ST9302-CN 980825CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SAND Y LAKE ROAD
PAVING, DRAINAGE, & WATER SYSTEM IMPROVEMENTS
PROJECT # ST 93-02
BID # QO598-O7
DWU Contract No. 98-311F
The City With A Beautiful Future
FOR
THE CITY OF COPPELL, TEXAS
SEPTEMBER
1998
.::/ Kimley-Horn
/~ Associates, Inc.
and
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
0 WNER:
CHANGE ORDER:
SAND Y LAKE ROAD PROJECT # ST 93-02
ED BELL CONSTRUCTION COMPANY
CITY OF COPPELL
#6
DATE:
10/20/00
ADD:
Item
#38a
DELETE:
Quantity
1
Unit
LS
#38 28 LF
Description
66" transition structure near Sta. 55+63
66" Class IlI RCP
TOTAL Addition
TOTAL CHANGE ORDER #6
Unit Price
27,630.48
180.00
TotaiPr~e
$27,630.48
($5,040.00)
$22,590.48
$22,590.48
Previous Contract Amount
Total Change Order #6
Revised Contract Amount
Net Increase in Contract Time of Completion
Revised Contract Time of Completion
$9,940,809.37
$ 22,590.48
$9,963,399.85
14 Days
1055 Days
The contractor hereby accepts this contract adjustment as a final and complete adjustment in
full accord and satisfaction of all past and future liability originating under any clause in the
A~wner Date
Recommen y ity Engineer
Agreed~yCo actor
Date
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER:
SANDY LAKE ROAD PROJECT # ST 93-02
ED BELL CONSTRUCTION COMPANY
CITY OF COPPELL
#5
DATE:
5/9/00
Item I Quantity[ Unit ] Descripaon #
MacArthur Boulevard Intersection Improvements
Item #, quantity, unit, description and prices listed on attached page.
I I TOTAL Addition ~
TOTAL CHANGE ORDER #5
IUnit Price
Total Price
51,211,687.07
$1,211,687.07
Previous Contract Amount
Total Change Order #5
Revised Contract Amount
Net Increase in Contract Time of Completion
Revised Contract Time of Completion
$8,729,122.30
1,211,687.07
$9,940,809.37
120 Days
1041 Days
The contractor hereby accepts this contract adjustment as a f'mal and complete adjustment in
full accord and satisfaction of aH past and future Hability originating under any clause in the
reason fo his r ' ion to the Contract.
Co by / ~;.~
Accepted by O~ner ~ Date
R City Engineer
Agr ' ~ee~ ~/~~actor
Date
Date
Page l of 2
MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS
ITEM DESCRIPTION UNIT QUANTITY PRICE
I Mobilization LS 1.00 $226,000.00
2 ROW Preparation LS 1.00 $60,000.00
3 Field Office LS 1.00 $10,000.00
4 Rem Concrete and HMAC SY 6.207.00 $4.00
5 Rem Concrete Curb LF 1,267.00 $2.50
6 Rein Headwall EA 4.00 $500.00
7 Rem Existing RCP LF 426.00 $10.00
8 Rein Guardrail LF 90.00 $10.00
9 Rein Concrete Flumes LF 69.00 $50.00
10 Rein Brick/Stone Wall LF 530.00 $10.00
11 Rem Electrical Box EA 2.00 $200.00
12 Rem Grate Inlet EA 1.00 $500,00
13 Undassified Street Excavation CY 7,513.00 $3.00
14 8' Limed Subgrade SY 9,502.00 $1.35
15 Hydrated Lime TN 185.00 $85.00
16 8' Concrete Pavement SY 6,449.00 $24.88
17 6" Concrete Curb LF 3.202.00 $1.50
18 2' TY D HMAC Transition SY 898.00 NO BID
19 6" HMAC Transition Pavemenl SY 931.00 $30.00
20 6" TY D HMAC Curb LF 259.00 $15.00
21 4" Concrete Sidewalk SY 298.00 $20.00
22 Concrete Pavers SY 2, 165.00 $58.00
23 Concrete Driveways SY 356.00 $30.00
24 HMAC Driveways SY 158.00 $50.00
25 Concrete Header LF 100.00 $15.00
26 Metal Beam Guardrail LF 75.00 $20.00
27 Laydown Terminal EA 1.00 $1,100.00
28 18" CL III RCP LF 436.00 $32.00
29 21" CL III RCP LF 129.00 $35.00
30 24" CL Ill RCP LF 232.00 $41.00
31 27" CL I11RCP LF 138.00 $46.00
32 33' CL III RCP LF 122.00 $50.00
33 10" PVC Sewer LF 20.00 $48.00
34 21" PVC Sewer LF 548.00 $140.00
35 Recessed 6' Curb Inlet EA 2.00 $1.700.00
36 Recessed 8' Curb Inlet EA 2.00 $2,000.00
37 Recessed 10' Curb Inlet EA 1.00 $2,100.00
38 Recessed 14' Curb Inlet EA 1.00 $3,000.00
39 Standard 10' Curb Inlet EA 2.00 $2,100.00
40 Standard Y Inlet (3 sides) EA 2.00 $2,200.00
41 Standard 6' TY A Storm Drain Manhole EA 2.00 $2,000.00
42 Standard Manhole Extra Depth (>6') EA 5.00 $150.00
43 Standard Sanitary Sewer Manhole (6') EA 4.00 $1,500.00
44 Sanitary Manhole Extra Depth (>6') EA 10.00 $150.00
45 24' TY C Headwall EA 1.00 $2.000.00
46 33" TY C Headwall EA 1.00 $2,500.00
47 Adjust Existing Sanitary Sewer Manhole EA 4.00 $850.00
48 Adjust Exiisting Water Meter Valve Boxes EA 10.00 $120.00
49 Traffic Signal Installation - MacArthur Blvd. LS 1.00 $210.000.00
50 2" PVC Conduil (Direct Buds:l) LF 850.00 $3.50
51 30'-0" Sq Painted Pole w/2-250 W HPS Fixtures & Foundation EA 4.00 NO BID
52 Temporary Roadway LS 1.00 $50,000.00
53 4" Topsoil SY 3,669.00 $2.50
54 Hydromulch SY 3,669.00 $1.25
55 Storm Water Prevention Plan (SWPPP) LS 1.00 $12.500.00
Pavement Markings LS 1.00 $17,500.00
TOTAL
EXTENSION
$226,000.00
$60,000.00
$10,000.00
$24.828.00
$3.167.50
$2,000.00'
$900.00
$3,450.00'
$5,300.00
$500.00'
$22.539.00
$12.827.70
$15.725.00
$160.451.12
$4,803.00
NO BID
$27,930.00
$3,885.00
$5,960.00
$125,570.00
$10,680.00
$7,900.00
$1,500.00
$1.500.00
$1,100.00
$13,952.00
$4,515.00
$9,512.00
$6,348.00
$7,320.00
$960.00
$76,720.00
$3.400.00
$2.100.00
$3.000.00
$750.00
$6,000.00
$1,500.00
$2,000.00
$2,500.00
$3,400.00
$1,200.00
$210,000.00
$2,975.00
NO BID
$50.000.00
$9,172.50
$4.586.25
$12.500.00
$17,500.00
$1,211.687.07
Page 2 of 2
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER:
Item Quantity Unit
85 929 LF
86 24 LF
91 26 LF
93 1 EA
97 1 EA
100 1 EA
117 929 LF
Additional Pay Items:
1 EA
2 EA
1 LS
1724 SY
SANDY LAKE ROAD PROJECT # ST 93-02
ED BELL CONSTRUCTION COMPANY
CITY OF COPPELL
#4 DATE:
Description
30" RCCP Water Line
24" RCP Water Line
6" DIP Water Line
30" Gate Valve
6" Gate Valve
Fire Hydrant
Trench Safety
36" Closure
24" Closure
Concrete Pavement Repair
HMAC Pavement Repair
Total Addition
TOTAL CHANGE ORDER #4
Unit Price
84.00
150.00
38.00
35,000.00
650.00
2,100.00
.10
14,000.00
12,000.00
10,000.00
22.50
1/31/00
Total Price
78,036.00
3,600.00
988.00
35,000.00
650.00
2,100.00
92.90
14,000.00
24,000.00
10,000.00
38,790.00
$207,256.90
$207,256.90
Previous Contract Amount
Total Change Order #4
Revised Contract Amount
Net Increase in Contract Time of Completion
Revised Contract Time of Completion
$8,521,865.40
207,256.90
$8,729,122.30
30 Days
921 Days
The contractor hereby accepts this contract adjustment as a final and complete adjustment in
full accord and satisfaction of all past and future liability originating under any clause in the
~ oas~4w~~~t~' ~
Accepted b er Date
I(~ ?de~'~" ~,~.oo
Reco~e:. y City Engineer Date
Agreed to acto
Date
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER:
SANDY LAKE ROAD PROJECT # ST 93-02
ED BELL CONSTRUCTION COMPANY
CITY OF COPPELL
#3
DATE:
10/12/99
ADD:
Item Quantity] Unit
17,185 CY
Description
1/2 sack additional cement per cubic yards of
machine poured concrete
TOTAL Addition
TOTAL CHANGE ORDER #3
Unit Price
2.44
Total Price
41,931.40
$41,931.40
$41,931.40
Previous Contract Amount
Total Change Order #3
Revised Contract Amount
Net Increase in Contract Time of Completion
$8,479,934.00
41,931.40
$8,521,865.40
0 Days
The contractor hereby accepts this contract adjustment as a final and complete adjustment in
full accord and satisfaction of all past and future liability originating under any clause in the
Cont ' ' ' to the Contract.
Accepted by Ow r Date
Reco~mme y Engineer
Agreed to by C or
io.t~,-~q
Date
Date
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR
0 WNER:
CHANGE ORDER I/:
SANDY LAKE ROAD PROJECT It ST 93-02
ED BELL CONSTRUCTION COMPANY
CITY OF COPPELL
2
DATE:
8/23/99
ADD:
Item #
Quantity unit
50 LF
2 EA
2 EA
280 LF
1050 LF
360 LF
I EA
2 EA
9 EA
1 EA
9 EA
1 EA
2 Tons
1 EA
Description
Extend drain line from property line W sewer
Connect lateral into storm drain
Install cleanout at property line
6" Sch 40 PVC electric conduit (bored)
6" Sch 40 PVC electric conduit (open cut)
2" Sch 40 PVC electric conduit (open cut)
Remove / Replace Air release valve at Sta. 11 + 50
16"x8" RCCP wet tapping sleeve & valve
16"x8" DIP tapping sleeve & valve
16"x4" DIP tapping sleeve & valve
16"xl" DIP service connection
16"x2" DIP service connection
Ductile iron fittings
Reconnect sanitary sewer line @ STA 15 + 77.13
TOTAL Addition
DELETE:
Item # Quantity Unit Description
87 400 LF 16" water main
96 8 EA 8" gate valve
97 1 EA 6" gate valve
98 1 EA 4" gate valve
103 12 EA Connection to existing water main
106 9 EA 1" water service
108 1 EA 2" water service
116 400 LF Remove 16" water main
TOTAL Deletion
TOTAL CHANGE ORDER #2
Unit Price
22.50
550.00
300.00
24.00
8.00
3.50
1,950.00
2,680.00
3,025.00
3,180.00
1,840.00
1,300.00
2890.00
580.00
Unit Price
62.00
800.00
650.00
520.00
1,050.00
1,000.00
1,500.00
6.00
Total Price
1,125
1,100
600
6,720
8,400
1,260
1,950
5,360
27,225
3,180
16,560
1,300
5,780
580
$81,140
Total Price
(24,800)
(6,400)
(650)
(520)
(12,600)
(9,ooo)
(1,5oo)
(2,4oo)
($57,870)
$23,270.00
Previous Contract Amount
Total Change Order #2
Revised Contract Amount
Net Increase in Contract Time of Completion
Revised Contract Time of Completion
$8,456,664.00
$23,270.00
$8,479,934.00
27 Days
891 Days
The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and
satisfaction of all past and future liability originating under any c~~~the n tract by reason~/~/~for this revision
to the Contract. ~ ~,t'~ 9' '~;;; ~
R~o~ ngineer e
Agreed t ra or Date
K~MLE*Y-HORN AND ASSOCIATES, INC.
801 Cherry Street, Suite 1100
Fort Worth, TX 76102
Date: April 12, 1999
CHANGE OR EXTRA WORK ORDER NO. 1
PROJECT DESCRIPTION:
CONTRACT:
OWNER:
CONTRACTOR:
ORIGINAL CONTRACT AMOUNT:
Coppell Sandy Lake Road Paving, Drainage, and Water
System Improvements
06108700
City of Coppell, Texas
Ed Bell Construction Company
$8,436,364.00
Item Approx.
No. Quantity
1. 1 LS
2. 1 LS
3. 1 LS
CHANGE OR EXTRA WORK TO BE PERFORMED
Decrease in
Description of Item
Temporary 8" water service at STA 8+85
Permanent 6" water service at STA 62 + 30
Temporary water service and tap at STA 62+30
Contr. Price
Increase in
Contr. Price
$5,412.50
$12,178.00
$2,709.50
Total Increase in Contract Amount
Total Decrease in Contract Amount
Net Increase (Decrease) in Contract Amount
Revised Contract Amount
Net Increase/(Decrease) in Contract Time of Completion
Revised Contract Time of Completion
Recommended by Kimley-Horn and Associates, Inc.
By
Accepted by Co~.ra r
$0
$20,300.00
$20,300.00
$8,456,664.00
14 days
864 days
Approved by er
By
1 - Contractor
1 - KHA Office
TABLE OF CONTENTS
Section I -
Section 2 -
Section 3 -
Section 4 -
Section 5 -
Section 6 -
Page #
Bidding and Contract Documents
1-1
Notice to Bidders
Instructions to Bidders
Proposal/Bid Forms
Prevailing Wage Rates
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
Addendum No. 1
1-2
1-3
1-13
1-57
1-61
1-67
1-68
1-69
1-71
1-73
NA
City of Coppe!!'s Supplementary Conditions
to the NCTCOG Standard Specifications for
Public Works Construction
2-1
Special Provisions to Standard Specifications for Construction 2-9
For this project, the Standard Specifications for Public Works
Construction - North Central Texas, as prepared by the North
Central Texas Council of Governments and the City of Coppeil
Standard Construction Details shall govern all work to be done,
together with any additional Special Specifications or Specific
Project Requirements included herein.
City of Coppell Specific Project Requirements
3-1
City of Coppeil Description of Pay Items
4-1
Dallas Water Utilities Information to Bidders, Special Provisions,
and Description of Pay ltems 5-1
Special Specifications
6-1
Division 1 - General Provisions
01220
01310
01720
Project Meetings
Schedules, Reports, Payments
Project Record Documents
TABLE OF CONTENTS Contin
Page #
Section 6 -
Special Specifications
Division 1 - General Provisions
6-1
01220
01310
01720
Project Meetings
Schedules, Reports, Payments
Project Record Documents
Division 2 - Site Work
02514 Concrete Flatwork
02518 Modular Pavers
02810 Landscape Irrigation System
02813A Site Masonry
02813B Stone Masonry/Stone Veneer
Division 6 - Underground Conduit Construction
06400 Pipelines Crossing Highways, Streets, and Railroads By Boring,
Tunneling, or Open-Cut
06714 Bar Wrapped Concrete Cylinder Pipe
06773 Polyethylene Wrapping For Ductil~ Iron Pipe
SECTION I
BIDDING AND CONTRACT DOCUMENTS
NOTICE TO BIDDERS
The Cit~' of Coppell is accepting bids for Sandy Lake Road Paving, Drainage, and Water
System Improvements / ST 93-02. Specifications may be obtained at a nonrefundable cost of
$100.00 from Kimley-Horn and Associates. Inc.. Suite l l00, 801 Cherry Street, Fort Worth,
Texas 76102 or telephone (817) 335-6511. Sealed bids addressed to the Purchasing Agent.
City of Coppell, Texas. for the construction of the Sandy Lake Road Pavin2, Draina2e, and
Water System lmorovements / ST 93-02 will be received in the Purchasing Office at the City.
of Coppell Town Center, 225 Parkway Boulevard, until 2:00 P,M,, Thursdaw Autust 6,
1998 and then publicly opened and read aloud. Each Bidder shall submit two identical copies
of this bid with the City, of Coppell Bid No, Q0598-07 designated clearly on the exterior of the
bid envelope.
A pre-bid conference will be held at 2:00 P.M., Tuesday, July 21, 1998 at the Coppell
Municipal Building located at 255 Parkway Boulevard, Coppell. Texas. Attendance is not
mandatory for prospective bidders. Representatives of the Owner and Engineer will be present
to discuss the project. Engineer will transmit to all prospective bidders of record such
Addenda as Engineer considers necessary in response to questions arising at the conference.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable
or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids.
The Owner reserves the right to accept the alternate bid of a Contractor that did not submit the
lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids: the City of Coppell
assumes no responsibility, for errors or misinterpretations resulting from the use of incomplete
sets of Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal propert>.' to be incorporated into the project. (Note: This procedure max, 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 propert>,', the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The CiW 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 propert>') 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.
1-2 Bidding Documents-
INSTRUCTIONS TO BIDDERS
Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard
Specifications for Public Works Construction - North Central Texas latest addition, as
prepared by the NCTCOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
who 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 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, and the proposed Contract Documents
(including all Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents, it shall be understood as referring to Kimley-Horn and Associates, Inc., Suite
1 I00, 801 Cherry Street, Fort Worth, TX 76102.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This project is located along Sandy Lake Road Right-of-Way from Denton Tap Road to
MacArthur Boulevard. The work consists of the construction of 8" reinforced concrete
paving, concrete drainage channel, storm drain, and water system improvements.
3. Copies of Bidding Documents.
3.1
Complete sets of the Bidding and Contract Documents may be obtained from Kimley-Horn
and Associates, Inc., Suite 1100, 801 Cherry Street, Fort Worth, TX 76102 for $100.00
(nonrefundable). Complete sets of the City of Coppell Standard Construction Details may
be obtained from the Purchasing Agent at the Office of the City of Coppell, 255 Parkway
Boulevard, Coppell, Texas for $50.00 (nonrefundable) for 24" x 36" full size prints and
$15.00 for 11" x 17" reduced size prints. The following general requirements pertain to
the Bidding Documents:
A)
No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B)
After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents and City of Coppell Standard Construction Details at no
1-3
Bidding Documents
Revised Addendum No. 1
charge. Additional sets of Contract Documents over five (5) will be furnished for
$1130.00 per set (nonrefundable). Additional sets of City of Coppell Standard
Construction Details will be fumished for $50.00 per set (nonrefundable) for
24" x 36" full size prints and $15.00 for 11" x 17" reduced size prints.
c)
Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
3.2
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3
The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant
for any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. 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 and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, prope~y and expeditiously and shall state what additional equipment, if
any, that he must rent/lease as may be required to complete this project.
1-4
Bidding Documents
Revised Addendum No. 1
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
fmancial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
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 empl. oyee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
Examination of Contract Documents and Site.
Access to the site shall be from Sandy Lake Road Right-of-Way. Prospective Bidders shall
respect all improvements. It is the responsibility of each Bidder before submitting a Bid, to
(a) examine the Contract Documents thoroughly, Co) visit the site to become familiar with
local conditions that may affect cost, progress, performance or fumishing 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 Documems. 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. The submission of a bid will constitute an
incontrovertible representation by Bidders that they have visited the project site prior
to the bid date.
1-5
Bidding Documents
Revised Addendum No. 1
6.2
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where
construction comes in close proximity to existing structures or utilities, or if it becomes
necessary to move services, poles, guy wires, pipelines, or other obstructions, it shall be the
Contractor's responsibility to notify and cooperate with the utility or structure owner. The
utility lines and other existing structures shown on the plans are for information only and
are not guaranteed by the City to be complete or accurate as to location and/or depth. It
shall be the Contractor' s responsibility to verify locations and depths sufficiently in advance
of construction such that necessary adjustments may be made to allow for the proper
installation. The Contractor shall be liable for damage to any utilities resulting from the
construction of this project.
6.3
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or fumishing of the Work and which Bidder deems necessary to
determine its Bid for performing and fumishing the Work in accordance with the time,
price and other terms and conditions of the Contract Documents.
6.4
On request in advance, 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 upon completion of such
explorations.
6.5
The lands upon which the Work is to be performed, rights-of-way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are
identified in the Contract Documents.
6.6
The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and fumishing 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.
Bidding Documents
1-6 Revised Addendum No. 1
7.2
8.2
8.3
10.
Interpretations and addenda.
All questions about the meaning or intern of the Contract Documents are to be directed to
the Purchasing Agent. Interpretations or clarifications considered necessary by the
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge
on the bid proposal that all Addenda issued have been received.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
Contract Time.
The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor' s Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed.
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shah submit a
detailed Progress and Schedule chart to the Owner for approval.
Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Five Hundred dollars ($500.00) per day.
Substitute or "Or-Equal" Items.
The Contract, ff 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
fumished 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.
1-7
Bidding Documents
Revised Addendum No. 1
11. Subcontractors, Suppliers, and Others.
11.1
If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions
of the Work for which such identification is requested. Such list shall be accompanied by
an experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder' s
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1
Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shah be filled in for each item for which a
quantity is given and the Bidder shah state the price for which he proposes to do each item
of work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By "
If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attomey
evidencing authority to sign the bid in the name of the person for whom it is signed.
Bidding Documents
1-8 Revised Addendum No. 1
14.
15.
16.
16.1
16.2
If the bid is made by a firm or partnership, the name and post office address of the
managing member of the finn 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 finn or
panners.
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.
Estimates of Quantities.
The quantifies listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids. Payments will be made to the Contractor only for the actual
quantifies of work performed or materials fumished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 .hrkway Boulevard, P.O. Box 478,
Coppell, Texas 75019 until 2:00 P.M., Thursday, August 6, 1998, and then publicly
opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed
envelope and marked with the Project title, City of Coppell Bid No. Q0598-07 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 Sandy Lake Road Paving, Drainage, and Water System
Improvements - ST 93-02" on the face of it and addressed to the Purchasing Agent, City
of Coppe!i, Texas.
Modification and Withdrawal of Bids.
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.
If, within twenty-four hours after the Bids are opened, any Bidder f'des 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.
1-9
Bidding Documents
Revised AdderMum No. 1
17. Rejection of Bids.
19.
19.1
19.2
19.3
19.4
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, finn or parmership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for nineW (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to
reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of
the Project to make an award to that Bidder, whether. because the Bid is not responsive or
the Bidder is unqualified or has doubtful fmancial 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.
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,
completion time, and other data, as may be requested in the Bid form or prior to the Notice
of Award.
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.
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 fmancial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
Bidding Documents
1-10 Revised Addendum No. 1
19.5
19.6
20.
21.
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the proscribed time.
ff 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.
If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and fumish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
Affidavit of Bills Paid.
Prior to fmal acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and 'local laws. Contractor shall not hire
nor work any illegal alien.
23. Notice to Proceed.
24.
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 Contractor shall
commence work within ten (10) calendar days after the date of Notice to Proceed.
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
1-11
Bidding Documents
Revised Addendum No. 1
breakdown of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description conceming any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
26. Change Orders.
27.
28.
29.
30.
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.
Assigmnent.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
Venue.
This agreement will be govemed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
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.
Bid Security
Each bid must be accompanied by a certified check of the bidder, or a bid bond duly
executed by the bidder as principal and having as surety thereon a surety company
approved by the Owner, in the amount of 5 % of the bid. Such checks or bid bonds
will be returned to all except the three lowest bidders within thirty days after the
opening of bids and the remaining checks or bid bonds will be returned promptly after
the owner and the accepted bidder have executed the contract or, if no award has been
made within sixty days after the date of the opening of bids, upon demand of the bidder
at any time thereafter, so long as he has not been notified of the acceptance of his bid.
1-12
Bidding Documents
Revised Addendum No. 1
BID FORM
PROJECT IDENTIFICATION: Sandy Lake Road Paving, Drainage, and Water
System Improvements -
Project//ST 93-02, in Coppen, TX.
BID OF Ed BoB Construction Company DATE 6 Aug 98
(NAME OF FIRM)
THIS BID IS SUBMITFEi} TO:
City of Coppen (hereinafier called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppert, Texas 75019
CITY OF COPPELL BID NO: Q0598-07
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
BIDDER accepts all of the terms and conditions of the Advertisement 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:
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No: 1
Date: 31 Jul 98
Rec'd: 31 Jul 98
Co)
BIDDER has familiarized itseft 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 fumishing of the
Work.
1 - 13
Bidding Documents
Revised AdderMum No. 1
(c)
(d)
(e)
(t)
BIDDER has studied carefully aH reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONllL~CTOR 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 u~ 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.
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 examhm~ons, investigations, explorations,
tests reports or similar information or data are or will be required by BIDDER for
such purposes.
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.
BIDDER has conelated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
BIDDER has given ENGINI~.I~.R written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINI~.F.R is acceptable to BIDDER.
1 - 14
Bidding Documents
Revised Addendum No. 1
This bid is genuine and not made in the interest of or on behaff of any undisclosed
person, f'n-rn or corporation and is not submitted in conformity with any agreement
or roles 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, ram 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.
It is understood and agreed that the following quantifies 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 fumished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
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.
BIDDER will complete the Work for the following price(s):
1 - 15
Bidding Documents
Revised Addendum No. 1
UNIT PRICE BID SCHEDULE
SANDY LAKE ROAD PAVING, DRAINAGE
AND WATER SYSTEM IMPROVEMENTS
BASE BID
PART I - CITY OF COPPELL PAVING AND DRAINAGE
Item Quantity Unit Description and Price in Words
No.
Unit Total
Price Price
1. 1 LS
2. 1 LS
3. 12 EA
4. 200 SF
Mobilizeion @
FOUR HUNDRED
THOUSAND
and NO
Right-of-Way Preparation @
ONE HUNDRED TWENTY
THOUSAND
and NO
Dollars
Cents
Per Unit
Dollars
Cents
Per Unit
Relocate Existing Mailboxes @
TWO HUNDRED Dollars
and NO Cents
Per Unit
Relocate Existing Brick Walls and
Signs @
THIRTY FIVE Dollars
and NO Cents
Per Unit
$120,000.00 $120,000.00
$ 200.00 $ 2,400.00
$ 35.00 $ 7,000.00
1 - 16
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
5. 1 LS Field Office @
6. 40,000 SY
7. 4,000 LF
8. 60,000 CY
9. 10 EA
TWENTY THOUSAND Dollars
and NO Cents
Per Unit
Remove Old Concrete and HMAC
(Walks, Drives, Street) @
FOUR Dollars
and NO Cents
Per Unit
Remove Old Concrete Curb and
Gutter @
TWO Dollars
and FIFTY Cents
Per Unit
Unclassi~ed Street Excavation @
THREE Dollars
and NO Cents
Per Unit
Remove Existing Inlets @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
$ 20,000.00 $ 20,000.00
$ 4.00 $160,000.00
$ 2.50 $ 10,000.12)0
$ 3.00 $180,000.00
$ 500.00 $ 5,000.00
1-17
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
10. 3,100 LF
11. 21 EA
12. 8 EA
13. 8 EA
14. 400 SY
Remove Existing Storm Drain Pipe
(All Sizes) @
TEN Dollars
and NO Cents
Per Unit
Remove Existing Headwall @
FIVE HUNDRED
and NO
Dollars
Cents
Per Unit
Remove Existing Storm Drain
Manholes @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Plug Existing Storm Drain Pipe @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Salvage Existing Pavestones @
TWO
and FIFTY
Dollars
cents
Per unit
lo.00 $ 31,000.0o
500.00 $ 10,500.00
500.00 $ 4,000.00
5oo.oo $ 4,000.oo
2.50 $ 1,000.00
I - 18
Bidding Documents
Revised Addendutn No. I
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
15. 80,000 SY
16. 1,560 TONS
17. 72,000 SY
18. 36,000 LF
8" Lime Treated Subgrade (Density
Control) @
ONE Dollars
and THIRTY FIVE Cents
Per Unit
(Note: See alternate bid item #15A.
Total subgrade is 80,000 SY. The
use of lime or cement will be
determined by the City's Rep. during
construction.)
Hydrated Lime @ 39 lbs./SY @
EIGHTY FIVE Dollars
and NO Cents
Per Unit
(Note: See alternate bid item #16A.
Total subgrade is 80,000 SY. The
use of lime or cement will be
determined by the City's Rep. during
construction.)
8" Concrete Pavement @
TWENTY FOUR Dollars
and EIGHTY EIGHT Cents
Per Unit
6" Concrete Curb @
ONE Dollars
and FIFTY Cents
Per Unit
1.35 $ 108,000.00
85.00 $ 132,600.00
24.88 1,791,360.00
1.50 $ 54,000.00
I - 19
Bidding Docurnents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
19. 500 SY
20. 11,500 SY
21. 3,700 SY
22. 550 SY
23. 2,200 SY
6" HMAC Transition Pavement @
THIRTY Dollars
and NO Cents
Per Unit
4" Concrete Sidewalk @
TWENTY Dollars
and NO Cents
Per Unit
Solid Concrete Paving Stones @
FIFTY EIGHT Dollars
and NO Cents
Per Unit
Concrete Alley @
THIRTY Dollars
and NO Cents
Per Unit
Concrete Driveway @
THIRTY Dollars
and NO Cents
Per Unit
30.00 $ 15,000.00
20.00 $ 230,000.00
58.00 $ 214,600.00
30.00 $ 16,500.00
30.00 $ 66,000.00
1 - 20
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
24. 50 SY
25. 100 SY
26. 10 LF
27. 50 LF
28. 4,100 LF
HMAC Driveway @
FIFTY Dollars
and NO Cents
Per Unit
Gravel Driveway @
TWENTY Dollars
and NO Cents
Per Unit
15" Class III Reinforced Concrete
Pipe @
THIRTY Dollars
and NO Cents
Per Unit
18" Class III Reinforced Concrete
Pipe @
THIRTY TWO Dollars
and NO Cents
Per Unit
21" Class III Reinforced Concrete
Pipe @
THIRTY FIVE Dollars
and NO Cents
Per Unit
50.00 $ 2,500.00
20.00 $ 2,000.00
30.00 $ 300.00
32.00 $ 1,600.00
35.00 $ 143,500.00
1 - 21
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
29. 1,900 LF
30. 1,600 LF
31. 280 LF
32. 280 LF
33. 220 LF
24" Class III Reinforced Concrete
Pipe @
FORTY ONE Dollars
and NO Cents
Per Unit
27" Class III Reinforced Concrete
Pipe @
FORTY SIX Dollars
and NO Cents
Per Unit
30" Class III Reinforced Concrete
Pipe @
FIFTY TWO Dollars
and NO Cents
Per Unit
33" Class III Reinforced Concrete
Pipe @
SIXTY Dollars
and NO Cents
Per Unit
36' Class III Reinforced Concrete
Pipe @
SIXTY SIX Dollars
and NO Cents
Per Unit
1 - 22
41.00 $ 77,900.00
46.000 $ 73,600.00
52.00 $ 14,560.00
60.00 $ 16,800.00
66.00 $ 14,520.00
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
34. 300 LF
35. 1,320 LF
36. 1,700 LF
37. 15 LF
38. 550 LF
42" Class III Reinforced Concrete
Pipe @
EIGHTY ONE Dollars
and NO Cents
Per Unit
48" Class III Reinforced Concrete
Pipe @
ONE HUNDRED Dollars
and NO Cents
Per Unit
54" Class III Reinforced Concrete
Pipe @
ONE HUNDRED TWENTY
FIVE Dollars
and NO Cents
Per Unit
60" Class III Reinforced Concrete
Pipe @
ONE HUNDRED FIFTY Dollars
and NO Cents
Per Unit
66" Class III Reinforced Concrete
Pipe @
ONE HUNDRED
EIGHTY
and NO
Dollars
Cents
Per Unit
1 - 23
81.00 $ 24,300.00
100.00 $ 132,000.00
125.00 $ 212,500.00
150.00 $ 2,250.00
180.00 $ 99,000.00
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
39. 15 EA
40. 32 EA
41. 5 EA
42. 1 EA
43. 10 EA
Recessed 6' Curb Inlet @
SEVENTEEN HUNDRED Dollars
and NO Cents
Per Unit
Recessed 10' Curb Inlet @
TWENTY ONE HUNDRED Dollars
and NO Cents
Per Unit
Recessed 14' Curb Inlet @
THREE THOUSAND Dollars
and NO Cents
Per Unit
Standard 4' Curb Inlet @
FIFTEEN HUNDRED Dollars
and NO Cents
Per Unit
Standard 10' Curb Inlet @
TWENTY ONE HUNDRED Dollars
and NO Cents
Per Unit
$ 1,700.00 $ 25,500.00
$ 2,100.00 $ 67,200.00
$ 3,000.00 $ 15,000.00
$ 1,500.00 $ 1,500.00
$ 2,100.00 $ 21,000.00
1 - 24
Bidding Documents
Revised ,4ddendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
44. 2 EA
45. 1 EA
4-6. 1 EA
47. 4 EA
48. 2 EA
Standard 14' Curb Inlet @
THREE THOUSAND Dollars
and NO Cents
Per Unit
8' x 7' Drop Inlet With Concrete
Apron @
TWENTY FIVE HUNDRED Dollars
and NO Cents
Per Unit
5' x 4' Drop Inlet With Concrete
Apron @
TWENTY TWO HUNDRED Dollars
and NO Cents
Per Unit
Standard 4' x 4' Drop Inlet With
Concrete Apron @
TWENTY TWO HUNDRED Dollars
and NO Cents
Per Unit
Standard Y x Y Drop Inlet With
Concrete Apron @
TWO THOUSAND Dollars
and NO Cents
Per Unit
$ 3,000.00 $ 6,000.00
$ 2,500.00 $ 2,500.00
$ 2,200.00 $ 2,200.00
$ 2,200.00 $ 8,800.00
$ 2,000.00 $ 4,000.00
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
49. 1 EA
Standard 2-Grate Drop Inlet (Yard) @
50. 8 EA
51. 13 EA
52. 2 EA
53. 6 EA
TWENTY FIVE HUNDRED Dollars
and NO Cents
Per Unit
Standard Type A Storm Drain
Manhole @
TWO THOUSAND Dollars
and NO Cents
Per Unit
Standard Type B Storm Drain
Manhole @
FOUR THOUSAND Dollars
and NO Cents
Per Unit
Type C Headwall @
TWO THOUSAND Dollars
and NO Cents
Per Unit
Connect to Existing Storm Drain
Manholes @
ONE THOUSAND Dollars
and NO Cents
Per Unit
$ 2,500.00 $ 2,500.00
$ 2,000.00 $ 16,000.00
$ 4,000.00 $ 52,000.00
$ 2,000.00 $ 4,000.00
4
$ 1,000.00 $ 6,000.00
I - 26
Bidding Documents'
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
54. 13 EA
55. 4 EA
56. 15,425 LF
Connect to Existing Storm Drain
Mains @
EIGHT HUNDRED Dollars
and NO Cents
Per Unit
Connect to Existing Storm Drain
Flumes @
ONE THOUSAND Dollars
and NO Cents
Per Unit
Storm Drain Trench Safety @
$ 800.00 $ 10,400.00
$ 1,000.00 $ 4,000.00
57. 1 LS
58. 5 EA
NO Dollars
and TEN Cents
Per Unit
Pavement Buttons & Marking @
SIXTY THOUSAND Dollars
and NO Cents
Per Unit
Adjust Existing Storm Drain MR to
Grade @
ONE THOUSAND Dollars
and NO Cents
Per Unit
$ 0.10 $ 1,542.50
$ 60,000.00 $ 60,000.00
$ 1,000.00 $ 5,000.00
1 - 27
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
59. 22 EA
60. 42 EA
61. 3 EA
62. 2,400 LF
63. 193 SY
Adjust Existing Sanitary Sewer MH
to Grade @
EIGHT HUNDRED FIFTY Dollars
and NO Cents
Per Unit
Adjust Existing Water and Meter
Valve Boxes to Grade @
ONE HUNDRED TWENTY Dollars
and NO Cents
Per Unit
Adjust Existing Sanitary Sewer
Cleanout to Grade @
TWO HUNDRED Dollars
and NO Cents
Per Unit
Fence Removal & Replacement @
FIFTEEN Dollars
and NO Cents
Per Unit
Structural Sidewalk @
SIXTY Dollars
and NO Cents
Per Unit
850.00 $ 18,700.00
120.00 $ 5,040.00
200.00 $ 600.00
15.00 $ 36,000.00
60.00 $ 11,580.00
1 - 28
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
64. 1,030 SF
65. 800 SF
66. 4,130 SF
67. 800 VF
68. 2,000 SF
Integral Concrete Retaining Wall @
THIRTEEN Dollars
and NO Cents
Per Unit
Spread Footing Concrete Retaining
Wall @
FIFTY FIVE Dollars
and NO Cents
Per Unit
Concrete Drilled Shaft Retaining Wall
NINETEEN Dollars
and NO Cents
Per Unit
(See Alternate Bid Item #66A.)
24" Diameter Drilled Shafts For
Concrete Retaining Walls @
SIXTY Dollars
and NO Cents
Per Unit
Brick Veneer For Concrete Retaining
Wall (Exposed Face and Top) @
SIXTEEN Dollars
and NO Cents
Per Unit
I - 29
13.00 $ 13,390.00
55.00 $ 44,000.00
19.00 $ 78,470.00
60.oo $ 48,ooo.oo
16.00 $ 32,000.00
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
69. 2,000 SF
70. 610 LF
71. 1 LS
72. 1 LS
73. 1 LS
Stone Veneer For Concrete Retaining
Walls (Exposed Face and Top) @
TWENTY Dollars
and NO Cents
Per Unit
Pedestrian Handrails @
SEVENTY FIVE Dollars
and NO Cents
Per Unit
Traffic Signal Installation - Heartz
Drive @
ONE HUNDREDTEN
THOUSAND
and NO
Dollars
Cents
Per Unit
Traffic Signal Installation - Moore
Ro~ @
ONE HUNDREDTEN
THOUSAND
and NO
Dollars
Cents
Per Unit
Traffic Signal Installation - Samuel
Boulevard @
EIGHTY EIGHT
THOUSAND
and NO
Dollars
Cents
Per Unit
$ 20.00 $ 40,000.00
$ 75.00 $ 45,750.00
$ 1 lo,oo0.00 $ 1 lo,000.0o
$ 1 lo,oo0.00 $ 11o,oo0.oo
$ 88,000.00 $ 88,000.00
1 - 30
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
74. 1 LS
75. 1 LS
76. 1 LS
77. 5,000 LF
78. 1,000 CY
Traffic Conduit Installation -
Mockingbird, Lodge @
EIGHTEEN THOUSAND Dollars
and NO Cents
Per Unit
Traffic Signalization Interconnection
System @
FORTY FIVE THOUSAND Dollars
and NO Cents
Temporary Roadway @
SEVENTY FIVE
THOUSAND
and NO
Concrete Barriers @
Per Unit
Dollars
Cents
Per Unit
SEVEN
and NO
Dollars
Cents
Per Unit
Unclassi~ed Drainage Channel
Excavation @
SEVENTEEN
and NO
Dollars
Cents
Per Unit
$ 18,000.00 $ 18,00.00
$ 45,000.00 $ 45,000.00
$ 75,000.00 $ 75,000.00
$ 7.00 $ 35,000.00
$ 17.00 $ 17,000.00
1-31
Bidding Documents
Revised Addendum No. I
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
79. 5,800 SY
Trapezoidal Lined Concrete Channel
FORTY TWO Dollars
and NO Cents
Per Unit
80. 16,000 SY 4" Topsoil @
TWO Dollars
and FIFTY Cents
Per Unit
81. 16,000 SY Hydromulch @
82. 1 LS
83. lo7 LF
ONE Dollars
and TWENTY FIVE Cents
Per Unit
Stormwater Pollution Prevention Plan
(SWPPP) @
FORTY THOUSAND Dollars
and NO Cents
Per Unit
Install and Remove Temporary 6 Foot
Chain Link Fence @
FIFTEEN Dollars
and NO Cents
Per Unit
42.00 $ 243,600.00
2.50 $ 40,000.00
1.25 $ 20,000.00
15.00 $ 1,605.00
1 - 32
Bidding Documents
Revised Addendum No. 1
PART I - CITY OF COPPELL PAVING AND DRAINAGE (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
84. 107 LF
Install 8 Foot Cedar Fence With
Galvanized Steel Posts and Hardware,
Complete in Place @
60.00
$ 6,420.00
SIXTY Dollars
and NO Cents
Per Unit
SUBTOTAL PART I - CITY OF COPPELL PAVING AND DRAINAGE
(Bid Items 1 Through 84) $ 5,938,587.50
1 - 33
Bidding Documents
Revised Addendum No. 1
PART IA - CITY OF COPPELL PAVING AND DRAINAGE
ALTERNATE BID ITEMS
Item Quantity Unit
No.
Description and Price in Words
Unit
Price
Total
Price
15A. 80,000 SY
16A. 1,280 TONS
66A. 2,560 SF
8" Cement Treated Subgrade
(Density Control) @
ONE Dollars
and TWENTY Cents
Per Unit
(Note: Total Subgrade is 80,000
SY. The use of lime or cement will
be determined by the City's
representative during construction.)
Cement Treated Base @ 32 lbs./SY
EIGHTY SEVEN Dollars
and NO Cents
Per Unit
(Note: Total Subgrade is 80,000
SY. The use of lime or cement will
be determined by the City's
representative during construction.)
Gravity Concrete Retaining Wall @
FIFTY FIVE Dollars
and NO Cents
Per Unit
$ 1.20 $ 96,000.00
$ 87.00 $ 111,360.00
$ 55.00 $ 140,800.00
SUBTOTAL PART IA - CITY OF COPPELL PAVING AND DRAINAGE
ALTERNATE BID ITEMS
(Bid Items 15A, 16A, and 66A) $ 348,160.00
1 - 34
Bidding Documents
Revised Addendum No. 1
PART H - CITY OF COPPELL WATER AND SEWER
Item Quantity Unit
No.
Description and Price in Words
Unit
Price
Total
Price
85. 10,000 LF
86. 60 LF
87. 2,600 LF
88. 50 LF
89. 330 LF
30" Water Main (PCCP or PVC) @
EIGHTY FOUR Dollars
and NO Cents
Per Unit
24" Water Main (PCCP or PVC) @
ONE HUNDRED FIFTY Dollars
and NO Cents
Per Unit
16" Water Main (PCCP or PVC) @
SIXTY TWO Dollars
and NO Cents
Per Unit
12" (Class 250) Ductile Iron Pipe
w/Restrained Joints @
FORTY EIGHT Dollars
and NO Cents
Per Unit
8" (Class 250) Ductile Iron Pipe
w/Restrained Joints @
FORTY FOUR Dollars
and NO Cents
Per Unit
1 - 35
84.00 $ 840,000.00
150.00 $ 9,000.00
62.00 $ 161,200.00
48.00 $ 2,400.00
44.00 $ 14,520.00
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
90. 370
LF 8" DR-18 C-900 PVC Pipe @
91. 370 LF
FORTY Dollars
and NO Cents
Per Unit
6" (Class 250) Ductile Iron Pipe
w/Restrained Joints @
92. 70 LF
THIRTY EIGHT Dollars
and NO Cents
Per Unit
4" DR-18 C9-900 PVC Pipe @
93. 1 EA
THIRTY TWO Dollars
and NO Cents
Per Unit
30" M.J. Gate Valve In Vault @
94. 1 EA
THIRTY FIVE THOUSAND Dollars
and NO Cents
Per Unit
16" M.J. Gate Valve In Vault @
TWELVE THOUSAND Dollars
and NO Cents
Per Unit
Unit Total
Price Price
40.00 $ 14,800.00
38.00 $ 14,060.00
32.00 $ 2,240.00
35,000.00 $ 35,000.00
12,000.00 $ 12,000.00
1 - 36
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
95. 3
EA 12" M.J. Gate Valve And Box @
96. 12 EA
FIFTEEN HUNDRED Dollars
and NO Cents
Per Unit
8" M.J. Gate Valve And Box @
97. 21 EA
EIGHT HUNDRED
and NO
Dollars
Cents
Per Unit
6" M.J. Gate Valve And Box @
98. 1 EA
99. 2 EA
SIX HUNDRED FIFTY
and NO
Dollars
Cents
Per Unit
4" M.J. Gate Valve And Box @
FIVE HUNDRED
TWENTY
and NO
2" Gate Valve And Box @
Dollars
Cents
Per Unit
FIVE HUNDRED
and NO
Dollars
Cents
Per Unit
Unit Total
Price Price
1,500.00 $ 4,500.00
800.00 $ 9,600.00
650.00 $ 13,650.00
520.00 $ 520.00
500.00 $ 1,000.00
1 - 37
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
100. 20 EA Fire Hydrants @
101. 12 EA
102. 12 EA
TWENTY ONE HUNDRED Dollars
and NO Cents
Per Unit
Salvage Existing Fire Hydrants @
TWO HUNDRED TWENTY
FIVE Dollars
and NO Cents
Per Unit
Salvage Existing Water Valves and
Boxes @
103. 35 EA
TWO HUNDRED Dollars
and NO Cents
Per Unit
Connections to Existing Water Mains
104. 6 EA
ONE THOUSAND FIFTY Dollars
and NO Cents
Per Unit
Comb. Air Release Valve (30" &
16" Water Mains) @
TWELVE THOUSAND Dollars
and NO Cents
Per Unit
Unit Total
Price Price
2,100.00 $ 42,000.00
225.00 $ 2,700.00
200.00 $ 2,400.00
1,050.00 $ 36,750.00
12,000.00 $ 72,000.00
1 - 38
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEW~ER (Continued)
Item Quantity Unit Description and Price in Words
No.
105. 70 LF
Concrete Encasement for Water
Main @
106. 20 EA
FIFTY Dollars
and NO Cents
Per Unit
1" Water Service and Meter
Connection @
107. 10 EA
ONE THOUSAND Dollars
and NO Cents
Per Unit
11/2" Water Service and Meter
Connection @
108. 10 EA
TWELVE HUNDRED Dollars
and NO Cents
Per Unit
2" Water Service and Meter
Connection @
109. 15 EA
FIFTEEN HUNDRED Dollars
and NO Cents
Per Unit
Plug Existing Water Mains @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Unit Total
Price Price
$ 50.00 $ 3,500.00
$ 1,000.00 $ 20,000.00
$ 1,200.00 $ 12,000.00
$ 1,500.00 $ 15,000.00
$ 500.00 $ 7,500.00
1 - 39
Bidding Documents
Revised Addendum No. I
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
110. 20 EA
111. 20 EA
Water Meter Relocations @
TWO HUNDRED TWENTY
FIVE
and NO
Abandon Existing Meter
Connections @
Dollars
Cents
Per Unit
112. 2 EA
TWO HUNDRED TEN Dollars
and NO Cents
Per Unit
Relocate Existing Sprinkler Box and
Reconnect Service @
113. 1 EA
SIX HUNDRED Dollars
and NO Cents
Per Unit
Relocate Existing Water Control Box
and Reconnect Service @
114. 1 EA
SIX HUNDRED Dollars
and NO Cents
Per Unit
8"Fire Line Meter Vault @
TWENTY FIVE
THOUSAND
and NO
Dollars
Cents
Per Unit
Unit Total
Price Price
225.00 $ 4,500.00
210.00 $ 4,200.00
600.00 $ 1,200.00
600.00 $ 600.00
25,000.00 $ 25,000.00
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
115. 65
LF Remove Existing 2" Water Main @
116. 2,600 LF
FIVE Dollars
and NO Cents
Per Unit
Remove Existing 16'Water Main @
117. 16,455 LF
SIX Dollars
and NO Cents
Per Unit
Water Main Trench Safety @
118. 320 LF
NO Dollars
and TEN Cents
Per Unit
8" SDR-35 PVC Sewer Pipe (6'-8'
Depth) @
119. 600 LF
TWENTY NINE Dollars
and NO Cents
Per Unit
8" SDR-35 PVC Sewer Pipe (8'-10'
Depth) @
THIRTY ONE Dollars
and NO Cents
Per Unit
Unit Total
Price Price
$ 5.00 $ 325.00
$ 6.00 $ 15,600.00
$ 0.10 $ 1,645.50
$ 29.00 $ 9,280.00
$ 31.00 $ 18,600.00
1 - 41
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
120. 940 LF
8" SDR-35 PVC Sewer Pipe (10'-
12' Depth) @
121. 510 LF
THIRTY THREE Dollars
and NO Cents
Per Unit
8" SDR-35 PVC Sewer Pipe (12'-
14' Depth) @
122. 16 EA
THIRTY FIVE Dollars
and NO Cents
Per Unit
Standard Sanitary Sewer Manhole
(0'-6' Depth) @
123. 65 VF
FIFTEEN HUNDRED Dollars
and NO Cents
Per Unit
Extra Depth of Manhole (Over 6') @
124. 11 EA
ONE HUNDRED FIFTY Dollars
and NO Cents
Per Unit
Standard Sewer Service Connection
THREE HUNDRED Dollars
and NO Cents
Per Unit
I - 42
Unit Total
Price Price
$ 33.00 $ 31,020.00
$ 35.00 $ 17,850.00
$ 1,500.00 $ 24,000.00
$ 150.00 $ 9,750.00
$ 300.00 $ 3,300.00
Bidding Documents
Revised Addendum No. 1
PART II - CITY OF COPPELL WATER AND SEWER (Continued)
Item Quantity Unit Description and Price in Words
No.
125. 2 EA
Connection to Existing Sanitary
Sewer Manhole @
126. 11 EA
SEVEN HUNDRED
and NO
Dollars
Cents
Per Unit
Plug Existing Sewer Main @
127. 70 LF
ONE HUNDRED THIRTY Dollars
and NO Cents
Per Unit
Concrete Encasement for Sewer
Main @
128. 2,370 LF
FIFTY Dollars
and NO Cents
Per Unit
Sanitary Sewer Trench Safety @
129. 5 EA
NO Dollars
and THIRTY Cents
Per Unit
Remove Existing Sanitary Sewer
Manholes ~
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Unit Total
Price Price
$ 700.00 $ 1,400.00
$ 130.00 $ 1,430.00
$ 50.00 $ 3,500.00
$ 0.30 $ 711.00
$ 500.00 $ 2,500.00
Bidding Documents
Revised Addendum No. I
SUBTOTAL PART H - CITY OF COPPELL WATER AND SEWER
(Bid Items 85 Through 129) $ 1,524,751.50
WATER MAIN PIPE MATERIAL TO BE INSTALLED WHERE OPTION IS GIVEN
(PCCP, PVC OR PE): 24" PCCP; 30" PCCP; 16" PVC
1 - 44
Bidding Documents
Revised Addendum No. I
PART HI - CITY OF COPPELL LANDSCAPING AND IRRIGATION
Item Quantity Unit Description and Price in Words Unit
No. Price
130. 2,200 LF
131. 2,400 LF
6" Irrigation Sleeves @
SIX Dollars
and NO Cents
Per Unit
2" Irrigation Sleeves @
THREE Dollars
and FIFTY Cents
Per Unit
Total
Price
$ 6.00 $ 13,200.00
$ 3.50 $ 8,400.00
SUBTOTAL PART HI - CITY OF COPPELL LANDSCAPING AND IRRIGATION
(Bid Items 130 and 131) $ 21,600.00
SUBTOTAL PARTS I, H, and HI - (CITY OF COPPELL)
(Bid Items 1 Through 131) $
7,484,939.00
DEDUCT ITEM:
132. 1 LS
DWU Portion of Common Project
pay items @
FIVE THOUSAND Dollars
and NO Cents
Per Unit
$ 5,ooo.oo $
SUBTOTAL PART HI - CITY OF COPPELL LESS DEDUCT ITEM:
(Bid Items 1 through 132) $ 7,479,939.00
Bidding Documents
Revised Addendum No. 1
DALLAS WATER UTILITIES 30" WATER MAIN
Item
No.
