0 11.0 32.0 70.0 100 103 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 2.0 3.0 4.0 4.5+ 5.0 1.5 . After Drilling (ft):38. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G151648 Location:Coppell, Texas Wa t e r C o n t e n t , % % P a s s i n g No . 2 0 0 S i e v e Li q u i d L i m i t Pl a s t i c L i m i t Pl a s t i c i t y I n d e x Gr a p h i c L o g North: TX C o n e o r S t d . Pe n . ( b l o w s / f t , i n ) Re c o v e r y % RQ D Sa m p l e T y p e MATERIAL DESCRIPTION West:Start Date:9/15/2015 End Date:9/15/2015 Project:Freeport Parkway and Bridge Client:J. Volk Consulting, Inc. Hammer Drop (lbs / in):170 / 24 Surface Elevation: Un i t D r y W e i g h t (p c f ) De p t h , f e e t 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):Po c k e t Pe n e t r o m e t e r ( t s f ) On Rods (ft):38 Un c o n f i n e d C o m p . St r e n g t h ( t s f ) Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:8 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT