Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ST22-01 Royal Lane-CN220524
CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SOUTH ROYAL LANE From W SANDY LAKE RD TO HWY 635 THE CITY OF COPPELL Bid No. Q-0825-01 Project No. ST 22-01 TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form/Proposal/Bid Schedule 1-21 Prevailing Wage Rates 1-36 Bid Affidavit 1-37 Conflict of Interest 1-39 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-7 Instructions for Bonds 2-8 Performance Bond 2-9 Payment Bond 2-11 Maintenance Bond 2-13 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 to the NCTCOG General Provisions Section 4 - Specific Project Requirements Section 5 - Description of Pay Items Section 6 - Technical Specifications City of Coppell Project Sign TXDOT Standard Specifications TXDOT Special Specifications TXDOT Departmental Material Specifications ADA Solutions Tactile Warning Surfacing NDS Root Barrier Thinning of Tree Canopy Section 7 - Standard Forms Contractor’s Application for Payment 7-1 Contractor’s Lump Sum Worksheet 7-2 Contractor’s Unit Price Worksheet 7-3 Contractor’s Stored Materials Worksheet 7-4 Certificate of Substantial Completion 7-5 Work Change Directive 7-6 Change Order 7-7 Field Order 7-8 APPENDIX A – Geotechnical Report 1-4 SECTION 1 BIDDING DOCUMENTS 1-5 NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of South Royal Lane from W Sandy Lake Road to Highway 635 (Project No. ST 22-01). This work shall consist of approximately 10,300 linear feet of full-depth pavement replacement, 7,500 square yards of sidewalk construction, 4,400 linear feet of storm sewer pipe replacement, 430 linear feet of sanitary sewer pipe replacement, sanitary sewer manhole replacements, approximately 18,000 linear feet of conduit for lighting, and 45 new street lights. Work shall include replacement of fire hydrants where shown on the plans, however existing water pipes shall remain. Digital copies of the bidding documents can be downloaded at www.bidnetdirect.com. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder’s list. Sealed bids addressed to the Procurement Agent, City of Coppell, Texas, for the Reconstruction of South Royal Lane from W Sandy Lake Rd. to Highway 635 (Project No. ST 22-01) will be received in the Procurement Office at the City of Coppell Town Center, 255 E. Parkway Boulevard, Coppell, Texas, until 2:00 p.m. on Thursday, August 21, 2025. Each Bidder shall submit one digital media copy and one hard copy of this bid with the City of Coppell Bid No. Q-0825-01 designated clearly on the exterior of the bid envelope. A Non-Mandatory Pre-Bid Conference has been scheduled for this project at the Coppell City Hall (255 E. Parkway Boulevard, Coppell TX 75019) at 2:00 p.m. on Thursday, August 14, 2025. Attendance at the Pre-Bid Conference is not mandatory but strongly encouraged. Virtual attendance of the Pre-Bid Conference will be available via a Zoom meeting. Please contact Jennifer Cook, Procurement Services, at jennifer.cook@coppelltx.gov to receive a Zoom meeting invitation for the Pre-Bid. Please ensure that the request is made, no later than, the day before the meeting. Same day requests may not be fulfilled. 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. 1-6 BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word “Owner” or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word “Engineer” or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc. 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 approximately 10,300 linear feet of full-depth pavement replacement, 7,500 square yards of sidewalk construction, 4,400 linear feet of storm sewer pipe replacement, 430 linear feet of sanitary sewer pipe replacement, sanitary sewer manhole replacements, approximately 18,000 linear feet of conduit for lighting, and 45 new street lights. Work shall include replacement of fire hydrants where shown on the plans, however existing water pipes shall remain. 3. Copies of Bidding Documents. 3.1 Digital copies of the bidding documents can be downloaded at www.bidnetdirect.com. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder’s list. 1-7 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. Bidders are subject to disqualification if they fail to provide evidence within the five day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to City Engineer, City of Coppell, 265 E. Parkway Boulevard, Coppell, Texas. The City reserves to right to conduct site/yard visits to the Bidders’ place of business, yard sites or current project sites. 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 1-8 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 $2,000,000 d. Projects must be for roadways 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. Project owner references shall be included h. Copy of actual project schedule used during construction 2. Sanitary Sewer Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex c. Total Construction Cost for sanitary sewer and related improvements of at least $500,000 d. Projects must include replacement of 8” to 16” water and sewer mains e. Scope of work consisting of similar items and quantities including fittings, hydrants, valves, meters, PVC sewer mains, and manholes f. Project start date and completion date must be provided g. Project owner references shall be included h. 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, a collector roadway reconstruction project with paving related improvements of at least $2,000,000 which also included sewer replacement of at least $500,000 may be listed in both categories. C. Key Personnel Resumes. 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, superintendent and foreman who will be assigned to the project. 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. The City reserves the right to conduct equipment verifications. F. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public 1-9 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 W Sandy Lake Road or Highway 635. 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. Information includes, but is not limited to, locations of irrigation systems, franchise utilities, and other underground utilities. 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 1-10 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 All work shall be completed in accordance with the recommendations of the geotechnical study performed by Alliance Geotechnical Group Testing dated October 12, 2022; Report No. DE22-089 included in Appendix A of this document. 6.4 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. 6.5 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. 6.6 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. 6.7 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 Procurement Agent. Interpretations or clarifications considered necessary by the Procurement Agent in response to such questions will be issued by Addenda will be posted to BidNetDirect. The deadline for submitting questions shall be Monday, August 18, 2025 at 2:00pm. 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 1-11 advisable by the Owner. 8. Intentionally Omitted. 9. 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. 10. Subcontractors, Suppliers, and Others. 10.1 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. 10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1-12 11. Bid Proposal. 11.1 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. 11.2 Electronic Bids. Bidders may not use their own computer generated bid forms. Bidders must use the bid form provided in the bidding documents. An electronic version of the Bid Proposal in Excel format has been provided on BidNetDirect. Use of this form shall be at the Bidder’s risk. Any modifications by Bidder to the content of the bid form (other than unit prices and other information required to complete the bid) may result in rejection of bid. 11.3 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. 12. 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. 13. 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 1-13 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. 14. Submission of Bids. Bids will be received by the Procurement Agent, and shall be submitted to the Procurement Office at the City of Coppell Town Center, 255 E. Parkway Boulevard, Coppell, Texas 75019 until 2:00 p.m. on Thursday, August 21, 2025, and then publicly opened and read aloud in-person and via a Zoom meeting. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-0825-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: South Royal Lane from W Sandy Lake Rd. to Hwy 635 (Project No. ST 22-01)” on the face of it and addressed to the Procurement Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 15. Modification and Withdrawal of Bids. 15.1 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. 15.2 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. 16. 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 (as determined by Owner) 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 575 Calendar Days for the time of completion will be rejected. 1-14 17. 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. 18. Contract Time. 18.1 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. 18.2 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. 18.3 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. 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 total 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 $1,500.00. 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 $600,000.00. A more detailed explanation of the incentive/liquidated damages provision is given in Item 20 (below). 1-15 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all formalities 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. 1-16 20.1 Time of Completion. The maximum time of completion that will be allowed for the construction of South Royal Lane From W Sandy Lake Road to Highway 635 is 575 calendar days. A contract time bid of more than 575 days will be considered nonresponsive and, therefore, rejected. 20.2 Liquidated Damages. Failure to complete construction within the established number of calendar days, plus any additional calendar days granted, will result in liquidated damages being assessed for every calendar day in excess of the stated number. 20.3 Credit for Completion of Work Ahead of Time. Should the Contractor complete construction under the number of calendar days specified in the contract, a credit in the amount of the incentive per calendar day (equal to the liquidated damage rate) for the number of calendar days under the number stipulated in the proposal, plus any additional ca lendar days that may be granted. This credit will be added to the money due or to become due the Contractor under the contract. 20.4 Contract Completion. Contract Completion will be defined as occurring when all work shown in the plans and required under the contract has been completed and accepted by the Owner. Liquidated damages of $1,500 per calendar day shall also apply for any work that exceeds the total number of contract calendar days (“Original Contract Time” plus any additional days granted by change order). There is no maximum for liquidated damages. Additional provisions for the incentive/liquidated damages are set forth in Item 1.6 of the Specific Project Requirements (Section 4). 20.5 Maximum Incentive. The maximum incentive available is $600,000. 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. 1-17 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 using the Change Order Form included in Section 7. 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. 1-18 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 7:00 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. Overnight Work. Contractor shall be permitted to perform work overnight for certain elements of construction including utility crossings, storm drain repairs, utility connections, concrete paving and other elements as deemed acceptable by the City and its ordinances. Overnight work may include complete closure of Royal Lane between 10:00 p.m. and 6:00 a.m. Each overnight closure will require a request to the City at least 7 days in advance, along with a traffic control plan, detour plan and work zone lighting plan. Notice time will reset if weather impacts a planned closure. All overnight cost incurred by the City for inspection services and any overnight cost incurred by the testing laboratory shall be paid by the Contractor. The pay rate for overnight inspection charges will be $54 / hr. 34. 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. Application for Payment shall be prepared using the form included in Section 7. 1-19 35. 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. Contractor shall also document each irrigation system prior to construction. Refer to Bid Item for “Pre- Project Video Survey” for additional information. 36. 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. 37. Bonds Performance, Payment, and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-20 BID FORM PROJECT IDENTIFICATION: South Royal Lane From W Sandy Lake Road to Highway 635 Project No. ST 22-01 Coppell, Texas BID OF DATE (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Procurement Agent 255 E. Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-0825-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: Rec'd: 1-21 (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. 1-22 (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): Section 1 - Bidding Requirements - Page 1 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - UNIVERSAL 1 MOBILIZATION 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 2 PROJECT SIGN 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 3 PROJECT COMMUNICATION 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 4 PRE-PROJECT VIDEO SURVEY 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 5 POST-PROJECT VIDEO SURVEY 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 6 FURNISH, INSTALL, MAINTAIN & REMOVE EROSION CONTROL DEVICES 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 7 FURNISH, INSTALL & MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & DETOURS 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 8 RIGHT OF WAY PREPARATION 102 STA Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A - UNIVERSAL $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 2 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - DEMOLITION & EARTHWORK 9 REMOVE AND DISPOSE OF EXISTING CONCRETE PAVEMENT (TO INCLUDE ASPHALT OVERLAY) 79688 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 10 UNCLASSIFIED EXCAVATION 13490 CY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 11 REMOVE AND DISPOSE OF STREET LIGHT 47 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 12 REMOVE AND RESET CITY FIBER OPTIC STRUCTURE 4 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 13 PORTABLE CHANGEABLE MESSAGE SIGN 4 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 14 REMOVE AND RESET STREET SIGNS 99 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – DEMOLITION & EARTH WORK $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 3 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - SANITARY SEWER IMPROVEMENTS 15 REMOVE EXISTING SANITARY SEWER MANHOLE 25 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 16 REMOVE EXISTING SANITARY SEWER PIPE 427 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 17 5' DIAMETER SANITARY SEWER MANHOLE 25 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 18 10" PVC SDR-26 SANITARY SEWER PIPE 427 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 19 TRENCH SAFETY FOR SANITARY SEWER (UP TO 22-FEET) 427 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – SANITARY SEWER IMPROVEMENTS $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 4 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - WATER IMPROVEMENTS 20 REMOVE AND RELOCATE WATER METER 6 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 21 REMOVE EXISTING FIRE HYDRANT 25 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 22 STANDARD FIRE HYDRANT ASSEMBLY 25 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 23 ADJUST EXISTING WATER VALVE BOX TO GRADE 71 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 24 ADJUST WATER METER BOX TO GRADE 11 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 25 WATER LINE LOWERING ALLOWANCE (ONLY USED WHEN DIRECTED BY CITY) 49 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 26 ADJUST EXISTING WATER MANHOLE TO GRADE 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – WATER IMPROVEMENTS $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 5 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - DRAINAGE IMPROVEMENTS 27 REMOVE EXISTING SMALL CURB INLET (5') 10 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 28 REMOVE EXISTING LARGE CURB INLET MAJOR (10'-20') 40 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 29 REMOVE EXISTING GRATE INLET 4 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 30 REMOVE AND REPLACE RECESSED CURB INLET TOP 5 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 31 REMOVE AND DISPOSE OF EXISTING STORM DRAIN PIPE (18"-96" RCP) 1087 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 32 REMOVE AND DISPOSE OF EXISTING 6' X 3' RCB 199 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 33 ADJUST EXISTING STORM MANHOLE RIM TO GRADE 10 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 34 GRATE INLET 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 35 5' CURB INLET 3 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 36 10' CURB INLET 68 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 37 15' CURB INLET 12 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 38 20' CURB INLET 7 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 39 5' WYE INLET 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 40 TEMPORARY 18" HDPE STORM DRAIN 69 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ Section 1 - Bidding Requirements - Page 6 - Bid Form 41 18" RCP STORM DRAIN 1970 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 42 21" RCP STORM DRAIN 37 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 43 24" RCP STORM DRAIN 786 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 44 27" RCP STORM DRAIN 190 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 45 30" RCP STORM DRAIN 173 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 46 48" RCP STORM DRAIN 152 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 47 66" RCP STORM DRAIN 34 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 48 72" RCP STORM DRAIN 301 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 49 90" RCP STORM DRAIN 101 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 50 96" RCP STORM DRAIN 210 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 51 6' X 3' RCB STORM DRAIN 197 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 52 SLOPED HEADWALL 3 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 53 6' X 6' JUNCTION BOX 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 54 TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS 4220 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ Section 1 - Bidding Requirements - Page 7 - Bid Form SUBTOTAL AMOUNT BID - BASE BID A – DRAINAGE IMPROVEMENTS $ (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 8 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - PAVING IMPROVEMENTS 55 12" REINFORCED CONCRETE ROADWAY PAVEMENT (4,000 PSI) 72779 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 56 12" REINFORCED CONCRETE DRIVEWAY PAVEMENT (4,000 PSI) 5028 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 57 12" REINFORCED STAMPED CONCRETE PAVEMENT FOR ROADWAY 1489 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 58 6" REINFORCED STAMPED CONCRETE PAVEMENT FOR MEDIAN NOSE 744 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 59 6" REINFORCED CONCRETE MEDIAN NOSE 860 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 60 4" REINFORCED CONCRETE SIDEWALK/ HIKE AND BIKE TRAIL (ALL WIDTHS) 7382 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 61 6" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 950 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 62 10" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 262 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 63 12" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 160 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 64 14" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 16 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 65 15" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 6 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 66 24" TALL CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 32 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 67 24"-0" TALL TRANSITION FOR CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 8 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 68 6"-24" TALL TRANSITION FOR CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 13 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ Section 1 - Bidding Requirements - Page 9 - Bid Form 69 6"-12" TALL TRANSITION FOR CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 7 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 70 6"-14" TALL TRANSITION FOR CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 21 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 71 0"-10" TALL TRANSITION FOR CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK/TRAIL (CAST-IN-PLACE) 8 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 72 BARRIER FREE RAMPS (SINGLE DIRECTIONAL) 60 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 73 BARRIER FREE RAMPS (DUAL DIRECTIONAL) 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 74 8" CEMENT STABILIZED SUBGRADE 81682 SY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 75 CEMENT FOR STABILIZATION 2369 TON Complete in Place, for the Sum of Dollars and Cents per unit $ $ 76 PAVEMENT STRIPING AND MARKINGS 106 STA Complete in Place, for the Sum of Dollars and Cents per unit $ $ 77 TXDOT METAL BEAM GUARD FENCE 75 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 78 TREE ROOT BARRIER 7808 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 79 HMAC CRACK SEAL REPAIR 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A - PAVING IMPROVEMENTS - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 10 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - LANDSCAPE AND IRRIGATION IMPROVEMENTS 80 REMOVAL AND DISPOSAL OF EXISTING TREE 58 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 81 RESTORE PARKWAYS, MEDIANS, AND DISTURBED AREAS 102 STA Complete in Place, for the Sum of Dollars and Cents per unit $ $ 82 CONCRETE MOWSTRIP 12" 741 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 83 ARIZONA COBBLE RIVER ROCK 3564 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 84 BOULDER TYPE "A" 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 85 BOULDER TYPE "B" 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 86 BOULDER TYPE "C" 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 87 BOULDER TYPE "D" 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 88 RED YUCCA 3G 26 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 89 LINDHEIMER'S MUHLY 5G 216 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 90 SPINELESS PRICKLY PEAR 7G 20 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 91 BLUE GRAMA 1G 419 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 92 DECOMPOSED GRANITE 8974 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 93 BED PREPARATION 7848 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ Section 1 - Bidding Requirements - Page 11 - Bid Form 94 MULCH 4815 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 95 FERTILIZERS 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 96 REMOVE & DISPOSE OF 6" EXISTING SOIL (SHRUB BED AREAS) 145 CY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 97 REMOVE & DISPOSE OF 4" EXISTING SOIL (DECOMPOSED GRANITE BED AND ARIZONA COBBLE RIVER ROCK AREAS) 154 CY Complete in Place, for the Sum of Dollars and Cents per unit $ $ 98 IRRIGATION SYSTEM (IN MEDIANS) 7848 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 99 RESTORE IRRIGATION SYSTEM IN PARKWAY 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – LANDSCAPE AND IRRIGATION IMPROVEMENTS $ (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 12 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - LIGHTING IMPROVEMENTS 100 CONSTRUCT LUMINAIRE POLE FOUNDATION 45 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 101 INSTALL LUMINAIRE POLE (INSTALL ONLY) 45 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 102 2" GRAY PVC CONDUIT (SCHEDULE 80) (TRENCH) 7885 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 103 2" GRAY PVC CONDUIT (SCHEDULE 80) (BORE) 2465 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 104 3" GRAY PVC CONDUIT (SCHEDULE 80) (TRENCH) 5700 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 105 3" GRAY PVC CONDUIT (SCHEDULE 80) (BORE) 1825 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 106 ELECTRIC CONDUCTOR (8 AWG)(BARE) 11915 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 107 ELECTRIC CONDUCTOR (8 AWG)(INSULATED) 13060 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 108 ELECTRIC CONDUCTOR (6 AWG)(INSULATED) 6020 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 109 ELECTRIC CONDUCTOR (4 AWG)(INSULATED) 1910 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 110 ELECTRIC CONDUCTOR (2 AWG)(INSULATED) 2840 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 111 GROUND BOX (TYPE D) (162922) W/APRON 32 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 112 GROUND BOX (TYPE D) (BREAK-IN) (162922) W/APRON 3 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 113 UPGRADE EXISTING ELECTRICAL SERVICE 2 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 114 ELC SRV TY D 120/240 060(NS)GS(E)PS(U) 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – LIGHTING IMPROVEMENTS $ (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 13 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - TRAFFIC SIGNAL IMPROVEMENTS 115 DRILL SHAFT (TRAFFIC SIGNAL POLE) (24 INCH) 18 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 116 3" GRAY PVC CONDUIT (SCHEDULE 80) (TRENCH) 90 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 117 ELECTRIC CONDUCTOR (6 AWG)(BARE) 120 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 118 ALUMINUM SIGNS (TY A) 16 SF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 119 INSTALL HIGHWAY TRAFFIC SIGNAL (UPGRADE) 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 120 PEDESTRIAN SIGNAL HEAD (COUNTDOWN) 4 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 121 TRAFFIC SIGNAL CABLE (TYPE A)(12 AWG)(7 CONDUCTOR) 530 LF Complete in Place, for the Sum of Dollars and Cents per unit $ $ 122 PEDESTRIAN SIGNAL POLE ASSEMBLY 3 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 123 PEDESTRIAN DETECTOR PUSH BUTTON (STANDARD) 4 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 124 PEDESTRIAN DETECTOR CONTROL UNIT 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 125 REMOVE AND RELOCATE EXISTING PEDESTRIAN SIGNAL POLE 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – TRAFFIC SIGNAL IMPROVEMENTS $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 14 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - MISCELLANEOUS 126 ESTABLISH CITY BENCHMARK 1 EACH Complete in Place, for the Sum of Dollars and Cents per unit $ $ 127 FRANCHISE UTILITY COORDINATION 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ 128 FRANCHISE UTILITY ADJUSTMENTS 1 LS Complete in Place, for the Sum of Dollars and Cents per unit $ $ SUBTOTAL AMOUNT BID - BASE BID A – MISCELLANEOUS $ - (SUBTOTAL Amount Bid, Numerical Value) Dollars and Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. Section 1 - Bidding Requirements - Page 15 - Bid Form Item Name of Pay Item with Est. Unit Price SUBTOTAL Price No. Unit Price in Words Quantity Unit BASE BID A - PROJECT ALLOWANCES X-1 PROJECT ALLOWANCE FOR WATER IMPROVEMENTS 1 LS Complete in Place, for the Sum of Fifty thousand Dollars and Zero Cents per unit $50,000.00 $50,000.00 X-2 PROJECT ALLOWANCE FOR SANITARY SEWER IMPROVEMENTS 1 LS Complete in Place, for the Sum of Fifty thousand Dollars and Zero Cents per unit $50,000.00 $50,000.00 X-3 PROJECT ALLOWANCE FOR STORM DRAIN IMPROVEMENTS 1 LS Complete in Place, for the Sum of Fifty thousand Dollars and Zero Cents per unit $50,000.00 $50,000.00 X-4 PROJECT ALLOWANCE FOR PAVING IMPROVEMENTS 1 LS Complete in Place, for the Sum of Fifty thousand Dollars and Zero Cents per unit $50,000.00 $50,000.00 X-5 PROJECT ALLOWANCE FOR STREET ILLUMINATION IMPROVEMENTS 1 LS Complete in Place, for the Sum of Twenty five thousand Dollars and Zero Cents per unit $25,000.00 $25,000.00 X-6 PROJECT ALLOWANCE FOR LANDSCAPE IMPROVEMENTS 1 LS Complete in Place, for the Sum of Twenty five thousand Dollars and Zero Cents per unit $25,000.00 $25,000.00 X-7 PROJECT ALLOWANCE FOR UTILITY COORDINATION 1 LS Complete in Place, for the Sum of Twenty five thousand Dollars and Zero Cents per unit $25,000.00 $25,000.00 X-8 PROJECT ALLOWANCE FOR FLOWABLE FILL 1 LS Complete in Place, for the Sum of Twenty five thousand Dollars and Zero Cents per unit $25,000.00 $25,000.00 X-9 PROJECT ALLOWANCE FOR IRRIGATION SYSTEM REPAIRS 1 LS Complete in Place, for the Sum of Twenty five thousand Dollars and Zero Cents per unit $25,000.00 $25,000.00 SUBTOTAL AMOUNT BID - BASE BID A – PROJECT ALLOWANCES $325,000.00 (SUBTOTAL Amount Bid, Numerical Value) Three hundred and twenty five thousand Dollars And Zero Cents *The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. 1-34 BID SUMMARY – BID NO. Q-0825-01 South Royal Lane From W Sandy Lake Road to Highway 635 UNIVERSAL SUB-TOTAL $ DEMOLITION & EARTHWORK SUB-TOTAL $ SANITARY SEWER SUB-TOTAL $ WATER IMPROVEMENTS SUB-TOTAL $ DRAINAGE IMPROVEMENTS SUB-TOTAL $ PAVING IMPROVEMENTS SUB-TOTAL $ LANDSCAPE & IRRIGATION SUB-TOTAL $ LIGHTING SUB-TOTAL $ TRAFFIC SIGNAL SUB-TOTAL $ MISCELLANEOUS SUB-TOTAL $ PROJECT ALLOWANCES SUB-TOTAL $ 325,000.00 TOTAL BID ITEMS BASE BID (A) $ TOTAL TIME BID TO COMPLETE PROJECT CALENDAR DAYS TOTAL OF CALENDAR DAYS X $1,500 (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 575 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1-35 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 By: Name: Title: Company: Address: 1-36 PREVAILING WAGE RATES CONCRETE FINISHER (Paving and 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 80 Tons or Less........$ 17.27 Crane Operator, Lattice Boom over 80 Tons...........$ 20.52 Crane, Hydraulic 80 Tons or Less.....................$ 18.12 Crawler Tractor.............$ 14.07 ** Excavator, 50,000 pounds or less.....................$ 17.19 Excavator, over 50,000 pounds......................$ 16.99 Foundation Drill , Truck Mounted.....................$ 21.07 Foundation Drill, Crawler Mounted.....................$ 17.99 Front End Loader 3 CY or Less........................$ 13.69 ** Front End Loader, over 3 CY.$ 14.72 ** Loader/Backhoe..............$ 15.18 ** Mechanic....................$ 17.68 Milling Machine.............$ 14.32 ** Motor Grader, Fine Grade....$ 17.19 Motor Grader, Rough.........$ 16.02 ** Pavement Marking Machine....$ 13.63 ** Reclaimer/Pulverizer........$ 11.01 ** Roller, Asphalt.............$ 13.08 ** Roller, Other...............$ 11.51 ** Scraper.....................$ 12.96 ** Small Slipform Machine......$ 15.96 ** Spreader Box................$ 14.73 ** Servicer.........................$ 14.58 ** Steel Worker (Reinforcing).......$ 16.18 ** 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 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health- related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government- contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) 1-37 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF 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 1-38 If BIDDER IS: An Individual By doing business as (Individual's Name) (Seal) Business address Phone No. A Partnership By (Firm Name) (Seal) 1-39 (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.) 1-40 1-41 SECTION 2 CONTRACT DOCUMENTS 2-1 Contract Documents STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2025 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and CONTRACTOR). (hereinafter called 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 approximately 10,300 linear feet of full-depth pavement replacement, 7,500 square yards of sidewalk construction, 4,400 linear feet of storm sewer pipe replacement, 430 linear feet of sanitary sewer pipe replacement, sanitary sewer manhole replacements, approximately 18,000 linear feet of conduit for lighting, and 45 new street lights. Work shall include replacement of fire hydrants where shown on the plans , however existing water pipes shall remain. 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: South Royal Lane From W Sandy Lake Road to Highway 635 PROJECT NO. ST 22-01 Bid No. Q-0825-01 Article 2. ENGINEER. The Project has been designed by Teague Nall and Perkins, Inc. Contract administration will be provided by the City of Coppell Public Works Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 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. 2-3 Contract Documents 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC-105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. Any additional investigations performed after the contract is awarded will be at the CONTRACTOR’s sole expense. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2-4 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1 this Construction Agreement; 8.2 properly authorized change orders; 8.3 any listed and numbered addenda; 8.4 Supplementary Conditions; 8.5 Drawings (Construction Plans) entitled: "South Royal Lane: W Sandy Lake Rd to Hwy 635 PROJECT NO. ST 22-01 Bid No. Q-0825-01.”; 8.6 Specifications bearing the title: "Construction Specifications and Contract Documents for the " Construction of: South Royal Lane From W Sandy Lake Road to Highway 635 PROJECT NO. ST 22-01 Bid No. Q-0825-01.”; 8.7 Description of Pay Items 8.8 Specific Project Requirements; 8.9 the OWNER's Standard Construction Details; 8.9 the October 2004 Edition of the Public Works Construction Standards - North Central Texas as amended and published by the North Central Texas Council of Governments, as amended by the Owner (collectively, the "NCTCOG Specifications "); 8.10 the OWNER’s written notice to proceed to the CONTRACTOR; 8.11 the Contractor’s Bid Proposal; 8.12 the Performance, Payment, and Maintenance Bonds; and, 8.13 any other bid materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, 2-5 Contract Documents however, that in the event of any inconsistency in the Contract Documents, an RFI shall be submitted for clarification. The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on , 2025. OWNER: City of Coppell CONTRACTOR: 255 E. 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: Mike Garza, P.E. Dir. of Public Works (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2-7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with 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. 2-8 Contract Documents Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2-9 Contract Documents PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } 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. 2025, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: South Royal Lane From W Sandy Lake Road to Highway 635 PROJECT NO. ST 22-01 Bid No. Q-0825-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse 2-10 Contract Documents 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 , 2025. PRINCIPAL SURETY day of By: Title: By: 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. 2-11 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. 2025, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: South Royal Lane From W Sandy Lake Road to Highway 635 PROJECT NO. ST 22-01 Bid No. Q-0825-01 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 2-12 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 , 2025. PRINCIPAL SURETY day of 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. 2-13 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 South Royal Lane From W Sandy Lake Road to Highway 635 (Project No. ST 22-01), Bid No. Q-0825-01, 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 principal and sureties, hereon, and that successive recoveries may be and had hereon for successive 2-14 Contract Documents 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 , 2025. 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 3-1 Standard Specifications Supplementary Conditions CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION – NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AN D EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. – DEFINITIONS & ABBREVIATIONS SC-101.1 Engineer: The word "Engineer" or “ENGINEER” in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or “OWNER” in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc 825 Watters Creek Blvd, Suite M300, Allen, Texas 75013. Working Day: Add the following sentence to the end of the “Working Day” definition: “Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments.” All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-2 Standard Specifications Supplementary Conditions ITEM 103.3 – SURETY BONDS SC-103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC-103.4.6 Add the following new item: “103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR.” SC-103.4.7 Add the following new item: “103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same.” SC-103.4.7.1 Add the following new item: “103.4.7.1 Teague Nall and Perkins, Inc. shall be included as an “Additional Insured” on all project liability insurance.” 3-3 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC-103.6 Add following sentence to end of Item 103.6. “Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work.” ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC-104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re -evaluation and adjustment under the following conditions:” ITEM 105.1 – CONTRACT DOCUMENTS SC-105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC-105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, the Design Engineer has established and relied upon the following reports of exploration and tests of subgrade conditions at the site of the work: Alliance Geotechnical Engineering Study Reconstruction of South Royal Lane W Sandy Lake Road to Highway 635 Coppell, Texas Alliance Project #DE22-089 3-4 Standard Specifications Supplementary Conditions Copies of these reports are included in the Project Specifications. 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 3-5 Standard Specifications Supplementary Conditions 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.” 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 3-6 Standard Specifications Supplementary Conditions arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based 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 locating and protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract.” 3-7 Standard Specifications Supplementary Conditions ITEM 108.1 – PROGRESS SCHEDULE SC-108.1 Amend the first sentence of Item 108.1 by adding the following 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.” 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 3-8 Standard Specifications Supplementary Conditions 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: 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." 3-9 Standard Specifications Supplementary Conditions 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." SECTION 4 SPECIFIC PROJECT REQUIREMENTS 4-1 Specific Project Requirements SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.D.A. The Americans with Disabilities Act 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 T.C.E.Q. Texas Commission On Environmental Quality T.D.L.R. Texas Department of Licensing and Regulation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-2 Specific Project Requirements 1.1 OWNER: The "OWNER" or “City” as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Teague Nall and Perkins, Inc. 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 approximately 10,300 linear feet of full-depth pavement replacement, 7,500 square yards of sidewalk construction, 4,400 linear feet of storm sewer pipe replacement, 430 linear feet of sanitary sewer pipe replacement, sanitary sewer manhole replacements, approximately 18,000 linear feet of conduit for lighting, and 45 new street lights. Work shall include replacement of fire hydrants where shown on the plans, however existing water pipes shall remain. 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 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 4-3 Specific Project Requirements 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. 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 4-4 Specific Project Requirements 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. 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. 4-5 Specific Project Requirements 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 project schedule shall be prepared using Microsoft Project, Primavera P6 or other as approved by the OWNER. Electronic files in the scheduling software native format and PDF copies shall be included with all schedule submittals. 2. The Original Project Schedule submitted prior to construction and approved by the OWNER shall become the basis for measuring progress and evaluating whether the project is on schedule (Baseline schedule for the project). Once approved by the OWNER, the Original Project Schedule shall not be changed. 3. 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. 4. The length of this 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. 5. The schedule must be based on clearly defined Activities, phases of construction and any project milestones. Schedule limits must be easily field verified. 6. All Activities must have Predecessor and Successor activities (except start and finish milestones). Independent or open-ended activities shall not be included. 7. The schedule must clearly identify relationship between Predecessor and Successor activities as “start-to-start”, “start-to-finish”, or “finish-to-finish”. 8. Negative lag times shall not be permitted. 9. 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 duration of 11 days, is should be divided into sub-activities such as “Install Water Line A, Sta 0+00 to 15+00”, etc.) 10. 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. 11. 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. Fragnets or copies of the revised schedule reflecting proposed changes shall be used to document proposed plan revisions and 4-6 Specific Project Requirements their schedule impacts. Any additional costs resulting from Recovery Plan measures shall be at the contractor’s sole expense. 12. 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 is included in Appendix A of this documents. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or re-inspections. The CONTRACTOR shall notify the 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 4-7 Specific Project Requirements 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: Except where noted on the plans, permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to “Furnish, Install and Maintain Traffic Control Devices”. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. 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 4-8 Specific Project Requirements 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 without prior approval from Owner. 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, IRRIGATION, STRUCTURES, AND OTHER PROPERTY: In regards to existing utilities, irrigation, structures, and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the exact locations of all existing water, gas sewer, electric, telephone, telegraph, television, fiber, and other underground utilities and structures by potholing and marking. 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. 4-9 Specific Project Requirements 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, relocations, and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished, and new-appearing condition. 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 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 4-10 Specific Project Requirements the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 1.25 REFERENCE TO TxDOT STANDARDS AND SPECIFICATIONS: Portions of TxDOT standards and specifications, latest editions, shall be incorporated into this contract by specific reference in the contract plans and specifications. In the event of conflict with other documents, TxDOT standards and specifications shall govern for construction materials and methods. In the event of conflict with other documents, City of Coppell contract documents shall govern for contract procedures and measurement and payment. 4-11 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. 4-12 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: All submittal items shall be provided electronically in PDF format unless otherwise noted. 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. 4-13 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 5-1 Description of Pay Items SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various pay items so that the CONTRACTOR can fully understand the scope of work contemplated and required for each item bid. 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. Those items shall include, but not be limited to, for the following: (a) removal of spoils; (b) water for construction; (c) construction staking and/or layout; (d) surveying to re- establish grade; (e) maintenance of streets during construction; (f) sprinkling for dust control; (g) project trailer, if needed; (h) any other incidentals or appurtenances necessary to complete the work, whether directly called out within the plans or implied; and/or (i) locating existing utilities, water, sewer, storm, irrigation, fiber, communication and other. 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. 01 – 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 5-2 Description of Pay Items shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the a djusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Pay Item No. 02 – Project Sign: This pay item shall consist of the installation of a project sign in the following locations: both ends of the construction limits on Royal Lane (2 total project signs). Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City of Coppell will furnish the CONTRACTOR with the official City of Coppell logo upon request. 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. 03 – Project Communication: This item shall consist of communicating all aspects of the project to adjacent property owners, residents, motorists and the City of Coppell throughout the entire term of the project. The CONTRACTOR shall attend a stakeholder meeting with all adjacent property owners prior to commencing work. This meeting shall be in addition to the preconstruction meeting with the City of Coppell. The stakeholder meeting shall consist of introductions of key CONTRACTOR personnel, presentation of CONTRACTOR’s anticipated schedule, presentation of details regarding coordinating services such as driveway access, ingress and egress to properties, property signage relocation, mail delivery, etc... and any other pertinent project information. This pay item shall also include preparing and distributing communication materials to adjacent property owners, residents, motorists and others in support of the project. This shall include, but not be limited to door hangers, meeting display boards, letters, postcards, temporary information signs or use of portable message boards in addition to the portable message boards included in the “Furnish, Install and Maintain Temporary Traffic Control Devices and Detours” pay item. CONTRACTOR will be responsible for communicating lane closures, traffic impacts, traffic switches, significant construction milestones, routine updates or any other project information as determined and directed by the City of Coppell. Additionally, the CONTRACTOR shall provide a bi-monthly update memo including progress in the previous two weeks, detailed anticipated schedule for the next two weeks, overall schedule of progress, anticipated closings of specific work areas, anticipated disruptions to adjacent properties, updated contact information, project photos and any other pertinent information to the project or adjacent property 5-3 Description of Pay Items owners. Bi-monthly progress reports shall be delivered to the CITY ENGINEER for review on Thursdays by 3:00pm. Once approved, progress reports shall be delivered on Fridays by 3:00pm to the owner or representative of each adjacent property. Additionally, a copy of the update memo shall be emailed to the CITY ENGINEER, CITY INSPECTOR, DESIGN ENGINEER, and any others as determined by the City of Coppell. Measurement and payment shall be made on the basis of price per lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work of communicating the project. Payment for this item shall be paid upon substantially completing the work and successfully communicating the project milestones. Additionally, monthly pay requests will not be processed without proof of the bi-monthly updates being prepared and delivered to adjacent property owners. Pay Item No. 04 – 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 of Coppell 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 at no additional pay. 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. 05 – Post-Project Video Survey: This pay item shall consist of the CONTRACTOR acquiring video documentation of the project conditions at the completion of the proposed improvements. The CONTRACTOR shall submit the post-project video to the OWNER 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. 06 – 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 5-4 Description of Pay Items 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 the City of Coppell & CONTRACTOR if required, 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 of Coppell and CONTRACTOR upon completion of the project if required. If the CONTRACTOR fails to maintain the erosion control measures, the CONTRACTOR will be directed to video and clean the storm drain piping at no additional cost. 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 SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the duration of construction and along its entire stretch. 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. 07 – Furnish, Install and Maintain Temporary Traffic Control Devices and Detours: This work includes furnishing, installing, maintaining, and removing the required temporary traffic control devices & detours (including temporary traffic buttons and striping, signage, temporary pavement, temporary rumble strips, temporary special 5-5 Description of Pay Items shoring, and 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, instruction, and utilizing message boards to be given to 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. 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 item shall also include installation of any necessary temporary traffic signal for each of the different phases of construction at the traffic signalized intersections. Contractor shall submit temporary traffic signalization plan along with the traffic control plan for each phase of construction. 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 geo-grid (StrataBase SB11 or approved equal). Temporary pavement shall be constructed and maintained in these areas prior to the construction of the final pavement. Any temporary pavement repair required for proposed utility work (water line, sanitary sewer and storm drain) is included in this pay item and no separate pay shall be made. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Additionally, the CONTRACTOR shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during construction, throughout the reconstruction limits of the project. It shall be the sole responsibility of the CONTRACTOR to maintain the existing road and driving surface for both existing conditions and issues that may come up during construction. This shall include but is not limited to pothole repairs and crack sealing that affects driver and/or vehicle safety during construction as determined by OWNER. Furthermore, CONTRACTOR shall coordinate with postal carriers/post master to create and execute a mailbox relocation plan to maintain continuous mail delivery throughout construction. This shall include any time, materials, temporary construction/installations, and any other items required. 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 other 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, 5-6 Description of Pay Items 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. 08 – Right of Way Preparation: This work includes the clearing and grubbing and removal & trimming of vegetation in all areas within the project limits requiring such work. This work includes any tree trimming required for project construction as determined by the OWNER. This includes work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the construction 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 removed 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. Any damaged or removed landscaping, signs, fences, walkways that show to remain shall be replaced by the CONTRACTOR at no additional cost. This work may also include, but not be limited to: (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 and concrete mow strips; (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 5-7 Description of Pay Items 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 an 18-foot clearance over roadways; (l) Adjusting water vaults to finished grade as indicated on the plans; (m) Removal of existing irrigation systems. 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. 09 – Remove and Dispose of Existing Concrete Pavement (To Include Asphalt Overlay): This work includes the removal and disposal of existing concrete and asphalt pavement (including concrete street paving, driveways, sidewalk, and roadway brick pavers) 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 and asphalt 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. 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 5-8 Description of Pay Items paid for directly but shall be considered subsidiary to 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 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. 10 – 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 and 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. 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, shaping and finishing of all earthwork involved. Note: The City does not have a designated location for disposal of excess excavation material. Costs for removal, haul-off and lawful disposal shall be considered subsidiary. 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 complete the work. Pay Item No. 11 – Remove and Dispose of Street Light: This work includes the removal and disposal of any street light including foundations, wiring, and conduit where light poles are indicated on the construction plans to be removed. Franchise utility company will remove and dispose of poles. The underground electric lines running through the existing medians which only serve light poles being removed should also be removed. Removal of these lines will be subsidiary to this pay item. Removal of pull boxes associated with existing lighting being removed shall also be subsidiary to this pay item. Also, included in this pay item will be the coordination between the CONTRACTOR and franchise utility company to safely disconnect and cap any 5-9 Description of Pay Items 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. 12 – Remove and Reset City Fiber Optic Structure: This work consists of the removal, salvaging, and re-installation of existing City fiber optic structures at the locations shown in the construction plan set and as specified by the ENGINEER. If the existing structure is damaged and needs to be replaced, all costs associated with the replacement shall be subsidiary to this pay item. Measurement and payment shall be on the basis of the bid price per Each (EA) and shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Pay Item No. 13 – Portable Changeable Message Sign: This work includes providing “full matrix” type portable changeable message (PCMS) signs. Contractor shall furnish four (4) additional PCMS for the duration of the project. These are in addition to the PCMS required in the “Furnish, Install and Maintain Temporary Traffic Control Devices and Detours” pay item. The PCMS shall be furnished with pre-installed cellular modems (Raven PinPoint XT or approved equal) to allow for remote communications with the PCMS. Wireless cellular service for each PCMS shall be provided by the contractor and include a data plan allowing for up to 5 gigabytes of data per month. The signs must be compliant with the National Transportation Communications for ITS Protocol (NTCIP) V2. All modems must be labeled with the IP address of the modem. Contractor shall furnish login credentials for both the sign and the modem to the City of Coppell. PCMS are anticipated to be operational every day and will not be available for contractor use for other purposes. Locations for PCMS shall be determined by OWNER and moved up to twice per month by the contractor. Contractor shall maintain PCMS and ensure they are in working order. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all appurtenances, materials, tools, equipment, labor, and any other incidentals necessary. Pay Item No. 14 – Remove and Reset Street Signs: This work consists of the removal, salvaging, and re-installation of existing roadway signage; removal and disposal of existing sign foundation, supports, and assemblies; furnishing and installation of new foundation, supports and assemblies at the locations shown in the construction plan set and as specified by the ENGINEER. This item includes the removal and resetting of three flag poles in the median by the Bethel Road intersection. If signs are damaged, new signs shall be 5-10 Description of Pay Items manufactured and associated costs shall be subsidiary to this pay item . All signs shall be manufactured and mounted in accordance with City of Coppell standards and Texas MUTCD guidelines. All signs shall be mounted on square, black, power coated posts using matching hardware. Signs may have multiple signs on each post and shall be replaced in the same configuration and approximate location as before construction unless otherwise noted in the construction plans. Contractor shall provide new foundations and poles to conform with City of Coppell Standard Detail 2330 and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Measurement and payment shall be on the basis of the bid price per Each (EA) post and shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Pay Item No. 15 – 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. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Excavated areas shall be backfilled and compacted and tested in accordance with City of Coppell Standards and Specifications. All concrete, debris, or non-native material shall be removed from excavated areas. Removed structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. This item includes submittal of a plan and execution of the approved plan for any necessary bypass pumping. 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. 16 – 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 5-11 Description of Pay Items sewer pipe at locations shown on the construction plans; clean and prepare remaining pipe end for connection to proposed sanitary sewer pipe. CONTRACTOR is responsible for the proper disposal of all excess materials. This item includes submittal of a plan and execution of the approved plan for any necessary bypass pumping. Excavation and removal of sewer pipe and disconnection from existing sewer lines to remain shall be performed by the CONTRACTOR 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell Standards and Specifications. 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. 17 – 5’ Diameter Sanitary Sewer Manhole: This work includes the installation of 5’ diameter standard sanitary manholes 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. This item includes the connections of both existing and proposed sanitary sewer pipes to the new manholes as shown in the construction plans. This item includes submittal of a plan and execution of the approved plan for any necessary bypass pumping. This item to include interior lining of manholes and CONTRACTOR shall submit a specification to the OWNER and ENGINEER for manhole lining materials for approval prior to installation. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. 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 complete the work, including curb identification markings, earth excavation, disposal of surplus materials and backfill. Pay Item No. 18 – 10” PVC SDR-26 Sanitary Sewer Pipe: 5-12 Description of Pay Items This work includes the installation of SDR-26 PVC at the locations and to the grades shown on the plans. Work shall be in accordance with NCTCOG Items 501, 503, 504, 505, 507, 509 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the p lans, trench excavation, dry boring under existing utilities if necessary, 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. Embedment for sewer lines shall be per City Standard Detail 3050. This pay item shall include dry boring proposed sanitary sewer pipe under existing utilities, if determined to be necessary, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 476 and as indicated in the plans or as determined by the ENGINEER. There will be no separate pay for dry-boring of proposed sanitary sewer pipe. This work 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 8” 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 thes e specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This item includes submittal of a plan and execution of the approved plan for any necessary bypass pumping. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. 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. 5-13 Description of Pay Items Pay Item No. 19 - 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 for all sanitary sewer improvements, 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 prepa ration 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. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. 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. 20 – Remove and Relocate Water Meter: This work includes the labor, equipment, and material required to remove existing water meters and relocate where they will not be in conflict with proposed improvements. Exact location should be coordinated with the City. No water meters shall be removed without confirming first with the City. If a water meter cannot be relocated and needs to be completely replaced, any associated costs shall be considered subsidiary to this pay item. Reconnection of existing water service line to new meter location shall be subsidiary to this pay item. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. CONTRACTOR shall take all precautions to protect the water meters and their components. If meters are damaged the CONTRACTOR will have to purchase new meters for replacement. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Measurement and payment for work performed and materials furnished related to the removal and relocation of water meters shall be made on the basis of price bid 5-14 Description of Pay Items per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. 21 – 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. Existing fire hydrants shall remain in service until the activation of the proposed fire hydrants. 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 considered subsidiary to this pay item. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. 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. 22 – 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 and in accordance with NCTCOG Item 502.3 and City of Coppell Standard Construction Details and Specifications. Extensions of the 6” PVC water line leads from water main where required for fire hydrant installation are included in this pay item. Installation of 6” PVC water line leads, connection to existing water line leads, and connection to proposed fire hydrant shall all be subsidiary to this pay item. If the City determines that a new gate valve is required as part of the fire hydrant assembly, that shall also be subsidiary to this item. 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 5-15 Description of Pay Items 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. 23 – Adjust Existing Water Valve Box To Grade: Pay Item No. 24 – Adjust Water Meter Box To Grade: This work includes the adjustment (raising or lowering) of existing water valve boxes and water meter boxes (including valve stems as necessary) in multiple locations along the project where the proposed finished grade is being raised or lowered, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the valve manufacturer. No separate pay will be allowed for repairing damage to valves valve boxes, or meter boxes 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. The adjustment of valve boxes that are installed as part of this project shall not be paid for directly but shall be considered subsidiary to the pay item under which it was installed. This item includes ensuring the valve nut is accessible in the valve riser and includes a 2’x2’ concrete pad to be installed around the valve riser per City standards and details. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Measurement and payment for work performed and materials furnished related to the adjustment of existing water valve boxes and water meter boxes, 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 the adjustment of the valve stem as necessary. Pay Item No. 25 – Water Line Lowering Allowance (Only Used When Directed By City): This work includes an allowance for the potentially needed adjustment of existing water lines. Existing water line elevations are unknown and shall be field verified by the CONTRACTOR. If an existing water line will be in conflict with the proposed improvements, the CONTRACTOR shall coordinate with the CITY to confirm if the water line should be lowered to allow a minimum two feet of clearance from other utilities. All costs associated with water line lowering (including any necessary fittings) shall be subsidiary to this pay item. These 5-16 Description of Pay Items adjustments shall be in accordance with the appropriate details and specifications. No separate pay will be allowed for repairing damage 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 water line lowering locations must be approved by the CITY prior to construction. An estimated maximum number of lowering locations is included in the quantity for this item, however payment will only be per each location that is actually constructed (with prior approval from CITY). The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Measurement and payment for work performed and materials furnished related to the lowering of water lines, 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 the adjustment of the valve stem as necessary. Pay Item No. 26 – Adjust Existing Water Manhole To Grade: This work includes the adjustment (raising or lowering) of existing water manholes along the project where the proposed finished grade is being raised or lowered, as shown on the construction plans or as determined by the Engineer. These adjustments shall be in accordance with the appropriate details and specifications, including those of the manhole manufacturer. No separate pay will be allowed for repairing damage 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. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Measurement and payment for work performed and materials furnished related to the adjustment of existing water manholes, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including the adjus tment of the valve stem as necessary. 5-17 Description of Pay Items Pay Item No. 27 – Remove Existing Small Curb Inlet (5’): Pay Item No. 28 – Remove Existing Large Curb Inlet Major (10’-20’): Pay Item No. 29 – Remove Existing Grate Inlet: This work includes the demolition of curb and grate inlets at specific locations indicated 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. Where multiple grates are connected at only one storm pipe location, the grate inlet shall be considered to be one grate inlet removal (i.e. a four grate inlet shall count as one grate inlet and not four individual inlets). The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Any RCP plugs or additional improvements required to adjacent storm lines/structures shall be considered subsidiary to these items. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell 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 work performed and materials 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. 30 – Remove and Replace Recessed Curb Inlet Top: This work includes the demolition and reconstruction of curb inlet tops at specific locations indicated 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. New curb inlet top shall be connected to existing inlet bottom per the detail shown in construction plans. 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. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. 5-18 Description of Pay Items Measurement and payment for work performed and materials furnished related to the construction of curb inlet tops (various types and lengths), 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. 31 – Remove and Dispose of Existing Storm Drain Pipe (18”-96” RCP): Pay Item No. 32 – Remove and Dispose of Existing 6’x3’ RCB: This work consists of removing various existing storm drain pipe s as indicated in the construction plans or as directed by the ENGINEER. The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. This pay item shall include locating existing utilities within the area. 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 the CONTRACTOR and at the sole expense of the CONTRACTOR. Any RCP plugs or additional improvements required to adjacent storm lines/structures shall be considered subsidiary to these item s. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell Standards. All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Measurement and payment for removal of storm drain pipe shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Pay Item No. 33 – 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, 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 required to complete the work. Damage to existing storm manholes or ring and cover during adjustments by the CONTRACTOR shall be replaced in a timely manner in accordance with the proper standards and specifications and at the CONTRACTOR’s sole expense. 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. 34 – Grate Inlet: 5-19 Description of Pay Items This work includes the construction of grate inlets at the locations and sizes indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. Measurement and payment for grate inlets (various types and sizes), shall be per each (EA) structure. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 35 – 5’ Curb Inlet: Pay Item No. 36 – 10’ Curb Inlet: Pay Item No. 37 – 15’ Curb Inlet: Pay Item No. 38 – 20’ Curb Inlet: Pay Item No. 39 – 5’ WYE Inlet: This work includes the construction of both non-recessed (standard) and recessed curb inlets (various lengths) and WYE inlets at the sizes and locations indicated 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. Curb inlets shall be installed as standard or recessed as indicated on the construction plans and shall be installed per City Construction Details. Extensions of existing storm drain pipes required for connection to new inlets shall be subsidiary to this pay item. There will be no separate pay item for materials or installation associated with connection of existing storm pipes to new inlets. CONTRACTOR shall locate existing storm drain pipes in the field and install RCP storm drain pipe as needed to ensure proper connection to new inlets. Decomposed granite shown in construction plans on sides of curb inlets adjacent to sidewalk/trail shall be subsidiary to this pay item with no separate pay. Measurement and payment for work performed and materials furnished related to the construction of inlets (various types and lengths), 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. 40 – Temporary 18” HDPE Storm Drain: This work includes the construction of temporary 18” HDPE storm drain needed for drainage purposes due to construction sequencing. Temporary pipe and all necessary fittings shall be covered in this pay item. Removal of pipe when it is no longer needed during construction phase 2 is subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of temporary 18” HDPE storm drain, 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 necessar y to 5-20 Description of Pay Items complete the work. Pay Item No. 41– 18” RCP Storm Drain: Pay Item No. 42 – 21” RCP Storm Drain: Pay Item No. 43 – 24” RCP Storm Drain: Pay Item No. 44 – 27” RCP Storm Drain: Pay Item No. 45 – 30” RCP Storm Drain: Pay Item No. 46 – 48” RCP Storm Drain: Pay Item No. 47 – 66” RCP Storm Drain: Pay Item No. 48 – 72” RCP Storm Drain: Pay Item No. 49 – 90” RCP Storm Drain: Pay Item No. 50 – 96” RCP Storm Drain: Pay Item No. 51 – 6’X3’ RCB 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 bends shall be pre-fabricated. Ram-nek joint material shall be used for all joints, unless otherwise approved by the ENGINEER. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Testing in accordance with specifications is 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 8” 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. 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 in accordance with City of Coppell Standard Detail 6085. This pay item includes the construction of concrete collars, as required by these specifications, and the connection to the existing storm sewer line. Measurement and payment for work performed and materials furnished related to the construction of RCP and RCB 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 Item No. 52 – Sloped Headwall: 5-21 Description of Pay Items This work includes the construction of sloped headwalls at the locations and sizes indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications . Connection of RCP storm drain pipe to new headwalls shall be subsidiary to this pay item. Measurement and payment for sloped headwalls shall be per each (EA) structure. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 53 – 6’x6’ Junction Box: This work includes the construction of 6’x6’ storm sewer junction boxes at the locations indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. Connection of RCP storm drain pipes to junction box shall be subsidiary to this pay item. Measurement and payment for junction box shall be per each (EA) structure. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 54 – 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 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. 55 – 12" Reinforced Concrete Roadway Pavement (4,000 psi): This work includes the construction of the specified thickness of reinforced concrete pavement for streets (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 minimal compressive strength of 4,000 psi at 28 days and shall be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18” centers in each direction . All curb within the 5-22 Description of Pay Items 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. 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 that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. 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. Note: The City of Coppell does not have a designated batch plant site for this project. Pay Item No. 56 –12" Reinforced Concrete Driveway Pavement (4,000 psi): This work includes the construction of the specified thickness of reinforced concrete pavement for driveways (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 minimal compressive strength of 4,000 psi at 28 days and shall be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18” centers in each direction. 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. 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 5-23 Description of Pay Items Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. 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. Note: The City of Coppell does not have a designated batch plant site for this project. Pay Item No. 57 – 12” Reinforced Stamped Concrete Pavement for Roadway: 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 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 4,000 psi at 28 days and shall be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18” centers in each direction. No fly ash will be permitted. Subgrade shall match street section. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. 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 that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 5-24 Description of Pay Items feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Joint sealant shall match color of concrete where appropriate or 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. 58 – 6" Reinforced Stamped Concrete Pavement for Median Nose: This work includes the construction of reinforced stamped concrete pavement at median nose 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. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. 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. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Joint sealant shall match color of concrete where appropriate or as directed by ENGINEER. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement for median nose 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. 59 – 6" Reinforced Concrete Median Nose: This work includes the construction of the specified thickness of reinforced concrete pavement for median noses (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 minimal 5-25 Description of Pay Items compressive strength of 4,000 psi at 28 days and shall be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18” centers in each direction. 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. The CONTRACTOR shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the ENGINEER. 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. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement for median noses 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. Note: The City of Coppell does not have a designated batch plant site for this project. Pay Item No. 60 – 4” Reinforced Concrete Sidewalk/Hike and Bike Trail (All Widths): This work includes construction of the concrete sidewalks and/or hike and bike trails (all widths) 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 Details 2170 and 2195. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk or trail found to be in noncompliance shall be removed and brought to compliance at the CONTRACTOR’s sole expense. All concrete used for the sidewalks shall be Class “C” concrete with a minimum compressive strength of 3,600 psi at 28 days and shall be reinforced with a minimum of No. 3 bars placed on chairs on approximately 12” centers in each direction in accordance to City of Coppell Standard Detail 2195. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the sidewalk rejection. The CONTRACTOR will be required to replace the sidewalk at the sole expense of the CONTRACTOR. All joints shall be placed in accordance with City of Coppell Standard Detail 2170. All joints shall be sealed with silicone joint sealant. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Measurement and payment for reinforced 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 yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-26 Description of Pay Items Pay Item No. 61 – 6” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail or Curb Inlet (Cast-In-Place): Pay Item No. 62 – 10” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail or Curb Inlet (Cast-In-Place): Pay Item No. 63 – 12” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 64 – 14” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 65 – 15” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 66 – 24” Tall Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 67 – 24”- 0” Tall Transition for Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 68 – 6”- 24” Tall Transition for Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 69 – 6”- 12” Tall Transition for Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 70 – 6”- 14” Tall Transition for Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): Pay Item No. 71 – 0”- 10” Tall Transition for Concrete Retaining Wall Integral With Sidewalk/ Trail (Cast-In-Place): This item shall consist of a concrete curb or a retaining wall integral to the sidewalk or curb inlet of various heights and locations as shown on the plans or as established by the Engineer in accordance to plans and details. The retaining wall shall have concrete siding, and cap (concrete curb should not have stone veneer). All work shall be performed in accordance with plans and details included in the construction plans including applicable NCTCOG Standard Specifications and Details. Measurement and payment shall be per linear (LF) and shall include all labor, material, equipment, tools, preparation and incidentals necessary to complete the work. Pay Item No. 72 – Barrier Free Ramps (Single Directional): This work includes the construction of single directional pedestrian ramps at locations shown in the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 531. All concrete used for barrier free ramp construction shall be Class “A” concrete with a minimum compressive strength of 3,000 psi at 28 days. All pedestrian ramps are based on the Texas Department of Transportation’s Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED - 18A). 5-27 Description of Pay Items 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. Detectable warning surface material shall be per ADA Solutions Technical Specification included herein or approved equal. Contractor shall submit specifications for materials to City and Engineer for approval prior to installation. Contractor shall coordinate with City to confirm that material color is compliant and consistent with City standards. 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. 73 – Barrier Free Ramps (Dual Directional): This work includes the construction of dual directional pedestrian ramps at locations shown in the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 531. All concrete used for barrier free ramp construction shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. All pedestrian ramps are based on the Texas Department of Transportation’s Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED-18). 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). Any ramp found to be in noncompliance shall be removed and brought to compliance at the CONTRACTOR’s sole expense. A detectable warning surface consisting of cast-in-place truncated domes shall be included at all pedestrian ramps to cross walks crossing public rights-of-way or at places indicated on the plans. Detectable warning surfaces are not required for pedestrian ramps at commercial or private driveways. The middle island of dual directional ramps shall be colored/stamped per City standards. Detectable warning surface material shall be per ADA Solutions Technical Specification included herein or approved equal. Contractor shall submit specifications for materials to City and Engineer for approval prior to installation. Contractor shall coordinate with City to confirm that material color is compliant and consistent with City standards. 5-28 Description of Pay Items Measurement and payment shall be per each (EA) ramp in place, regardless of ramp type. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 74 – 8" Cement Stabilized Subgrade: This work includes treatment of the top 8” of subgrade with cement for stabilization, mixing and compacting of the mixed material to the required density. Contractor shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. Measurement and Payment for work performed and materials furnished related to cement subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with TxDOT’s 2014 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. 75 – Cement for Stabilization: This pay item includes the material cost of cement required for subgrade stabilization. Subgrade treatment shall be provided under all proposed concrete pavement and curbs unless noted or otherwise approved 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. Stabilization shall comply with specifications included in the provided Geotech report. Measurement and payment for cement material furnished related to the construction of stabilization of the specified thickness, as provided herein, shall be made on the basis of the price per ton (TON) and shall be total compensation for furnishing the material and for all freight involved, unloading, storing, and handling, labor, materials, tools, equipment and other incidentals necessary to complete work. Pay Item No. 76 – Pavement Striping and Markings: This work includes the furnishing and installation of permanent thermoplastic markings, including but not limited to all turn lane markings, stop bar striping, and traffic buttons as indicated on the construction plans or as directed by the ENGINEER, in accordance with the TxDOT 2004 Standard Specifications for Construction and Maintenance of Highways Streets and Bridges Item 666, City of Coppell standards and Texas MUTCD guidelines. 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. 5-29 Description of Pay Items This work also includes the furnishing, installation and placement of all permanent traffic control devices, including traffic buttons (raised pavement markers), for traffic delineation, as shown in the construction plans, or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including Item 672 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 3M Raised Pavement Markers or approved equal shall be used, unless directed otherwise by the ENGINEER. A flexible bituminous adhesive that meets TXDOT Material Specification DMS-6130 shall be used to adhere all traffic buttons to pavement surface. 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 Pavement Striping and Marking work performed and materials furnished completed and in place 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 a nd other incidentals necessary to complete the work. Pay Item No. 77 – TXDOT Metal Beam Guard Fence: This pay item shall consist of the installation of Metal Beam Guard Fence in accordance with the plans and details included in the construction plans including applicable TXDOT Details. Guard Rail shall be coated in reflectorized markings through either heat activated adhesive or pressure sensitive adhesive. Measurement and payment shall be per linear (LF) and shall include all labor, material, equipment, tools, preparation and incidentals necessary to complete the work. Pay Item No. 78 – Tree Root Barrier: This work includes the furnishing and installation of Tree Root Barriers at locations indicated on the construction plans or as directed by the ENGINEER. Installation of the Tree Root Barriers shall be performed per the City Standards and per the Manufacturer’s recommended installation procedure. 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 sole expense. No separate pay shall be given for replacement of damaged curb during tree root barrier installation. Measurement and payment for work performed and materials related to the installation of the tree root barriers shall be made on the basis of price bid per linear foot (LF) of tree root barrier 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. 79 – HMAC Crack Seal Repair: 5-30 Description of Pay Items This work includes crack sealing the existing HMAC surface at the location indicated in the plans. CONTRACTOR shall ensure that all cracks are properly sealed to the satisfaction of the CITY. If multiple rounds of crack sealing are needed to cover all areas required by the CITY, all associated costs shall be subsidiary to this pay item. Measurement and payment for work performed and materials related to the HMAC crack seal repair 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 other incidentals necessary to complete the work. Pay Item No. 80 – Removal and Disposal of Existing Tree: This pay item shall include the removal and disposal of trees as indicated on the construction plans. Any tree not called for removal on the construction plans shall remain in place and shall be protected throughout construction of the project. Measurement and payment shall be on the basis of the bid price per Each (EA) tree and shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. Pay Item No. 81 – Restore Parkways, Medians, and Disturbed Areas: Landscape improvements in medians where called out in the plans is included in separate landscape/irrigation pay items. This item includes all work, materials and incidentals necessary to restore parkways, unimproved medians, 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. CONTRACTOR is responsible for establishing unirrigated buffalo grass in medians. 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. All restoration to existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement removed or relocated during the course of construction are included in this 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 5-31 Description of Pay Items 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. 82 – Concrete Mowstrip 12”: This work includes the construction of concrete mowstrips between plant beds and grass areas per detail. Measurement and payment shall be per linear (LF) and shall include all labor, material, equipment, tools, preparation and incidentals necessary to complete the work. Pay Item No. 83 – Arizona Cobble River Rock: This work includes the construction of a “gravel bed”, or 4” Arizona Cobble River Rock installed per detail. Measurement and payment shall be per square foot (SF) of finished face of wall and shall include all labor, material, equipment, tools, preparation, and incidentals necessary to complete the work. Pay Item No. 84 – Boulder Type “A”: This work includes the setting a Boulder Type “A” (24”L x 14”W x 18”H) per detail. Measurement and payment for removal 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. 85 – Boulder Type “B”: This work includes the setting a Boulder Type “B” (18”L x 12”W x 14”H) per detail. Measurement and payment for removal 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. 86 – Boulder Type “C”: This work includes the setting a Boulder Type “C” (10”L x 12”W x 20”H) per detail. Measurement and payment for removal 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. 87 – Boulder Type “D”: This work includes the setting a Boulder Type “D” (12”L x 14”W x 18”H) per detail. 5-32 Description of Pay Items Measurement and payment for removal 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. 88 – Red Yucca 3G: This work includes the planting and guaranteeing of the 3 Gallon Red Yucca. Plant size to be per the plant schedule, and planting method to be per the specifications. Measurement and payment for removal 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. 89 – Lindheimer’s Muhly 5G: This work includes the planting and guaranteeing of the 5 Gallon Lindheimer’s Muhly. Plant size to be per the plant schedule, and planting method to be per the specifications. Measurement and payment for removal 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. 90 – Spineless Prickly Pear 7G: This work includes the planting and guaranteeing of the 7 Gallon Spineless Prickly Pear. Plant size to be per the plant schedule, and planting method to be per the specifications. Measurement and payment for removal 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. 91 – Blue Grama 1G: This work includes the planting and guaranteeing of the 1 Gallon Blue Grama. Plant size to be per the plant schedule, and planting method to be per the specifications. Measurement and payment for removal 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. 92 – Decomposed Granite: This work includes the installation of a 4” thick layer of Decomposed Granite, on top of a layer of filter fabric, and over a compacted subgrade with stabilizer pre- 5-33 Description of Pay Items mixed. Measurement and payment shall be per square foot (SF) of finished face of wall and shall include all labor, material, equipment, tools, preparation, and incidentals necessary to complete the work. Pay Item No. 93 – Bed Preparation: This work includes the tilling/preparing of planting beds with 6” Bed Mix - per the planting specifications, and subsequent top dressing with a 3” layer of mulch upon completion of the planting. Measurement and payment shall be per square foot (SF) of finished face of wall and shall include all labor, material, equipment, tools, preparation, and incidentals necessary to complete the work. Pay Item No. 94 – Mulch: This item shall consist of the furnishing and installing of a 3” layer of fine hardwood mulch after all shrubs are installed. Measurement and payment shall be per square foot (SF) of finished face of wall and shall include all labor, material, equipment, tools, preparation, and incidentals necessary to complete the work. Pay Item No. 95 – Fertilizers: This work includes the installation of the various fertilizers for the grass, shrubs, and trees. Apply at the rates for each planting item as called in the specifications. Measurement and payment for Fertilizer shall be per lump sum (LS) and shall include any and all fertilizer components not specifically identified in other pay items. Pay Item No. 96 – Remove & Dispose of 6" Existing Soil (Shrub Bed Areas): Measurement and payment for work performed and materials furnished shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for all labor, equipment, and materials necessary to complete the work. Pay Item No. 97 – Remove & Dispose of 4" Existing Soil (Decomposed Granite Bed and Arizona Cobble River Rock Areas): Measurement and payment for work performed and materials furnished shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for all labor, equipment, and materials necessary to complete the work. Pay Item No. 98 – Irrigation System (In Medians): This work includes the furnishing and installing of the permanent irrigation systems (work performed primarily in the medians) as shown in the construction plans in accordance with applicable items in the NCTCOG standard specifications, the 5-34 Description of Pay Items 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. Measurement and payment shall be per square foot (SF) of finished face of wall and shall include all labor, material, equipment, tools, preparation, and incidentals necessary to complete the work. Pay Item No. 99 – Restore Irrigation Systems in Parkway: 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 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 5-35 Description of Pay Items 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. 100 – Construct Luminaire Pole Foundation: This work shall include the furnishing and installation of roadway light foundations as indicated in construction plans. All work shall be done in accordance with the appropriate details and specifications, including Item 416 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Measurement and payment for constructing luminaire pole foundation 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. 101 – Install Luminaire Pole (Install Only): This work includes the installation of any street light foundations, wiring, and conduit where light poles are indicated on the construction plans to be installed. Included in this pay item will be the coordination between the CONTRACTOR and franchise utility company to safely connect any electrical lines connected to the street light. City shall provide street lights and luminaires and pay item shall include items of installation only. Installation shall include wire inside of poles and grounding of each street light. This item shall include loading, unloading, and transporting luminaire pole to the construction site if necessary. Measurement and payment for street light installation 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. 102 – 2" Gray PVC Conduit (Schedule 80) (Trench): This work shall include the furnishing and installation of 2” Gray Schedule 80 PVC (Trench) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit, 5-36 Description of Pay Items furnishing and placing backfill, and all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 103 – 2" Gray PVC Conduit (Schedule 80) (Bore): This work shall include the furnishing and installation of 2” Schedule 80 PVC (Bore) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit and all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 104 – 3" Gray PVC Conduit (Schedule 80) (Trench): This work shall include the furnishing and installation of 3” Gray Schedule 80 PVC (Trench) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit, furnishing and placing backfill, and all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 105 – 3" Gray PVC Conduit (Schedule 80) (Bore): This work shall include the furnishing and installation of 3” Gray Schedule 80 PVC (Bore) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit and all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 106 – Electric Conductor (8 AWG) (Bare): This work shall include the furnishing and installation of #8-Gauge bare wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. 5-37 Description of Pay Items Pay Item No. 107 – Electric Conductor (8 AWG) (Insulated): This work shall include the furnishing and installation of #8-Gauge Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 108 – Electric Conductor (6 AWG) (Insulated): This work shall include the furnishing and installation of #6-Gauge Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 109 – Electric Conductor (4 AWG) (Insulated): This work shall include the furnishing and installation of #4-Gauge Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 110 – Electric Conductor (2 AWG) (Insulated): This work shall include the furnishing and installation of #2-Gauge Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 111 – Ground Box (Type D) (162922) W/Apron: This work shall include the furnishing and installation of ground boxes Type D 162922 in accordance with City of Coppell standards and specification 5-38 Description of Pay Items "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard details. Measurement and Payment shall be per each (EA) complete in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 112 – Ground Box (Type D) (Break-In) (162922) W/Apron: This work shall include the furnishing and installation of ground boxes Type D Break-In 162922 in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard details. Measurement and Payment shall be per each (EA) complete in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 113 – Upgrade Existing Electrical Service: Pay Item No. 114 – Elec Srv Ty D 120/240 060(NS)GS(E)PS(U): This work shall include the furnishing and installation of upgraded or new power service and pedestal equipment as shown in construction plans and in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures", and NCTCOG standards, and Item 628 in TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. Power service shall be a in accordance with the Texas Department of Transportation’s Design Division Standards for electrical Details. Measurement and Payment shall be per each (EA) complete in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 115 – Drill Shaft (Traffic Signal Pole) (24 Inch): This work shall include the furnishing and installation of roadway traffic signal pole foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-39 Description of Pay Items Pay Item No. 116 – 3" Gray PVC Conduit (Schedule 80) (Trench): This work shall include the furnishing and installation of 3” Gray Schedule 80 PVC (Trench) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing conduit, furnishing and placing backfill, and all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 117 – Electric Conductor (6 AWG) (Bare): This work shall include the furnishing and installation of #6-Gauge bare wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment for these items shall per linear foot (LF) installed in place. The contract bid price shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work to the satisfaction of the City. Pay Item No. 118 – Aluminum Signs (Ty A): This pay item shall consist of the installation of a Ty A aluminum sign in the locations shown on the construction plans. Each sign shall be constructed in accordance with the City of Coppell standards. 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. 119 – Install Highway Traffic Signal (Upgrade): This work shall include the furnishing and installation of all equipment necessary to make the traffic signal fully operational as well as removing existing equipment that is to be replaced or relocated as part of this signal modification in accordance with TxDOT Bid Item 680 and appropriate TxDOT standard details. This work shall also include relocating opticom preemption devices. In accordance with TxDOT Bid Item 680, a traffic signal is defined as a signalized intersection controlled by a single traffic controller. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 120 – Pedestrian Signal Head (Countdown): This work shall include the furnishing and installation of Pedestrian Signal Heads (LED) (Countdown) in multiple locations of the project in accordance with City of 5-40 Description of Pay Items Coppell standards and specification “Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 121 – Traffic Signal Cable (Type A) (12 AWG)(7 Conductor): This work shall include the furnishing and installation of 7C #12 gauge signal cable in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 122 – Pedestrian Signal Pole Assembly: This work shall include the furnishing and installation of pedestrian signal pole assemblies in multiple locations of the project in accordance with TxDOT Bid Item 687 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 123 – Pedestrian Detector Push Button (Standard): This work shall include the furnishing and installation of pedestrian detector push buttons (Accessible Pedestrian Signals and non-Accessible Pedestrian Signals), and a pedestrian detector controller unit in multiple locations of the project in accordance with TxDOT Bid Item 688 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 124 – Pedestrian Detector Control Unit: This work shall include the furnishing and installation of a pedestrian detector controller unit in multiple locations of the project in accordance with TxDOT Bid Item 688 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 125 – Remove and Relocate Existing Pedestrian Signal Pole: This work consists of the removal, and re-installation of existing City Pedestrian Signal Pole at the locations shown in the construction plan set and as specified by 5-41 Description of Pay Items the ENGINEER. If the existing structure is damaged and needs to be replaced, all costs associated with the replacement shall be subsidiary to this pay item. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. 126 – Establish City Benchmark: This work consists of establishing City Benchmarks at locations determined by the City. CONTRACTOR shall provide three dimensional coordinates for benchmarks once established and shall be reported as State Plane Coordinates. Benchmarks shall be established using the City’s monumentation system and using the City’s combined scale factor. The Contractor shall coordinate with the City regarding the locations of these benchmarks. Measurement and payment for furnishing and installation of the City Benchmarks shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. 127 – Franchise Utility Coordination: This work shall include the costs associated with coordinating any needed franchise utility adjustments. The contractor shall coordinate with the franchise utility companies as needed for proper adjustments and/or relocations. Measurement and Payment shall be made on the basis of the bid price lump sum (LS) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. 128 – Franchise Utility Adjustments: This work shall include the costs associated with any needed franchise utility adjustments. The contractor shall field verify locations of franchise utilities to determine locations that need adjustments. Measurement and Payment shall be made on the basis of the bid price lump sum (LS) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. X-1 – Project Allowance for Water Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $50,000.00 shall be given for any additional work associated with water improvements. Additional work shall be determined by the 5-42 Description of Pay Items Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-2 – Project Allowance for Sanitary Sewer Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $50,000.00 shall be given for any additional work associated with sanitary sewer improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-3 – Project Allowance for Storm Drain Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $50,000.00 shall be given for any additional work associated with storm improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-4 – Project Allowance for Paving Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $50,000.00 shall be given for any additional work associated with paving improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-5 – Project Allowance for Street Illumination Improvements: Projects of this type may require modifications to the contract and/or additional 5-43 Description of Pay Items work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $25,000.00 shall be given for any additional work associated with Illumination Improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-6 – Project Allowance for Landscape Improvements: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $25,000.00 shall be given for any additional work associated with landscaping/irrigation improvements. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-7 – Project Allowance for Utility Coordination: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $25,000.00 shall be given for any additional work associated with utility coordination. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-8 – Project Allowance for Flowable Fill: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $25,000.00 shall be given for any additional work 5-44 Description of Pay Items associated with flowable fill. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. Pay Item No. X-9 – Project Allowance for Irrigation System Repairs: Projects of this type may require modifications to the contract and/or additional work which cannot be foreseen prior to construction. The cost for these modifications and/or additions will be reimbursed from this allowance if approved prior to performing the work. There is no guarantee that this allowance will be used at all. If used it may be used part or in whole at the OWNER’s discretion. A project allowance of $25,000.00 shall be given for any additional work associated with irrigation system repairs. Additional work shall be determined by the Owner. This work excludes any work listed and quantified on the bid proposal or work associated to complete bid items. As approved by OWNER, CONTRACTOR will be given additional working days for additional quantities/work. SECTION 6 TECHNICAL SPECIFICATIONS This page intentionally left blank. CITY OF COPPELL PROJECT SIGN OMTRACTOR’S NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2”X4" STOCK— REINFORCED BEHIND SIGN PANEL AT APPROX. 2’ CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" ö) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: Add QR Code Here 73 104 Item 104 Removing Concrete 1. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 2. CONSTRUCTION Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw-cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations unless otherwise shown on the plans. 3. MEASUREMENT Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. 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. 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 “Removing Concrete” of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing retaining wall footings will not be paid for directly but will be considered subsidiary to this Item. 108 170 Item 170 Irrigation System 1. DESCRIPTION Furnish and install an irrigation system as shown on the plans. 2. MATERIALS Unless otherwise shown on the plans, use materials that meet the following: 2.1. Irrigation Pipe. Use polyvinyl chloride (PVC) pipe meeting ASTM D2241, SDR 13.5, SDR 17, SDR 21; or ASTM D1785, Schedule 40. 2.2. Fittings. Furnish fittings as shown on the plans. PVC fittings must meet ASTM D2466. 2.3. Encasement Pipe. Use PVC pipe meeting ASTM D1785, Schedule 40, with an inside diameter at least 1 in. larger than the outside diameter of the irrigation pipe, unless otherwise shown on the plans. 2.4. Low-Voltage Wire. Use minimum 14 gauge UL-approved wire for direct burial. 2.5. Bentonite Slurry. Use a viscous mixture of commercial bentonite and fresh water containing 2% to 8% bentonite by weight. 2.6. Accessories. Use valves, sprinkler heads, and controllers that meet the requirements shown on the plans. Use backflow preventers that meet the requirements of the controlling water utility authority. 2.7. Electrical Service. Use materials meeting the requirements of Section 170.3.1., “Electrical Service,” for installations requiring over 100 V. 3. CONSTRUCTION Perform irrigation system work under the supervision of a person possessing an irrigator’s license issued by the TCEQ. Provide documentation of this license. Follow the codes of the controlling utility authority for water and electrical connection and service. Coordinate irrigation system installation with plant installation, when plant installation is specified, to ensure that watering requirements are met. Prevent damage to vegetation, slopes, utilities, structures, and other amenities. Repair any damage within the right of way caused by the Contractor. Perform the following activities as required: 3.1. Electrical Service. Construct installations requiring over 100 V in accordance with the details shown on the plans and the pertinent requirements of the following: Item 618, “Conduit,” Item 620, “Electrical Conductors,” Item 622, “Duct Cable,” Item 624, “Ground Boxes,” and Item 628, “Electrical Services.” 3.2. Excavation and Trenching. Excavate and trench to a sufficient depth to provide for a minimum of 12-in. soil cover for all lines or as shown on the plans. Use common trenches for irrigation lines and wire runs where 109 170 feasible. Protect trenches and boring pits less than 5 ft. deep using approved methods. Protect trenches and boring pits 5 ft. deep or deeper in accordance with Item 402, “Trench Excavation Protection,” and Item 403, “Temporary Special Shoring.” 3.3. Boring. Bore at the locations shown on the plans or as directed. Avoid weakening or damaging roadways or other facilities. Bore the lengths in one direction only. Maintain horizontal and vertical alignment to an accuracy of 1 in. in 10 ft. Use water or other approved fluids in connection with boring operations only to lubricate cuttings. Bentonite slurry may be used in unconsolidated soil formations to consolidate cuttings for the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. 3.4. Water Jetting. Use water jetting only when shown on the plans or approved in writing. Water jet the lengths in one direction only. Cease operations and complete all necessary work by boring when jetting operations fail to produce a smooth stable hole. 3.5. Encasement. Provide a minimum of 12 in. of cover over encasement pipe. Cover is measured to the top of the subgrade for paved areas and to the bottom of the slab for sidewalks or non-load-bearing slabs. 3.6. Pipe and Valve Assembly. Assemble pipe and fittings as recommended by the manufacturers. Clean pipe and fittings of dust, dirt, and moisture before assembly. Make connections between plastic pipe and metal valves with threaded fittings and plastic adapters. Install backflow preventers as required by ordinances of the controlling water utility authority. Install pipe, valves, and valve boxes a minimum of 12 in. from sidewalks, buildings, walls, and other objects, or as directed. 3.7. Sprinkler Heads and Drip Tubing. Install sprinkler heads and drip tubing in accordance with the manufacturer’s recommendations at locations shown on the plans or as directed. 3.8. Controller. Install controllers in accordance with the manufacturer’s recommendations at locations shown on the plans or as directed. 3.9. Low-Voltage Wire. Install wire in trenches below the pipe or in a minimum 1-in. PVC pipe with at least 12 in. of cover over its entire run. Install wire in continuous lengths. Splice wire, if required, in valve boxes using waterproof materials. 3.10. Closing and Flushing of PVC Pipe. Cap or plug pipe after installation to prevent entry of foreign materials that would obstruct the flow of water. Leave caps or plugs in place until removal is necessary for completion of the installation. Thoroughly flush all water lines. 3.11. Hydrostatic Tests. Notify the Engineer in writing at least 48 hr. before testing. Center load all pipe with enough backfill to prevent arching or slipping while under pressure. After all welded joints have cured for at least 24 hr., test the main lines from the meter to the valves, with all valves closed, for at least 2 consecutive hours by applying a continuous and static minimum 80-psi water pressure. Repair leaks if necessary and retest. Maintain the lines under static pressure for 24 hr. without leaks before final approval. 3.12. Backfill and Compaction. Backfill trenches and other excavations with soil free of objectionable material after the irrigation system is fully operational, all tests and inspections have been performed, and the results are approved. Backfill and compact in 8-in. layers. Smooth and shape disturbed soil to final grade or as directed. 4. MEASUREMENT This Item will be measured by the lump sum or by each complete system. 110 5. PAYMENT 170 For “lump sum” measurement, the work performed and the materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Irrigation System.” For “each” measurement, the work performed and the materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Irrigation System.” of the design specified. This price is full compensation for furnishing and installing all components; flushing and testing water lines; furnishing and operating equipment; and labor, tools, and incidentals. Protection methods for excavations 5 ft. deep or deeper will be measured and paid for as required under Item 402, “Trench Excavation Protection,” or Item 403, “Temporary Special Shoring.” Electrical work required in accordance with Section 170.3.1., “Electrical Service,” will be measured and paid for under Item 628, “Electrical Services.” Power and water consumed will be paid for by the Department unless otherwise shown on the plans. Backflow preventer, system inspection, and maintenance fees will be paid by the Department unless otherwise shown on the plans. 675 476 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1. DESCRIPTION Furnish and install pipe or box by jacking, boring, or tunneling. 2. MATERIALS Use the following types of pipe or box: corrugated metal pipe meeting Item 460, “Corrugated Metal Pipe,” of the size, type, design, and dimension shown on the plans; reinforced concrete pipe meeting the special requirements for jacking, boring, or tunneling of Item 464, “Reinforced Concrete Pipe,” of the size, strength, and dimension shown on the plans; reinforced concrete box meeting Item 462, “Concrete Box Culverts and Drains,” of the size and type shown on the plans; or other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking, boring, or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking, boring, or tunneling end is below the ground surface. Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed. Provide a positive barrier when the shaft location is within the clear zone of the roadway. Protect excavations deeper than 5 ft. as specified in Item 402, “Trench Excavation Protection,” or Item 403, “Temporary Special Shoring.” Install pipe or box so there is no interference with the operation of street, highway, railroad, or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking, boring, or tunneling. Remove and replace any pipe or box damaged beyond repair at the Contractor’s expense. Backfill shafts or trenches excavated to facilitate jacking, boring, or tunneling immediately after installation of pipe or box. 3.1. Jacking. Provide jacks suitable for forcing the pipe or box through the embankment. Use even pressure to all jacks during operation. Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box. Use joint cushioning of plywood or other approved material. For plywood cushioning material, use 1/2-in. minimum thickness for pipe diameter 30 in. or less, and use 3/4-in. minimum thickness for pipe diameter greater than 30 in. Use 3/4-in. minimum thickness for all boxes. Use cushioning rings of single or multiple pieces. Provide a suitable jacking frame or backstop. Set the pipe or box to be jacked on guides that support the section of the pipe or box, and direct it on the proper line and grade. Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general, excavate the embankment material just ahead of the pipe or box, remove the material through the pipe or box, and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval. Include the design for the jacking head, jacking support or backstop (thrust block), arrangement and position of jacks, and guides in the plan. 676 476 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe. Ensure the excavation for the bottom slab of the box conforms to the grade of the box. Over-excavate, if desired, to provide no more than 2 in. of clearance for the upper portion and sides of the pipe or box. Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box. Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment. Monitor volume of soil excavated to avoid any appreciable over excavation. Pressure- grout any over excavation of more than 1 in. Pressure-grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft. Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end. The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in. in 10 ft. Variation must be regular and in one direction, and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired. The minimum distance for parallel pipe or box jacking or tunneling is 3 ft. or 2 times the diameter of the pipe or width of box, whichever is greater, unless otherwise shown on the plans. 3.2. Boring or Tunneling. Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method. Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box; do not use jetting. Use a gel-forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1., “Jacking.” Pressure-grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods. Use the pilot hole or auger method for drainage and large utility borings. Pressure-grout any over excavation of more than 1 in. Pressure-grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method. Bore a 2-in. pilot hole the entire length of the crossing, and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft. This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method. Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring. Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings. Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure-grouting will not be required for electrical and communication conduit borings. 677 476 Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casing Single Conduit Bores Multiple Conduit Bores Conduit Size (in.) Maximum Allowable Bore (in.) Conduit Size (in.)1 Maximum Allowable Bore (in.) 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1. The diameter of multiple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore. Submit boring diameters for the Engineer’s approval when more than 4 conduits are to be placed in a bore. 3.3. Tunneling. Use an approved tunneling method where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval. Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure-grout the space between the liner plate and the limits of excavation. Pressure-grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints. Make joints by field bolting or connecting bands, whichever is feasible if corrugated metal pipe is used. Make the joints in accordance with Item 464, “Reinforced Concrete Pipe,” if reinforced concrete pipe is used. Make the joints in accordance with Item 462, “Concrete Box Culverts and Drains,” if reinforced concrete box is used. 4. MEASUREMENT This Item will be measured by the foot between the ends of the pipe or box along the flow line. 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. 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 “Jacking, Boring, or Tunneling Pipe” of the type, size, and class specified; or “Jacking, Boring, or Tunneling Pipe” of the type, size, and design specified; or “Jacking or Tunneling Box Culvert” of the size specified. This price is full compensation for excavation, grouting, backfilling, and disposal of surplus material; furnishing pipe, box, and pipe liner materials required for tunnel operations; preparation, hauling, and installing of pipe, box, and pipe liner materials; and materials, tools, equipment, labor, and incidentals. Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, “Trench Excavation Protection,” or Item 403, “Temporary Special Shoring.” 701 500 Item 500 Mobilization 1. DESCRIPTION Establish and remove offices, plants, and facilities. Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. Bonds and insurance are required for performing mobilization. For Contracts with emergency mobilization, provide a person and method of contact available 24 hrs. a day, 7 days a week unless otherwise shown on the plans. The time of notice will be the transmission time of the written notice or notice provided orally by the Department’s representative. 2. MEASUREMENT This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 3. PAYMENT For this Item, the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Except for Contracts with callout or emergency work, mobilization will be paid in partial payments as follows: Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum or 1% of the total Contract amount, whichever is less, When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid or 5% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount, When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount, When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount, Upon final acceptance, 97% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount, and Payment for the remainder of the lump sum bid for “Mobilization” will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance, test, and performance periods provided for in the Contract have been successfully completed. For projects with extended maintenance or performance periods, payment for the remainder of the lump sum bid for “Mobilization” will be made 6 months after final acceptance. 702 500 For Contracts with callout or emergency work, “Mobilization,” will be paid as follows: Payment will be made upon presentation of a paid invoice for the payment of performance bonds and required insurance, Mobilization for callout work will be paid for each callout work request, and Mobilization for emergency work will be paid for each emergency work request. 703 502 Item 502 Barricades, Signs, and Traffic Handling 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., “Safety.” Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor-proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor-proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department’s Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the month. Law enforcement personnel with patrol vehicles will be measured by the hour for each person. 4. PAYMENT 4.1. Barricades, Signs, and Traffic Handling. Except for Contracts with callout work and work orders, 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 “Barricades, Signs, and Traffic Handling.” This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 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 “Barricades, Signs, and Traffic Handling.” This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 704 502 When the plans establish pay items for particular work in the TCP, that work will be measured and paid under pertinent Items. 4.1.1. Initiation of Payment. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. 4.1.2. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. 4.1.3. Maximum Total Payment Before Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.12., “Final Acceptance.” The remaining balance will be paid in accordance with Section 502.4.1.5., “Balance Due.” 4.1.4. Total Payment Quantity. The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order and as adjusted by Section 502.4.1.2., “Paid Months.” An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. 4.1.5. Balance Due. The remaining unpaid months of barricades less non -compliance months will be paid on final acceptance of the project, if all work is complete and accepted in accordance with Article 5.12., “Final Acceptance.” 4.1.6. Contracts with Callout Work and Work Orders. The work performed and the materials furnished with this Item and measured as provided under “Measurement,” will be considered subsidiary to pertinent Items, except for federally funded Contracts. 4.2. Law Enforcement Personnel. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement,” will be paid by Contractor force account for “Law Enforcement Personnel.” This price is full compensation for furnishing all labor, materials, supplies, equipment, patrol vehicle, fees, and incidentals necessary to complete the work as directed. 707 506 Item 506 Temporary Erosion, Sedimentation, and Environmental Controls 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices mus t be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer’s or designer’s specifications. Provide the Contractor Certification of Compliance before performing SWP3 or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWP3, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS Furnish materials in accordance with the following: Item 161, “Compost,” Item 432, “Riprap,” and Item 556, “Pipe Underdrains.” 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding. Provide the following: Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: a double-twisted, hexagonal weave with a nominal mesh opening of 2-1/2 × 3-1/4 in.; minimum 0.0866 in. steel wire for netting; minimum 0.1063 in. steel wire for selvages and corners; and minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., “Sandbags,” except that any gradation of aggregate may be used to fill the sandbags. 708 506 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, “Riprap.” 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non-erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8-in. aggregate for Type 1. Use 2- to 4-in. aggregate for Type 3. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, “Pipe Underdrains,” and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 × 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 × 1-1/5 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.7.2. Fence. Provide orange construction fencing as approved. 2.7.3. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. 2.7.4. Flagging. Provide brightly-colored flagging that is fade-resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst-strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. 709 506 Table 1 Sand Gradation Sieve Size Retained (% by Weight) #4 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net-reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS-6230, “Temporary Sediment Control Fence Fabric.” 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 × 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 × 1-1/2 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 × 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, “Compost.” 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities . Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non-work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on 710 506 how to improve the effectiveness of control measures. Attend the Department’s preconstruction conference for the project. Ensure training is completed as identified in Section 506.3.3., “Training,” by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee’s name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWP3 or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the Department’s preconstruction conference for the project. 3.3. Training. All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project-specific material supply plants within and outside of the Department’s right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project-related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor-proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 711 506 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers’ guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are “Too Wet to Work.” Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor’s operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish-grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 4.4.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor’s option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 712 506 4.4.1.1. Type 1 (Non-Reinforced). Height. At least 18 in. measured vertically from existing ground to top of filter dam. Top Width. At least 2 ft. Slopes. No steeper than 2:1. 4.4.1.2. Type 2 (Reinforced). Height. At least 18 in. measured vertically from existing ground to top of filter dam. Top Width. At least 2 ft. Slopes. No steeper than 2:1. 4.4.1.3. Type 3 (Reinforced). Height. At least 36 in. measured vertically from existing ground to top of filter dam. Top Width. At least 2 ft. Slopes. No steeper than 2:1. 4.4.1.4. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop–double loop pattern on 4- to 5-in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. 4.4.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8-in. lifts to the required elevations. Hand-tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, “Riprap,” when designated on the plans. 4.4.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 4.4.4.1. Long-Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 713 506 4.4.4.2. Short-Term. 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 4.4.6.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 4.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment-Control Fence. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 × 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand-tamp. 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn 714 506 vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment-control fence include the following: fabric with minimal or no visible signs of biodegradation (weak fibers), fabric without excessive patching (more than 1 patch every 15 to 20 ft.), posts without bends, and backing without holes. 4.4.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor’s expense. 4.4.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long × 2 to 4 in. wide × 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non-work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and d ischarge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer’s representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. MEASUREMENT 5.1. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 715 506 5.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.5.2. Volume Measurement. 5.5.2.1. In Place. 5.5.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and the lines, grades and slopes of the accepted embankment for the feature. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under “Earthwork (Erosion and Sediment Control, In Vehicle).” Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 5.6. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 5.7. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment-Control Fence. Installation or removal of temporary sediment-control fence will be measured by the foot. 5.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: erosion-control measures for Contractor project-specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); removal of litter, unless a separate pay item is shown on the plans; repair to devices and features damaged by Contractor operations; added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; 716 506 removal and reinstallation of devices and features needed for the convenience of the Contractor; finish grading and dressing upon removal of the device; and minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Rock Filter Dams. 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 as follows: 6.1.1. Installation. Installation will be paid for as “Rock Filter Dams (Install)” of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.1.2. Removal. Removal will be paid for as “Rock Filter Dams (Remove).” This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for “Rock Filter Dams (Remove)” and for “Rock Filter Dams (Install)” of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.2. Temporary Pipe Slope Drains. 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 “Temporary Pipe Slope Drains” of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for “Temporary Pipe Slope Drains” of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under “Earthwork for Erosion and Sediment Control.” Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, “Riprap.” 6.3. Temporary Paved Flumes. 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 “Temporary Paved Flume (Install)” or “Temporary Paved Flume (Remove).” This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for “Temporary Paved Flume (Remove)” and “Temporary Paved Flume (Install).” These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under “Earthwork for Erosion and Sediment Control.” 717 506 6.4. Construction Exits. Contractor-required construction exits from off right of way locations or on-right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for “Construction Exits (Install)” of the type specified or “Construction Exits (Remove).” This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for “Construction Exit (Remove)” and “Construction Exit (Install)” of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under “Earthwork for Erosion and Sediment Control.” 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. Initial Earthwork for Erosion and Sediment Control. 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 “Excavation (Erosion and Sediment Control, In Place),” “Embankment (Erosion and Sediment Contr ol, In Place),” “Excavation (Erosion and Sediment Control, In Vehicle),” “Embankment (Erosion and Sediment Control, (In Vehicle),” or “Earthwork (Erosion and Sediment Control, In Vehicle).” This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion-control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is full compensation for excavation, embankment, and re-grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion-control features; embankments including furnishing material from approved sources and construction of erosion-control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion-control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter Fence. 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 “Construction Perimeter Fence.” This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for “Construction Perimeter Fence,” which is full compensation for the removal and reinstallation of the construction perimeter fence. 718 506 6.7. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for “Sandbags for Erosion Control” (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for “Sandbags for Erosion Control,” which is full compensation for the reinstallation of the sandbags. 6.8. Temporary Sediment-Control Fence. 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 as follows: 6.8.1. Installation. Installation will be paid for as “Temporary Sediment-Control Fence (Install).” This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as “Temporary Sediment-Control Fence (Remove).” This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.9. Biodegradable Erosion Control Logs. 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 as follows: 6.9.1. Installation. Installation will be paid for as “Biodegradable Erosion Control Logs (Install)” of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.9.2. Removal. Removal will be paid for as “Biodegradable Erosion Control Logs (Remove).” This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 719 508 Item 508 Constructing Detours 1. DESCRIPTION Construct and maintain detours. Remove detours when required. 2. MATERIALS 2.1. Embankment. Use roadway excavation for embankment material or use material from other approved sources. 2.2. Temporary Drainage Pipe. Furnish pipe required for temporary drainage in accordance with details shown on the plans or as directed. Pipe will become the property of the Contractor upon removal. Temporary use of permanent pipe is allowable if the sequence of work permits. If pipe used temporarily is damaged so that it is not acceptable in accordance with applicable Items, it will not be acceptable for incorporation in the final project. The damaged pipe remains the property of the Contractor. 2.3. Base and Surfacing. Furnish base and surfacing materials in accordance with Items as shown on the plans. 3. CONSTRUCTION Construct the detour at the locations and to the lines, grades, and typical sections shown on the plans or as directed, in accordance with pertinent Items. Maintain detours for public travel in a safe and passable condition. Public traffic safety and convenience is essential. Maintain detours in accordance with Section 7.2.4., “Public Safety and Convenience”; Article 7.17., “Contractor’s Responsibility for Work”; and this Item. Remove detours after they are no longer needed for traffic. Removed materials will become the property of the Contractor unless otherwise shown on the plans or directed. Dispose of the materials off the right of way, unless otherwise directed, in accordance with federal, state, and local requirements. If desired, dispose of materials by spreading along the adjacent roadway slopes if allowed. Salvage or stockpile in accordance with pertinent Items if embankment, base, or surfacing is to be reused within the roadway construction or stockpiled for future use. 4. MEASUREMENT This Item will be measured by the square yard of pavement area, or surface area if not paved. 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 “Constructing Detours,” for Constructing Detours by Type as shown on the plans, or for “Constructing Detours (EBSS).” Embankment Base Surface Separate (EBSS) is used when embankment, base, and surface are paid for separately. The price bid for “Constructing Detours” or for Constructing Detours by Type as shown on the plans is full compensation for furnishing all materials required, including embankment, base, and surfacing; excavation and hauling of excavated material; sprinkling and compacting; furnishing, installing, and removing drainage structures; removal of detour; disposal of materials; and equipment, labor, tools, and incidentals. 720 508 The price bid for “Construction Detours (EBSS)” is full compensation for furnishing, installing, and removing drainage structures; removal of detour; disposal of materials; and equipment, labor, tools, and incidentals, except that embankment, flexible base, and surfacing will be measured and paid for in accordance with other pertinent Items. Maintenance of detours constructed will not be paid for directly but will be subsidiary to this Item. Maintenance of pavement on detours that use existing pavement will be paid for in accordance with Article 7.17., “Contractor’s Responsibility for Work.” When the plans require the base and surfacing to be removed and incorporated in the final roadway or stockpiled after use on the detour, the work will be performed, measured, and paid for in accordance with the pertinent Items shown for salvaging, replacing, or stockpiling materials. All other items not specifically addressed in this Article will be paid for under pertinent Items unless otherwise shown on the plans. 730 531 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. 738 5. PAYMENT 531 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.” 797 636 Item 636 Signs 1. DESCRIPTION Installation. Furnish, fabricate, and erect aluminum signs. Sign supports are provided for under other Items. Replacement. Replace existing signs on existing sign supports. Refurbishing. Refurbish existing aluminum signs on existing sign supports. 2. MATERIALS 2.1. Sign Blanks. Furnish sign blank substrates in accordance with DMS-7110, “Aluminum Sign Blanks,” and in accordance with the types shown on the plans. Use single-piece sheet-aluminum substrates for Type A (small) signs and extruded aluminum substrates for Type G (ground-mounted) or Type O (overhead- mounted) signs. 2.2. Sign Face Retroreflectorization. Retroreflectorize the sign faces with flat surface reflective sheeting. Furnish sheeting that meets DMS-8300, “Sign Face Materials.” Use retroreflective sheeting from the same manufacturer for the entire sign face background. Ensure that sign legend, symbols, borders, and background exhibit uniform color, appearance, and retroreflectivity when viewed both day and night. 2.3. Sign Messages. Fabricate sign messages to the sizes, types, and colors shown on the plans. Use sign message material from the same manufacturer for the entire message of a sign. Use screen ink and background reflective sheeting that are from the same manufacturer when fabricating signs. Ensure that the screened messages have clean, sharp edges and exhibit uniform color and retroreflectivity. Prevent runs, sags, and voids. Furnish screen inks in accordance with DMS-8300, “Sign Face Materials.” Fabricate colored, transparent film legend, and retroreflectorized sheeting legend from materials that meet DMS-8300, “Sign Face Materials.” Fabricate non-reflective black film legend from materials meeting DMS-8300, “Sign Face Materials.” Furnish direct-applied route markers and other attachments within the parent sign face unless otherwise specified on the plans. 2.4. Hardware. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. Use plastic or nylon washers to avoid tearing the reflective sheeting. Furnish steel or aluminum products in accordance with DMS-7120, “Sign Hardware.” When dissimilar metals are used, select or insulate metals to prevent corrosion. 3. CONSTRUCTION 3.1. Fabrication. Sign fabrication plants that produce permanent highway signs must be approved in accordance with DMS-7390, “Permanent Highway Sign Fabrication Plant Qualification.” Furnish signs from prequalified fabrication plants listed in the Department’s MPL. 3.1.1. Sign Blanks. Furnish sign blanks to the sizes and shapes shown on the plans and that are free of buckles, warps, burrs, dents, cockles, or other defects. Do not splice individual extruded aluminum panels. 798 636 Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. After cleaning and degreasing, ensure the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. 3.1.2. Sheeting Application. Apply sheeting to sign blanks in conformance with the sheeting manufacturer’s recommended procedures. When using rotational sensitive white sheeting, fabricate signs by applying the sheeting for cut -out legend, symbols, borders, and route marker attachments within the parent sign face with the identification marks or other orientation features in the optimum rotation as identified by the sheeting manufacturer. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. Minimize the number of splices in the sheeting. Overlap the lap-splices by at least 1/4 in. for encapsulated glass bead sheeting unless otherwise recommended by the reflective sheeting manufacturer. Use butt splices for prismatic reflective sheeting. Provide a 1 ft. minimum dimension for any piece of sheeting. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. 3.1.3. Sign Assembly. Assemble extruded aluminum signs in accordance with the details shown on the plans. Sign face surface variation must not exceed 1/8 in. per foot. Surface misalignment between panels in multi- panel signs must not exceed 1/16 in. at any point. 3.1.4. Decals. Code and apply sign identification decals in accordance with Item 643, “Sign Identification Decals.” 3.2. Storage and Handling. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. Damage to the sign face that is not visible when viewed at a distance of 50 ft., night or day, will be acceptable. Replace unacceptable signs. Store all finished signs off the ground and in a vertical position until erected. Store finished sheet aluminum substrate signs in a weatherproof building. Extruded aluminum substrate signs may be stored outside. Stockpile salvageable materials at the location shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of them in accordance with federal, state, and local regulations. 3.3. Cleaning. Wash completed signs in the fabrication shop with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. Wash again before final inspection after erection. 3.4. Installation. Install signs as shown on the plans or as directed. 3.5. Replacement. Remove the existing signs from the existing supports and replace with new signs, including mounting hardware, as shown on the plans. 3.6. Refurbishing. Refurbish existing signs by providing and installing new messages and mounting hardware. Install new retroreflectorized legend and supplemental signs as shown on the plans. 3.7. Documentation. Provide the following documentation from the sign fabricator with each shipment of furnished signs: A notarized original of the Signing Material Statement (Form 2273) with the proper attachments for verification of compliance, and A notarized certification stating that the completed signs were fabricated in accordance with this Item and the plans. 799 4. MEASUREMENT 636 Signs installed or replaced will be measured by the square foot of the sign face. Signs refurbished will be measured by each sign. 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. 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 “Aluminum Signs,” “Replacing Existing Aluminum Signs,” or “Refurbishing Aluminum Signs,” of the type specified. 5.1. Installation. This price is full compensation for furnishing and installing new signs and hardware; fabrication of sign panels; treatment of sign panels required before application of the background materials; application of the background materials and messages to the sign panels; furnishing and fabricating frames, wind beams and stiffeners; furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections; assembling and erecting the signs; preparing and cleaning the signs; and materials, equipment, labor, tools, and incidentals. 5.2. Replacement. This price is full compensation for furnishing and installing new aluminum signs and hardware; removal of existing signs; fabrication of sign panels; treatment of sign panels required before application of the background materials; application of the background materials and messages to the sign panels; furnishing and fabricating frames, wind beams and stiffeners; furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections; assembling and erecting the signs; preparing and cleaning the signs; salvaging and disposing of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. 5.3. Refurbishing. This price is full compensation for modifying existing sign messages; removing and replacing existing route markers, reflectorized legend, or supplemental signs attached to the parent sign; preparing and cleaning the signs; furnishing sheeting and hardware; salvaging and disposing of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. 821 666 Item 666 Retroreflectorized Pavement Markings 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220, “Hot Applied Thermoplastic.” Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, “Hot Applied Thermoplastic.” 2.2. Type II Marking Materials. Furnish in accordance with DMS-8200, “Traffic Paint.” 2.3. Glass Traffic Beads. Furnish drop-on glass beads in accordance with DMS-8290, “Glass Traffic Beads” or as approved. Furnish a double-drop of Type II and Type III drop-on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type III beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that: is maintained in satisfactory condition, meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, is capable of producing the types and shapes of profiles specified, and can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. Use a portable retroreflectometer that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; • has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability 822 666 (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); • can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: at least 40,000 ft. of 4-in. solid or broken non-profile markings per working day at the specified thickness; at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; linear non-profile markings up to 8 in. wide in a single pass; non-profile pavement markings other than solid or broken lines at an approved production rate; a centerline and no-passing barrier-line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non-profile pavement markings shown on the plans; solid and broken lines simultaneously; white line from both sides; lines with clean edges, uniform cross-section with a tolerance of ±1/8 in. per 4 in. width, uniform thickness, and reasonably square ends; skip lines between 10 and 10-1/2 ft., a stripe-to-gap ratio of 10 to 30, and a stripe-gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; beads uniformly and almost instantly on the marking as the marking is being applied; beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and double-drop bead applications using both Type II and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open-traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. Type II Marking Application—Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: that meet the requirements of Tex-828-B, 823 666 that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), using widths and colors shown on the plans, at locations shown on the plans, in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, without abrupt deviations, free of blisters and with no more than 5% by area of holes or voids, with uniform cross-section, density and thickness, with clean and reasonably square ends, that are retroreflectorized with drop-on glass beads, and using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor’s expense in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers,” except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, “Pavement Surface Preparation for Markings,” to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer’s directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., “Cleaning for New Asphalt Surfaces and Retracing of All Surfaces,” as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., “General,” and with a surface temperature above 50°F when measured in accordance with Tex-829-B. 5.3.1.1. Non-Profile Pavement Markings. Apply Type I non-profile markings with a minimum thickness of: 0.100 in. (100 mils) for new markings and retracing water-based markings on surface treatments involving Item 316, “Seal Coat,” 824 666 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I non-profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-B using the tape method. 5.3.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of: 0.060 in. (60 mil) for edgeline markings, or 0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 5.3.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4 -in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop-on beads. 5.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40% to 60% bead embedment. 5.4. Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application: White markings: 250 millicandelas per square meter per lux (mcd/m2/lx) Yellow markings: 175 mcd/m2/lx 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor’s discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, “Mobile Retroreflectivity Data Collection for Pavement Markings,” unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer’s recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if: the combined average retroreflectivity measurement for a one-mile segment meets the minimum retroreflectivity values specified, and no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one-mile segment. 825 666 The Engineer may accept failing one-mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one-mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, “Temporary Road Closure” in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, “Barricades, Signs, and Traffic Handling.” Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor’s expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. 826 666 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. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 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 “Pavement Sealer” of the size specified, “Retroreflectorized Pavement Markings” of the type and color specified and the shape, width, size, and thickness specified as applicable, “Retroreflectorized Pavement Markings with Retroreflective Requirements” of the types, colors, sizes, widths, and thicknesses specified or “Retroreflectorized Profile Pavement Markings” of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, “Pavement Surface Preparation for Markings.” Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type II, paint and beads) used as a sealer for Type I markings (thermoplastic) will be paid for under Item 662, “Work Zone Pavement Markings.” If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 829 672 Item 672 Raised Pavement Markers 1. DESCRIPTION Furnish and install raised pavement markers (RPMs). 2. MATERIALS 2.1. Markers. Furnish RPMs in accordance with the following Department Material Specifications: Reflectorized Pavement Markers. DMS-4200, “Pavement Markers (Reflectorized),” types I-A, I-C, I-R, II-A-A, and II-C- R. Traffic Buttons. DMS-4300, “Traffic Buttons,” types I-A, I-C, I-R, II-A-A, II-C- R, W, Y and B. Round or oval unless otherwise specified on the plans. Plowable Reflectorized Pavement Markers. DMS-4210, “Snowplowable Pavement Markers,” types I-A, I-C, I-R, II-A-A, and II-C- R. The following are descriptions for each type of RPM: Type I-A. The approach face must retro-reflect amber light. The body, other than the retro-reflective face, must be yellow. Type I-C. The approach face must retro-reflect white light. The body, other than the retro-reflective face, must be white or silver-white. Type I-R. The trailing face must retro-reflect red light. The body, other than the retro-reflective face, must be white or silver-white, except for I-R plowable markers which may be black. Type II-A-A. The 2 retro-reflective faces (approach and trailing) must retro-reflect amber light. The body, other than the retro-reflective faces, must be yellow. Type II-C-R. Contain 2 retro-reflective faces with an approach face that must retro-reflect white light and a trailing face that must retro-reflect red light. The body, other than the retro-reflective faces, must be white or silver-white. Type W. Must have a white body and no reflective faces. Type Y. Must have a yellow body and no reflective faces. Type B. Must have a black body and no reflective faces. 2.2. Adhesives. Furnish adhesives that conform to the following requirements: DMS-6100, “Epoxies and Adhesives,” Type II—Traffic Marker Adhesives. DMS-6130, “Bituminous Adhesive for Pavement Markers.” The Contractor may propose alternate adhesive materials for consideration and approval. 2.3. Sampling. The Engineer will sample in accordance with Tex-729-I. 3. CONSTRUCTION Remove existing RPMs in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers,” except for measurement and payment. Furnish RPMs for each class from the same manufacturer. Prepare all surfaces in accordance with Item 678, “Pavement Surface Preparation for Markings,” when shown on t he plans. Ensure the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. 830 672 Establish pavement marking guides to mark the lateral location of RPMs as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place RPMs in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove RPMs placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor’s expense, in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers” (except for measurement and payment). Use the following adhesive materials for placement of reflectorized pavement markers, and traffic buttons unless otherwise shown on the plans: standard or flexible bituminous adhesive for applications on bituminous pavements, and epoxy adhesive or flexible bituminous adhesive for applications on hydraulic cement concrete pavements. Use epoxy adhesive for plowable reflectorized pavement markers. Apply enough adhesives to: ensure that 100% of the bonding area of RPMs is in contact with the adhesive, and ensure that RPMs, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer’s recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and RPM temperature are 40°F or higher. Do not heat bituminous adhesive above 400°F. Machine agitate bituminous adhesive continuously before application to ensure even heat distribution. Machine-mix epoxy adhesive. Apply epoxy adhesive only when pavement temperature is 50°F or higher. Furnish RPMs free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect the adhesive bond. Place RPMs immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro-reflectivity of the RPMs. Provide a 30-day performance period that begins the day following written acceptance for each separate location. The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations. This written acceptance does not constitute final acceptance. Replace all missing, broken or non-reflective RPMs. Visual evaluations will be used for these determinations. Upon request, the Engineer will allow a Contractor representative to accompany the Engineer on these evaluations. The Engineer may exclude RPMs from the replacement provisions of the performance, provided the Engineer determines the failure is a result of causes other than defective material or inadequate installation procedures. Examples of outside causes are extreme wear at intersections, damage by snow or ice removal, and pavement failure. Replace all missing or non-reflective RPMs identified during the performance period within 30 days after notification. The end of the performance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the performance period. 831 4. MEASUREMENT 672 This Item will be measured by each RPM. 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 are required. 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 “Reflectorized Pavement Marker,” “Traffic Button,” or “Plowable Reflectorized Pavement Marker” of the types specified. This price is full compensation for removing existing markers; furnishing and installing RPMs; and materials, equipment, labor, tools, and incidentals. No additional payment will be made for replacement of RPMs failing to meet the performance requirements. 846 685 Item 685 Roadside Flashing Beacon Assemblies 1. DESCRIPTION Installation. Furnish, fabricate, and erect roadside flashing beacon assemblies. Relocation. Remove and relocate existing roadside flashing beacon assemblies. Removal. Remove existing roadside flashing beacon assemblies. 2. MATERIALS Furnish new materials in accordance with the following Items and details shown on the plans: Item 441, “Steel Structures” Item 442, “Metal for Structures” Item 445, “Galvanizing” Item 449, “Anchor Bolts” Item 656, “Foundations for Traffic Control Devices” Provide prequalified flasher controller assemblies from the Department’s MPL in accordance with DMS-11160, “Flasher Controller Assembly.” Provide prequalified pedestal pole bases from the Department’s MPL in accordance with DMS-11140, “Pedestal Pole Base.” When shown on the plans, provide prequalified solar powered flasher controller assemblies from the Department’s MPL in accordance with DMS-11150, “Solar Power Flasher Controller Assembly.” 3. CONSTRUCTION Install foundations for installation and relocation in accordance with Item 656, “Foundations for Traffic Control Devices.” 3.1. Fabrication. Provide poles and bases in accordance with Item 687, “Pedestal Pole Assemblies.” Provide mild steel anchor bolts in accordance with Item 449, “Anchor Bolts.” Use galvanized bolts, nuts, and washers. 3.2. Galvanizing. Galvanize all fabricated parts in accordance with Item 445, “Galvanizing.” Repair galvanizing for any steel part or member damaged in assembly, transit, or erection, or any steel part or member welded after galvanizing, in accordance with Section 445.3.5., “Repairs.” 3.3. Installation. Install roadside flashing beacon assemblies at the locations shown on the plans or as directed. Stake the assembly locations for verification by the Engineer unless otherwise shown on the plans. Install pole, breakaway base, connectors, wiring, signal beacons, sign, and foundation as shown on the plans, or as directed. Install the flasher controller assembly on the electrical service pole. Install watertight breakaway electrical fuse holders in all line and neutral conductors at the breakaway base. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company before beginning such work. Install solar panels, batteries, and battery box (when required) as shown on the plans or as directed. 847 685 3.4. Relocation. Disconnect and isolate the electrical power supply before removal of the assembly. Remove existing assembly as directed. Salvage existing components such as sign, beacons, pole, and base unless otherwise directed. Repair or replace lost or damaged components as directed. Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 685.3.3., “Installation.” Remove existing foundations in accordance with Section 685.3.5., “Removal.” Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.5. Removal. Disconnect and isolate existing electrical power supplies before removal of the assembly. Remove existing sign panel, beacons, pole, and base from existing assembly. Store items to be reused or salvaged without damaging. Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Remove abandoned foundations, including steel, to 2 ft. below the finished grade unless otherwise shown on the plans. Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 4. MEASUREMENT This Item will be measured by each installed, relocated, or removed roadside flashing beacon assembly. 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 “Install Roadside Flashing Beacon Assemblies,” “Install Roadside Flashing Beacon Assemblies (Solar Powered),” “Relocate Roadside Flashing Beacon Assemblies,” “Relocate Roadside Flashing Beacon Assemblies (Solar Powered),” “Remove Roadside Flashing Beacon Assemblies,” or “Remove Roadside Flashing Beacon Assemblies (Solar Powered).” The Department will pay for electrical energy consumed by the roadside flashing beacon. New conduit will be paid for under Item 618, “Conduit,” except for conduit in the foundation and within 6 in. of the foundation. New electrical conductors will be paid for under Item 620, “Electrical Conductors.” New tray cable will be paid for under Item 621, “Tray Cable.” New duct cable will be paid for under Item 622, “Duct Cable.” New ground boxes will be paid for under Item 624, “Ground Boxes.” New electrical services will be paid for under Item 628, “Electrical Services.” New signs will be paid for under Item 636, “Signs.” New signal heads will be paid for under Item 682, “Vehicle and Pedestrian Signal Heads.” New traffic signal cable will be paid for under Item 684, “Traffic Signal Cables.” 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the roadside flashing beacon assemblies including poles and bases; solar power flashing controller assemblies including battery box (when required); foundations; conduit in the foundation and within 6 in.of the foundation; furnishing and placing anchor bolts, nuts, washers, and templates; controller; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing the roadside flashing beacon assemblies; removing battery box (when required); removing existing foundations; installing new foundations; installing new conduit in the foundation and within 6 in.of the foundation; furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work; controller; salvaging; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. 848 685 5.3. Removal. This price is full compensation for removing the various roadside flashing beacon assemblies components; removing the foundations; storing the components to be reused or salvaged; disposal of unsalvageable materials; backfilling and surface placement; loading and hauling; and materials, equipment, tools, labor, and incidentals TEXAS DEPARTMENT OF TRANSPORTATION 849 – 3 LAST REVIEWED: SEPTEMBER 2014 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS What is City currently calling for? FRONT 18” 12” BACK 24” ANCHOR LOCK FLANGE ROOT BARRI- EP Series Root Barrier Panels Made from injection molded High Impact Polypropylene (HIPP) with a unique factory installed joiner strip that eases installation. EP Series Panels include a “T” top edge to prevent root overgrowth and an Anchor Lock™ external flange at the base to lock panels in the ground. Suitable for all planting installations. Available in 12”, 18”, 24”, and 36” depths. Specifications: EP Series Panels have a minimum thickness of 0.090 inches, and are made of 50% post consumer High Impact Polypropylene with built in U.V. inhibitors to ensure longevity. The EP Root Barrier Panels have 1/2” raised vertical ribs running perpendicular to the panel and 6” on center. All EP Series Panels feature a 3/8” wide “T” top edge and an external ground anchor base flange that is 1/8” wide. 36” ASTM SPECIFICATIONS EP SERIES ROOT BARRIER PANELS PROPER- TIES TENSILE STRENGTH YIELD ELONGATION FLEXURAL MODULUS NOTCHED IZOD IMPACT ROCKWELL HARDNESS ASTM TEST (UNITS) D638 (PSI) D638 D790A (PSI) D256 (PSI) D785 VALUES 3,600-4,200 12% 150,00 3.0 @ 73°F R70 RECOMMENDED INSTALLATION SURROUND APPLICATION PANELS PLACED AROUND ROOT BALL, AT SUFFICIENT DISTANCE TO ALLOW PROPER BACKFILL OF MATERIALS. LINEAR / ROOT PRUNING APPLICATION PANELS PLACED DIRECTLY ADJACENT TO THE HARDSCAPE BEING PROTECTED. 851 N. Harvard Avenue Lindsay, CA 93247 800-726-1994 PART NUMBER DESCRIPTION COLOR PACKAGE QTY. WT. EA (LBS) PRODUCT CLASS EP-1250 12” X 24” ROOT BARRIER PANEL BLACK 25 1.56 50LP EP-1850 18” X 24” ROOT BARRIER PANEL BLACK 25 1.80 50LP EP-2450 24” X 24” ROOT BARRIER PANEL BLACK 25 2.12 50LP EP-3650 36” X 24” ROOT BARRIER PANEL BLACK 25 3.20 50LP Thinning of Tree Canopy Only contractors with a Certified Arborist on staff or retainer should be allowed to submit bids. That Certified Arborist will be expected to make regular appearances at the job site for supervision. All pruning shall follow ISA’s Tree Pruning Guidelines or most recent ANSI A300 Pruning Standards, and ANSI Z133.1 Safety Standards Medium pruning: (see diagram) includes removal of deadwood greater than one-inch diameter and specialty treatments (raising branch height, site clearance, crossing or broken branches, thinning canopy). Removal of lowest branches to a prescribed height of 7 feet over sidewalks, 14 feet over streets. Up to 15% of canopy may be removed. SECTION 7 STANDARD FORMS Contractor's Application for Payment No. Application Period: Application Date: To (Owner): From (Contractor): Via (Engineer): Project: Contract: Owner's Contract No.: Contractor's Project No.: Engineer's Project No.: Application For Payment Change Order Summary 1. ORIGINAL CONTRACT PRICE.......................................................... $ 2. Net change by Change Orders................................................................ $ Payment of: $ (Line 8 or other - attach explanation of the other amount) is recommended by: (Engineer) (Date) Payment of: $ (Line 8 or other - attach explanation of the other amount) is approved by: (Owner) (Date) Approved by: Funding or Financing Entity (if applicable) (Date) EJCDC® C-620 Contractor's Application for Payment © 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-1 Approved Change Orders Number Additions Deductions Cost ($) Calendar Days Cost ($) Calendar Days 3. Current Contract Price (Line 1 ± 2)....................................................... $ 4. TOTAL COMPLETED AND STORED TO DATE (Column F total on Progress Estimates)................................................. $ 5. RETAINAGE: a. X Work Completed......... $ b. X Stored Material........... $ c. Total Retainage (Line 5.a + Line 5.b)............................ $ 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5.c)........................... $ 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)....... $ 8. AMOUNT DUE THIS APPLICATION................................................ $ 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G total on Progress Estimates + Line 5.c above)..................... $ TOTALS NET CHANGE BY CHANGE ORDERS 10. CALENDAR DAYS USED ON PROJECT 11. CURRENT CONTRACT DAYS (540 + Net Change) 12. PROJECT DAYS REMAINING (Line 11 - Line 12) 12a. CONTRACT DAY INC/DECR PENDING CHG ORDER Contractor's Certification The undersigned Contractor certifies, to the best of its knowledge, the following: (1) All previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with the Work covered by prior Applications for Payment; (2) Title to all Work, materials and equipment incorporated in said Work, or otherwise listed in or covered by this Application for Payment, will pass to Owner at time of payment free and clear of all Liens, security interests, and encumbrances (except such as are covered by a bond acceptable to Owner indemnifying Owner against any such Liens, security interest, or encumbrances); and (3) All the Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. (4) Project days remaining reflects true, full, and accurate accounting of work days utilized and remaining in accordance with the Contract Documents as of the date of signature. No adjustments to "current contract days" for previous time impacts will be made unless identified on a pending change order, and reflected on line 12a. Contractor Signature By: Date: EJCDC® C-620 Contractor's Application for Payment © 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-2 Progress Estimate - Lump Sum Work Contractor's Application For (Contract): Application Number: Application Period: Application Date: Work Completed E F G A B C D Materials Presently Stored (not in C or D) Total Completed and Stored to Date (C + D + E) % (F / B) Balance to Finish (B - F) Specification Section No. Description Scheduled Value ($) From Previous Application (C+D) This Period Totals EJCDC® C-620 Contractor's Application for Payment © 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-3 Progress Estimate - Unit Price Work Contractor's Application For (Contract): Application Number: Application Period: Application Date: A B C D E F Item Contract Information Estimated Quantity Installed Value of Work Installed to Date Materials Presently Stored (not in C) Total Completed and Stored to Date (D + E) % (F / B) Balance to Finish (B - F) Bid Item No. Description Item Quantity Units Unit Price Total Value of Item ($) Totals EJCDC® C-620 Contractor's Application for Payment © 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-4 Stored Material Summary Contractor's Application For (Contract): Application Number: Application Period: Application Date: A B C D E Subtotal Amount Completed and Stored to Date (D + E) F G Bid Item No. Supplier Invoice No. Submittal No. (with Specification Section No.) Storage Location Description of Materials or Equipment Stored Stored Previously Amount Stored this Month ($) Incorporated in Work Materials Remaining in Storage ($) (D + E - F) Date Placed into Storage (Month/Year) Amount ($) Date (Month/ Year) Amount ($) Totals Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-5 CERTIFICATE OF SUBSTANTIAL COMPLETION Owner: Owner's Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: This [preliminary] [final] Certificate of Substantial Completion applies to: All Work The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Work or portion thereof designated above is hereby established, subject to the provisions of the Contract pertaining to Substantial Completion. The date of Substantial Completion in the final Certificate of Substantial Completion marks the commencement of the contractual correction period and applicable warranties required by the Contract. A punch list of items to be completed or corrected is attached to this Certificate. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance, and warranties upon Owner's use or occupancy of the Work shall be as provided in the Contract, except as amended as follows: [Note: Amendments of contractual responsibilities recorded in this Certificate should be the product of mutual agreement of Owner and Contractor; see Paragraph 15.03.D of the General Conditions.] Amendments to Owner's responsibilities: None As follows Amendments to Contractor's responsibilities: None As follows: The following documents are attached to and made a part of this Certificate: [punch list; others] This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents, nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract. EXECUTED BY ENGINEER: RECEIVED: RECEIVED: By: By: By: (Authorized signature) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title: Title: Date: Date: Date: EJCDC® C-625, Certificate of Substantial Completion. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-6 Work Change Directive No. Date of Issuance: Effective Date: Owner: Owner’s Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: Contractor is directed to proceed promptly with the following change(s): Description: Attachments: [List documents supporting change] Purpose for Work Change Directive: Directive to proceed promptly with the Work described herein, prior to agreeing to changes on Contract Price and Contract Time, is issued due to: [check one or both of the following] Non-agreement on pricing of proposed change. Necessity to proceed for schedule or other Project reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price $ [increase] [decrease]. Contract Time days [increase] [decrease]. Basis of estimated change in Contract Price: Lump Sum Unit Price Cost of the Work Other RECOMMENDED: AUTHORIZED BY: RECEIVED: By: By: By: Engineer (Authorized Signature) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title: Title: Date: Date: Date: Approved by Funding Agency (if applicable) By: Date: Title: EJCDC® C-940, Work Change Directive. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-7 Change Order No. Date of Issuance: Effective Date: Owner: Owner's Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: The Contract is modified as follows upon execution of this Change Order: Description: Attachments: [List documents supporting change] CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] from previously approved Change Orders No. to No. : [Increase] [Decrease] from previously approved Change Orders No. to No. : Substantial Completion: $ Ready for Final Payment: days Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] of this Change Order: [Increase] [Decrease] of this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for Final Payment: days or dates RECOMMENDED: ACCEPTED: ACCEPTED: By: By: By: Engineer (if required) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title Title Date: Date Date Approved by Funding Agency (if applicable) By: Date: Title: EJCDC® C-941, Change Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-8 Field Order No. Date of Issuance: Effective Date: Owner: Owner’s Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: Contractor is hereby directed to promptly execute this Field Order, issued in accordance with General Conditions Paragraph 11.01, for minor changes in the Work without changes in Contract Price or Contract Times. If Contractor considers that a change in Contract Price or Contract Times is required, submit a Change Proposal before proceeding with this Work. Reference: Specification(s) Drawing(s) / Detail(s) Description: Attachments: ISSUED: RECEIVED: By: By: Engineer (Authorized Signature) Contractor (Authorized Signature) Title: Title: Date: Date: Copy to: Owner EJCDC® C-942, Field Order. APPENDIX A GEOTECHNICAL REPORT GEOTECHNICAL INVESTIGATION PAVEMENT RECONSTRUCTION ROYAL LANE COPPELL, TEXAS AGG REPORT: DE22-089 OCTOBER 12, 2022 PREPARED FOR: TNP INC. PRESENTED BY: Geotechnical Engineering – Construction Services – Construction Materials Engineering Testing 3228 Halifax Street - Dallas, TX 75247 Ph. 972.444.8889 FX. 972.444.8893 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION .................................................................................................................... 1 1.1 PROJECT DESCRIPTION .................................................................................................... 1 1.2 PURPOSE AND SCOPE .......................................................................................... 1 2.0 FIELD INVESTIGATION ........................................................................................................ 1 3.0 LABORATORY TESTING ..................................................................................................... 2 4.0 SITE AND SUBSURFACE CONDITIONS .......................................................................... 2 4.1 GENERAL SITE CONDITIONS ............................................................................... 2 4.2 SUBSURFACE CONDITIONS................................................................................. 2 4.3 SITE GEOLOGY ........................................................................................................ 3 4.4 GROUNDWATER CONDITIONS ............................................................................ 3 5.0 ANALYSIS AND SUBGRADE RECOMMENDATIONS .................................................... 3 5.1 SOIL MOVEMENTS .................................................................................................. 3 5.2 OPTIONAL SITE MODIFICATION TO REDUCE SOIL MOVEMENTS ............ 4 5.3 PROOFROOLING AND FILL PLACEMENT ......................................................... 4 5.4 CEMENT STABILIZED SOILS ............................................................................... 5 5.5 FLEX BASE ................................................................................................................ 6 5.6 RECOMPACTED PAVEMENT SUBGRADE ........................................................ 6 6.0 PAVEMENT SECTION RECOMMENDATIONS ................................................................ 7 6.1 PAVEMENT CONSIDERATIONS ........................................................................... 9 7.0 TREE EFFECTS ..................................................................................................................... 9 8.0 FIELD SUPERVISION AND DENSITY TESTING ............................................................. 9 9.0 LIMITATIONS ........................................................................................................................ 10 BORING/CORING LOCATION PLAN LOGS OF BORINGS FIGURES FIGURE NO 1 2 thru 12 LEGEND: KEY TO LOG TERMS & SYMBOLS ---------------------------------------------------------- 13 SWELL RESULTS 14 SOLUBLE SULFATES RESULTS 15 LIME SERIES TEST RESULTS 16 APPENDIX CORE PHOTOS ALLIANCE GEOTECHNICAL GROUP DE22-089 ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 10 GEOTECHNICAL INVESTIGATION PAVEMENT RECONSTRUCTION ROYAL LANE COPPELL, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of reconstructing approximately 10,300 linear feet of Royal Lane from West Sandy Lake Road to Interstate 635 in Coppell, Texas. The existing alignment currently consists of a four-lane divided concrete roadway overlaid with asphalt that is showing distress in multiple areas. It is understood that the new pavement will also be designed as a four-lane divided concrete thoroughfare with a center median. We understand that the same roadway grades and alignment will stay the same (no widening). 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) provide boring logs that present subsurface conditions encountered including water level observations and laboratory test results, 3) provide comments on the presence and effect of expansive soils on the proposed roadway reconstruction, and 4) provide pavement subgrade preparation and concrete pavement section recommendations. This investigation was performed in accordance with AGG Proposal P22-0311E dated March 9, 2022. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling eleven (11) test borings (Borings B-1 thru B-11) along the proposed pavement alignment. The test borings were drilled to depths of 10 feet below the existing ground surface. In addition, pavement cores were taken at each of the test boring locations prior to drilling. The pavement thickness at the core locations were measured and are reported on the Logs of Borings (Figures 2 thru 12). Photographs of the pavement cores are provided in the Appendix to this report. A truck-mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the approximate locations shown on the Plan of Borings (Figure 1). ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 20 Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The results of the boring program are presented on the Logs of Borings (Figures 2 thru 12). A key to the descriptive terms and symbols used on the logs are presented in Figure 13. 3.0 LABORATORY TESTING The laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, percent passing #200 sieve tests, moisture content tests and dry unit weight determinations. Hand penetrometer tests were performed on the soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. The results of these tests are presented on the Logs of Borings (Figures 2 thru 12). To provide additional information about the swell characteristics of these soils at their in-situ moisture conditions, absorption swell tests were performed on selected samples of the clay soils (Figure 14). In addition, soluble sulfate testing was performed on selected samples (Figure 15). Lime series tests were performed to determine optimum amount of lime for stabilization (Figure 16). 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of reconstructing approximately 10,300 linear feet of Royal Lane from West Sandy Lake Road to Interstate 635 in Coppell, Texas. The existing pavement is in poor to fair condition with many areas previously being patched. See Plan of Borings (Figure 1) for site location and aerial view. 4.2 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Boring Logs. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 30 4.3 SITE GEOLOGY As shown on the Dallas Sheet of the Geologic Atlas of Texas, the site is located in an area underlain by Terrace Deposits over the Eagle Ford Shale Formation. The Eagle Ford Formation typically consists of interbedded layers of clay, weathered clay shale and shale. Soils derived from this formation are typically highly plastic clays exhibiting a high shrink/swell potential with variations in moisture content. These Eagle Ford shaley clay soils typically have very high soluble sulfate levels and are corrosive to buried concrete and metals. The overlying Terrace Deposits generally consist of gravel, sand, silt & clay. 4.4 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Groundwater was not encountered within the test borings during drilling operations. For safety purposes, the borings were immediately backfilled upon completion prior to moving to the next boring location. Therefore, delayed water level readings were not obtained. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions and rainfall. 5.0 ANALYSIS AND SUBGRADE RECOMMENDATIONS 5.1 SOIL MOVEMENTS The subsurface exploration revealed the presence of highly expansive clay and shaley clay soils and moderately expansive sandy clay and silty clay soils. The clay and shaley clay soils will have a high to very high shrink/swell potential depending upon the soil moisture condition at the time of construction. The sandy clay and silty clay soils will have a low to moderate shrink/swell potential depending upon soil moisture conditions at the time of construction. Potential soil swell movements were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil. The soils well movement values based upon the current soil moisture conditions at the boring locations have been estimated to be on the order of 2 to 3 inches beneath the existing pavement due to soil swelling (outside of the tree influenced areas). It should be noted that the clay soils outside of tree influenced areas were generally in a moist to ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 40 average moisture condition at the time of this investigation. If the clay soils were allowed to significantly dry prior to pavement construction, the potential soil swell heave could exceed 6 inches. The potential soil swell heave is estimated to exceed 6 inches at this time in tree influenced areas. There is a potential for over 4 inches of differential soil swell heave between tree influenced areas and non-tree influenced areas. Note 1: If the trees are to be removed (or if they die due to reconstruction activities or for any other reason in the future) differential pavement movements would potentially occur as described above. Site preparation work would have to be performed if any tree is removed or killed during construction in order to lower the potential differential movements. If trees are to be removed and it is desired for the potential soil swell movements to be reduced, Alliance Geotechnical Group should be contacted to provide recommendations in order to reduce the movements to acceptable levels. Note 2: If the existing trees near the roadway remain, differential pavement settlements caused by ground shrinkage associated with moisture absorption by the root systems will occur as the trees continue to mature. In order to minimize future pavement settlements, it is recommended that root barriers be installed within tree influenced areas. An aborist should be consulted for recommendations related to root barriers. See Section 7.0 for tree effects. It is imperative that all cracks and joints in the pavement be sealed and maintained by routine sealing in order to minimize differential pavement deflections caused by soil swelling. It is also imperative that positive drainage be provided along the pavement edges to prevent ponding near the curb lines. 5.2 OPTIONAL SITE MODIFICATION TO REDUCE SOIL MOVEMENTS As mentioned above, differential upward pavement movements could occur at this site due to soil swelling. If the magnitude of differential pavement movement that exists at this site is not acceptable, site preparation work will have to be performed in order to lower the potential differential movements to acceptable levels. Moisture conditioning can be accomplished by excavation and moisture conditioning of the in-situ soils in compacted lifts. Recommendations can be provided upon request. 5.3 PROOFROOLING AND FILL PLACEMENT After removing the existing pavement and prior to placing any required fill, the exposed subgrade should be proofrolled. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. The proofrolling operations should be performed under the direction of a qualified ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 50 geotechnical engineer. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Any resulting void areas should be backfilled to finished subgrade in 8-inch compacted lifts as specified below. Note: A two-foot-thick layer of soft clay was encountered at Boring B-5. These soft clays should be over-excavated and removed as specified below. After completion of proofrolling, the ground surface should then be scarified to a depth of 8 inches and recompacted to levels specified below prior to placement of additional fill. We recommend that fill be placed in 8 inch horizontal lifts. Clay fill materials should be placed in 8 inch loose lifts and compacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698. The clay soils should be compacted at optimum to +3% of its optimum moisture content. The upper eight (8) inches of pavement subgrade should be compacted to a minimum of 98% of ASTM D698 at -1% to +2% of optimum moisture. 5.4 CEMENT STABILIZED SOILS The subsurface materials anticipated at pavement subgrade will vary from lime-treated soils, clayey sand, base and cement treated base based upon the results of the test borings. These materials react with cement which serves to improve their support value and provide firm, uniform subgrade beneath the paving. A design mix could be performed to determine the optimum amount of cement required to achieve the required compressive strength for design (150 psi in 7 days). If a mix design is not performed, we recommend that a mininum of 8% of cement (58 pounds per square yard per 8-inch depth) be used for stabilization. A paddle agitated truck should be used to allow the cement to slurry to be applied uniformly. An acceptable gradation for pulveration (prior to cement treatment) would be 100% passing the 1-3/4” sieve, 85% passing the ¾” sieve, and 60% passing the No.4 sieve prior to spreading cement. Cement treatment, final mixing, shaping and compaction must be achieved within 2 hours. The cement stabilization should be performed in accordance with TxDOT Item 275 and Tex-120-E (including curing requirements). We recommend that the cement stabilization extend 2 feet beyond the edges of pavement in order to reduce effects of shrinkage during extended dry periods. The cement stabilized base should be compacted at -2% to +2% of optimum to a minimum of 98% of ASTM D698. Mixing, shaping and compaction must be achieved within 2 hours after adding cement. ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 60 Note: Final gradation and fine grading must be completed prior to final compaction per TxDOT Item 275. The asphalt pavement overlay should be placed directly on top of hard undisturbed cement stabilized milled asphalt that has been continuously moisture cured. 5.5 FLEX BASE In lieu of performing cement stabilization, eight (8) inches of flex base could be used. The flex base should consist of crushed “Chico” stone and/or recycled crushed concrete base. The flex base should be compacted at optimum to +2% above optimum to a minimum of 95% of Modified Proctor density (ASTM D1557). The base materials should comply with TxDOT Item 247, Type D, Grade 1. After proofrolling, the upper eight (8) inches of pavement subgrade should be scarified and compacted prior to placing flex base. The upper eight (8) inches of the subgrade clay soils should be compacted at -1% to +2% of optimum moisture to a minimum of 98% of Standard Proctor density (ASTM D 698). If a rain event occurs prior to placing the flex base, the subgrade should be aerated and re-tested prior to flex base placement. 5.6 RECOMPACTED PAVEMENT SUBGRADE In lieu of performing cement stabilization or using flex base, the concrete pavement thickness should be increased and placed directly on compacted subgrade soils. The upper 8 inches of subgrade soil should be compacted at -1% to +2% of optimum moisture to a minimum of 98% of Standard Proctor density (ASTM D 698). Prior to placing fill and subgrade compaction, the subgrade should be proofrolled. Proofrolling should be performed in accordance with Section 5.3 of this report. Only on-site soil (comparable to the underlying subgrade soil) should be used for fine grading the pavement areas. After fine grading, the subgrade should again be watered if needed and re-compacted in order to re-achieve the moisture and density levels discussed above and provide a tight non-yielding subgrade. Sand should not be allowed for use in fine grading the pavement areas. Sand should be specifically prohibited beneath pavement areas during final grading since these more porous soils can allow water in flow, resulting in heave and strength loss of subgrade soils. The subgrade moisture content and density must be maintained until paving is completed. The subgrade should be watered just prior to paving to assure concrete placement over a moist ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 70 subgrade. If a rain event occurs prior to paving, the subgrade should be aerated and re- tested prior to paving. 6.0 PAVEMENT SECTION RECOMMENDATIONS The pavement section recommendations provided below were designed based upon AASHTO Guide for Design of Pavement Structures using WinPAS 12 computer program and based upon the following design traffic data. We understand that the design traffic consists of average daily traffic volume (ADT) from Bethel Road to Interstate 635 of 16,713 vehicles with 7,893 traveling northbound and 8,820 traveling southbound. The percent heavy duty trucks is currently unknown. However, we understand that the surrounding area is mainly industrial and significant amounts of heavily loaded vehicles are anticipated. AGG has used 10% heavy vehicles for design purposes. This anticipated percentage is similar to what the City of Dallas uses for similar pavement classifications. If the percent of heavy vehicles is determined to be different than 10%, AGG should be contacted in order to revise the pavement recommendations. For the heavily loaded vehicles, we have assumed 25% buses and 75% 18-wheeler traffic. A summary of the inputs used in WinPAS are provided below: Design E 18’s: 20 year Design: 1,942,206 Initial Serviceability: 4.5 Terminal Serviceability: 2.5 Modulus of Rupture: 588 psi (4,000 psi concrete) Elasticity Modulus: 3,392,000 psi Effective k-value: 250 psi/in - cement-stabilization Effective k-value: 250 psi/in – crushed concrete flexbase Effective k-value: 50 psi/in – recompacted subgrade Reliability Level: 95% Standard Deviation: 0.39 Load Transfer J: 2.7 (adequate edge support) Drainage Coefficient: 1.0 Tables 1 presents the recommended pavement sections for the proposed pavement sections. ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 80 TABLE 1 - RECOMMENDED PAVEMENT SECTIONS ROYAL LANE *4,000 psi (at 28 days) for machine finish. The concrete strength should be increased to 4,500 psi at 28 days for hand finish. A minimum 28-day flexural strength of 588 psi. Note: The above pavement sections are based upon adequate pavement edge support being provided. If adequate pavement edge support is not provided, the above pavement thicknesses should be increased by one (1) inch. Concrete quality will be important in order to produce the desired flexural strength and long- term durability. We recommend that the concrete have 5% entrained air plus or minus 1%. The concrete should be placed at a slump of 4 inches plus or minus 1 inch for hand pours and a slump of 2 inches plus or minus 1 inch for machine finish pours. Proper joint placement and design is critical to pavement performance. Load transfer at all joints and maintenance of watertight joints should be provided. Control joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and sealed as soon as possible to avoid infiltration of water. Our previous experience indicates that joint spacing on 12 to 15-foot centers have generally performed satisfactorily. It is our recommendation that the concrete pavement be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18−inch centers in each direction. PCC SECTION 12 inches Portland Cement Concrete (4,000 psi Concrete)* 8 inches Cement Stabilized Subgrade (Section 5.4) OR 12 inches Portland Cement Concrete (4,000 psi Concrete) * 8 inches Flex Base (Section 5.5) OR 13.5 inches Portland Cement Concrete (4,000 psi Concrete) * 8 inches Recompacted Subgrade (Section 5.6) 20-YEAR DESIGN LIFE ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 90 6.1 PAVEMENT CONSIDERATIONS All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are active and differential heave within the paving areas will occur. The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Granular backfill materials, which could hold water behind the curb, should not be permitted. Compacted clay soils should be used behind the curb. Flat pavement grades should be avoided. 7.0 TREE EFFECTS Medium to large mature trees are present along the proposed alignment with drip lines that extend near or over the pavements. The roots of mature trees absorb large amounts of moisture from the supporting soils to depths of over 15 feet. The lateral limits of tree root influence extend at least 5 feet beyond the unpruned drip line (and to much greater distances when the ground beneath the drip lines is paved and/or if multiple trees are present in the area which occurs at this site). To reduce future settlement after construction, root barriers and/or irrigated tree wells should be considered. An arborist or landscape architect should be contacted regarding the required depth of the root barrier and whether or not this is a viable solution. 8.0 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per 100 linear feet for the roadways. Supervision by the field technician and the project engineer is required. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all site and subgrade preparation and pavement placement be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 10 0 9.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group should be notified to review the effects on the performance of the proposed recommendations. The recommendations given in this report were prepared exclusively for the use of client and their client and consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP DE22-089 PAGE 11 0 FIGURES Project No: DE22-089 PLAN OF BORINGS/CORES PAVEMENT RECONSTRUCTION ROYAL LANE COPPELL, TEXAS Figure No: 1 LOG OF BORING B-1 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 9/1/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 3.5" ASPHALT over 8" CONCRETE Brown Lime-treated CLAY, w/ gravel pieces (FILL) Tan calcareous shaley CLAY, blocky, jointed, w/ 5 calcareous depoists Tan shaley CLAY, jointed, blocky, w/ iron stains 37 42 29 30 22 34 29 30 12 46 104 95 4.5++ 4.5 3.5 4.5 4.25 4.5 4.0 4.5+ 10 Boring terminated at 10 feet 15 20 25 30 35 Notes: FIGURE:2 Alliance Geotechnical Group, Inc. LOG OF BORING B-2 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/30/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI % -200 % DD pcf P.PEN tsf UNCON ksf Strain % 0 5 10 15 20 25 30 35 Notes: 1.5" ASPHALT over 8.5" CONCRETE Dark brown and dark gray clayey SAND, w/ gravel (lime-treated) Dark gray CLAY, jointed, w/ calcareous nodules, iron stains and gravel pieces w/ trace sand (FILL) Dark gray silty CLAY, jointed, w/ iron stains 3.0 28 59 21 38 2.75 1.5 20 2.5 2.25 2.75 2.5 Brown silty CLAY, jointed, w/ iron stains and calcareous nodules 23 2.5 2.5 Boring terminated at 10 feet FIGURE:3 Alliance Geotechnical Group, Inc. LOG OF BORING B-3 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 9/1/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI % -200 % DD pcf P.PEN tsf UNCON ksf Strain % 0 5 10 15 20 25 30 35 Notes: 1.5" ASPHALT, 9" CONCRETE 10" Gray Lime-Treated CLAY Dark gray CLAY, jointed, w/ iron stains and trace calcareous nodules 34 45 42 3 2.5 2.25 2.5 2.25 Brown sandy silty CLAY, jointed, w/ calcareous nodules and iron stains 24 2.5 2.5 Tan and gray sandy silty CLAY, jointed, w/ iron stains and calcareous nodules 23 2.5 3.0 Boring terminated at 10 feet FIGURE:4 Alliance Geotechnical Group, Inc. LOG OF BORING B-4 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/30/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI % -200 % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 10.5" CONCRETE Dark gray Lime-treated CLAY (FILL) 36 Dark brown, tan and gray sandy CLAY, jointed, w/ trace gravel (FILL) 23 56 21 35 2.2 2.75 5 Dark gray CLAY, jointed 2.75 2.5 Dark gray and brown silty CLAY, jointed, w/ iron stains 23 2.5 3.25 Gray and tan CLAY, jointed, w/ iron stains 4.0 4.0 10 Boring terminated at 10 feet 15 20 25 30 35 Notes: FIGURE:5 Alliance Geotechnical Group, Inc. Notes: FIGURE:6 Alliance Geotechnical Group, Inc. LOG OF BORING B-5 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/30/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 9" CONCRETE and 7" BASE Soft brown and gray CLAY, jointed, w/ calcareous nodules and iron stains (FILL) Dark gray CLAY, jointed, w/ calcareous nodules and iron stains 5 Brown and gray CLAY, jointed, w/ calcareous nodules and iron stains Light brown and gray CLAY, jointed, w/ calcareous nodules, deposits and iron stains 10 Boring terminated at 10 feet 33 67 30 29 21 46 1.0 0.75 1.5 2.0 2.0 2.0 3.0 2.75 3.0 15 20 25 30 35 Notes: FIGURE:7 Alliance Geotechnical Group, Inc. LOG OF BORING B-6 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/31/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 7" CONCRETE and 10" BASE Gray and tan sandy CLAY, w/ iron stains, calcareous 23 nodules and sand lenses (FILL) 23 5 Gray and tan CLAY, jointed, w/ calcareous nodules and 24 iron stains Tan and gray calcareous CLAY, w/ numerous calcareous nodules, deposits and iron stains 18 50 18 32 103 3.0 2.5 3.5 4.0 3.5 3.0 4.5 4.5+ 4.5+ 10 Boring terminated at 10 feet 15 20 25 30 35 Notes: FIGURE:8 Alliance Geotechnical Group, Inc. LOG OF BORING B-7 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/30/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 9.5" CONCRETE 8" Cement treated BASE Dark brown, brown and tan sandy CLAY, w/ calcareous nodules (FILL) 5 Tan sandy silty CLAY, jointed, w/ calcareous nodules Tan CLAY, jointed, w/ calcareous nodules 18 43 25 21 27 17 26 3.75 2.75 3.0 2.0 2.5 2.5 2.0 2.75 10 Boring terminated at 10 feet 15 20 25 30 35 LOG OF BORING B-8 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/31/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI % -200 % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 8" CONCRETE Tan and brown Lime-treated CLAY, jointed, w/ calcareous nodules (FILL) 29 46 29 17 1.75 28 85 3.5 Tan sandy silty CLAY, jointed, w/ calcareous nodules, 22 105 3.75 iron stains 3.25 5 3.25 3.75 18 112 4.5 Tan CLAY, jointed 2.5 3.5 10 Boring terminated at 10 feet 15 20 25 30 35 Notes: FIGURE:9 Alliance Geotechnical Group, Inc. LOG OF BORING B-9 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/31/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 1.5" ASPHALT over 9.5" CONCRETE Gray and dark brown Lime-treated CLAY (FILL) Brown CLAY, jointed, w/ iron stains Tan CLAY, jointed, w/ iron stains, calcareous nodules and deposits 5 Tan CLAY, jointed 10 Boring terminated at 10 feet 34 46 27 27 25 29 17 85 101 2.0 2.5 2.25 2.5 2.75 2.75 2.25 3.25 15 20 25 30 35 Notes: FIGURE:10 Alliance Geotechnical Group, Inc. LOG OF BORING B-10 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 8/31/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI % -200 % DD pcf P.PEN tsf UNCON ksf Strain % 0 5 10 15 20 25 30 35 Notes: 2" ASPHALT over 9" BASE Dark gray Lime-treated CLAY 43 47 31 16 Gray CLAY, jointed, w/ calcareous nodules and iron stains 30 31 60 27 33 85 1.5 1.5 1.75 1.5 1.5 2.0 Tan and gray CLAY, w/ iron stains and calcareous nodules 29 2.5 2.75 Boring terminated at 10 feet FIGURE:11 Alliance Geotechnical Group, Inc. LOG OF BORING B-11 Project: Pavement Reconstruction - Coppell, TX Project No.: DE22-089 Date: 9/1/2022 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC LL PL % % % PI -200 % % DD pcf P.PEN tsf UNCON ksf Strain % 0 2" ASPHALT over 8" CONCRETE Gray Lime-treated CLAY, w/ gravel pieces 36 Dark brown CLAY, jointed, w/ iron stains and 27 calcareous nodules 29 5 Brown and dark brown CLAY, jointed, w/ iron stains and 50 36 14 63 20 43 2.5 2.0 2.5 2.75 10 15 20 25 30 35 Notes: FIGURE:12 Alliance Geotechnical Group, Inc. calcareous nodules 26 2.75 Tan CLAY, jointed, w/ iron stains and calcareous 3.0 nodules 28 2.75 2.75 Boring terminated at 10 feet Symbol Description Strata symbols Asphaltic Paving CLAY, sandy KEY TO LOG TERMS & SYMBOLS Symbol Description CLAY, Calcareous Cement Treated BASE Soil Samplers Description not given for: "QCO" Auger CLAY, shaley Thin Wall Shelby Tube SAND, clayey CLAY CLAY, silty Lime-Treated CLAY Sandy Silty CLAY Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (%) MC = natural moisture content (%) PL = plastic limit (%) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:13 Alliance Geotechnical Group, Inc. SWELL TEST RESULTS PROCEDURE: 1. The subject sample is placed in a confined ring. Then, the design load (including overburden) is applied to the sample. 2. The confined ring with the sample is then submerged with free water with surfactant and allowed to swell completely. 3. Once the swell movement stabilized, the design load was removed and the sample was retrieved for final moisture content determination. Project No: DE22-089 SWELL TEST RESULTS PAVEMENT RECONSTRUCTION COPPELL, TEXAS FIGURE 14 BORING NO. DEPTH (FEET) UNIT WEIGH T IN-SITU MOISTUR E CONTENT FINAL MOISTUR E CONTENT LOAD (PSF) VERTICA L SWELL % B-1 5-6 103.8 21.6 23.8 688 1.4 9-10 94.5 29.2 30.2 1188 1.0 B-6 5-6 102.6 23.2 24.7 688 1.2 B-8 3-4 104.5 22.1 23.6 438 1.5 7-8 111.7 18.3 19.9 938 2.5 B-9 7-8 101.1 25.1 26.4 938 1.1 SOLUBLE SULFATES RESULTS Project No: DE22-089 SOLUBLE SULFATES RESULTS PAVEMENT RECONSTRUCTION COPPELL, TEXAS FIGURE 15 BORING NO. DEPT H (FEET) SOLUBLE SULFATES B-1 1-2 <100 B-2 2-3 <100 B-3 1-2 <100 B-4 1-2 <100 B-5 2-3 <100 B-6A 1-2 <100 B-7 2-3 <100 B-8A 1-2 <100 B-9A 1-2 <100 B-10 1-2 <100 LIME SERIES RESULTS Project No: DE22-089 LIME SERIES TEST RESULTS PAVEMENT RECONSTRUCTION COPPELL, TEXAS FIGURE NO: 16 BORING NO. DEPTH (FEET) LIME ADDED (%) LIQUI D LIMIT (%) PLASTI C LIMIT (PL) PLASTICIT Y INDEX (PI) B-5 2-3 0% 67 21 46 4% 60 42 18 6% 59 42 17 8% 57 44 13 10% 56 45 11 B-6 2-3 0% 50 18 32 4% 45 29 16 6% 43 28 15 8% 42 29 13 10% 42 31 11 APPENDIX PLAN OF BORINGS Photo 1: Core B-1 Photo 2: Core B-2 Photo 3: Core B-3 Photo 4: Core B-4 Note: 2" Asphalt layer exists over the core. This asphalt layer fell apart during coring and was not recoverable. Photo 5: Core B-5 Photo 6: Core B-6 Photo 7: Core B-7 Photo 8: Core B-8 Photo 9: Core B-9 Photo 10: Core B-10 Photo 11: Core -11