Quantity Unit
Description and Price in Words
Unit Total
Price Price
150LP
200SP
205
506A
60
3,500
114
LF
LF
EA
EA
Furnishing and placing 4" Ductile
Iron Water pipe with Paving,
complete in place @
ONE HUNDRED Dollars
and NO Cents
Per Unit
Furnishing and placing 30" Bar
Wrapped Concrete Cylinder Water
Pipe with Paving, complete in place
ONE HUNDRED TWENTY Dollars
and NO Cents
Per Unit
Furnishing and placing full-
circumferentially welded joints at all
fittings, bends, and connections at the
30" PCCP water main, complete in
place @
ONE THOUSAND Dollars
and NO Cents
Per Unit
Furnishing and placing 4" combined
service with 4" meter with transfer
and vault, complete in place @
TEN THOUSAND Dollars
and NO Cents
Per Unit
$ 100.00 $ 6,000.00
$ 120.00 $ 420,000.00
I - 46
$ 1,000.00 $ 114,000.00
$ 10,000.00 $ 10,000.00
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
510A 2 EA
510J 1 EA
512 1 EA
515F 3 EA
Furnishing and placing 4" gate valves
and box, complete in place @
EIGHT HUNDRED Dollars
and NO Cents
Per Unit
Furnishing and placing 30" gate valve
and vault, complete in place @
FORTY FIVE THOUSAND
Dollars
and NO Cents
Per Unit
Removing, salvaging, and delivering
the existing 30" gate valve, complete
in place @
ONE THOUSAND Dollars
and NO Cents
Per Unit
Furnishing and placing 6" tapping
blowoff valve and 5' diameter
manhole with 40" lid, complete in
place @
EIGHTEEN THOUSAND Dollars
and NO Cents
Per Unit
Total
Price
$ 800.00 $ 1,600.00
$ 45,000.00 $ 45,000.00
$ 1,000.00 $ 1,000.00
$ 18,000.00 $ 54,000.00
1 - 47
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
558A 14 EA
560B 1 EA
576B 2 EA
576C 1 EA
Furnishing and placing 30" dish-head
plugs with 2" threaded testing outlet,
complete in place @
FORTY FIVE HUNDRED Dollars
and NO Cents
Per Unit
Furnishing and placing cut and plug
Water main for Test, complete in
place @
ONE THOUSAND Dollars
and NO Cents
Per Unit
Furnishing and placing 3", type 2 air
vaJve assembly, complete in place @
NINETY TWO HUNDRED Dollars
and NO Cents
Per Unit
Furnishing and placing 6", type 2 air
valve assembly, complete in place @
TWENTY FIVE THOUSANDDollars
and NO Cents
Per Unit
$ 4,500.00 $ 63,000.00
$ 1,000.00 $ 1,000.00
$ 9,200.00 $ 18,400.00
$ 25,000.00 $ 25,000.00
1 - 48
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
614A 1 EA
687A 1 LS
692C 3,500 LF
693D 14 EA
Abandon existing manhole, complete
in place @
ONE THOUSAND Dollars
and NO Cents
Per Unit
Move-in and move-out, complete in
place @
FIFTEEN THOUSAND Dollars
and NO Cents
Per Unit
Furnishing and placing Trench
Excavation Safety and Support @
TWO Dollars
and FIFTY Cents
Per Unit
Furnishing and placing 30" butt-strap
closure sections, complete in place @
SIX THOUSAND Dollars
and NO Cents
Per Unit
Total
Price
$ 1,ooo.oo $ 1,ooo.oo
$ 15,000.00 $ 15,000.00
$ 2.50 $ 8,750.00
$ 6,000.00 $ 84,000.00
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
Total
Price
703 325 CY
704C 325 CY
705A 325 CY
707B 50 CY
Furnishing and placing rock
foundation, complete in place @
EIGHTEEN Dollars
and NO Cents
Per Unit
Furnishing and placing modified
flowable backfill, complete in place
NINETY THREE Dollars
and NO Cents
Per Unit
Furnishing and placing sand backfill,
complete in place @
SIX Dollars
and NO Cents
Per Unit
Furnishing and placing class 'B'
concrete for thrust blocking, complete
in place @
TWO HUNDRED Dollars
and NO Cents
Per Unit
18,000 $ 5,850.00
$ 93.00 $ 30,225.00
6.00 $ 1,950.00
$ 200.00 $ 10,000.00
1 - 50
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Quantity Unit Description and Price in Words Unit
No. Price
771D 1 LS
773A 1 LS
2033 I EA
Furnishing and placing Storm Water
Pollution Prevention Plan (SWPP),
complete in place @
THREE THOUSAND Dollars
and NO Cents
Per Unit
Furnishing and placing Disposal of
Heavily Chlorinated Water Main
Flushing Water, complete in place @
THREE THOUSAND Dollars
and NO Cents
Per Unit
Adjustment of existing water valve
covers and stacks, complete ih place
ONE HUNDRED FIFTY Dollars
and NO Cents
Per Unit
Total
Price
3,000.00 $ 3,000.00
3,000.00 $ 3,000.00
150.00 $ 150.00
2039 1 EA
Adjustment of existing water
manholes with 40 inch lid, complete
in place @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
500.00 $ 500.00
1 - 51
Bidding Documents
Revised Addendum No. 1
PART IV - DALLAS WATER UTILITIES 30" WATER MAIN (Continued)
Item Q;tantity Unit Description and Price in Words Unit
No. Price
2042 1 EA
Adjustment of existing Type 2 Air
Valve, complete in place @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Total
Price
2050 35 EA
2058A 4 EA
2069 3,500 LF
Furnishing and placing Investigation
of Exiting Infrastructure, complete in
place @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Abandonment of existing water
manhole, complete in place @
FIVE HUNDRED Dollars
and NO Cents
Per Unit
Abandonment and removal of existing
30" water main and replace paving,
complete in place @
$ 500.00 $ 500.00
$ 500.00 $ 17,500.00
$ 500.00 $ 2,000.00
$ 4.00 $ 14,000.00
FOUR Dollars
and NO Cents
Per Unit
SUBTOTAL PART IV - DALLAS WATER UTILITIES 30" WATER MAIN:
$ 956,425.00
1 - 52
Bidding Documents
Revised AdderMum No. 1
CALENDAR DAYS
850
TOTAL BID (AI.I. PARTS)=
TOTAL PRICE
$ 8,436,364.00
Total Bid In Words:
and
EIGHT MII,LION FOUR HUNDRED THIRTY SIX THOUSAND
THREE HUNDRED SIXTY FOUR Dollars
ZERO Cents
BIDDER agrees that all Work awarded will be completed within 850 Calendar Days.
Contract time will commence to mn as provided in the Contract Documents.
Communications conceming this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
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).
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 fight 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.
SUBMIITF_D ON 6 AUG 98
1 - 53
Bidding Documents
Revised Addendum No. 1
B ID 'A FFIDA l/IT
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 calendar days from the date of the bid opening. (Period of acceptance
will be ninety (90) calendar days unless othenvise indicated by Bidder. )
STATE OF TEXAS COUNTY OF DALLAS
BEFORE ME, the undersigned authority, a N~R~ot~OyPublic in and for the State of TEXAS ,
on this day personally appeared ~'r~ve~ who after being
duly sworn, did depose and say:
"I, c~r~aa" ~t~l:hr am a duly authorized
officer/agent for ED BEIL CONSTRUCTION COMPANY and have been duly authorized to
execute the foregoing on behalf of the said El:) BFJ J, CONSTRUCTION COMPANY
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other
Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid.
I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concemed 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.
Further, I certify that an authorized representative of this company has visited the project site to
carefully correlate Bidder's observations with the Contract Documents and become familiar with
local conditions that may affect cost, progress, performance or fumishing of the Work."
Name and Address of Bidder:
ED BELI~ CONSTRUCTION COMPANY
Title' ~0~X- Signature y~/
· SUBSCRIBED AND SWORN to before me by the Znamed
the [dc t4. day of {~x'L~ltee- 1998.
Notary Public ;nd for Stat~ of
/k~'a~'''' ~ ~'~
,I~Dl~lDu-~n,. on this
BERT D. WEBE,Fi] 5
Notary Public State of T~xas
Bidding Documents
Revised Addendum No. 1
If BIDDER IS:
An Individual
By
doing business as
Business address:
Phone No.
A Partnership
By
Business address
Phone No.
(Individual's Name)
(Finn Name)
(General Partner)
1 - 55
(s~)
(sea~)
Bidding Documents
Revised Addendure No. I
A Corporation
By ED Bt~,t-T , CONSTRUCTION COMPANY
(Corporation Name)
TEXAS
(State of Incorporation)
(Name of person authorized to sign)
Critle)
(Secretary)
Business address: 10605 HARRY HINES BLVD., DAI-I.AS, TEXAS 75220
Phone No. (214) 358-6581
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 - 56
Bidding Documents
Revised Addendum No. 1
PREVAILING WAGE RATES
The City of Coppell is the contracting agency for this construction project. The following statute
requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid.
Vemon 's Texas Civil Statues - Article 5159a:
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be Maintained.'
Pursuant to the requirement of this statute, the City of Coppell has ascertained the following rates of
wages are paid to various classifications of workers in the locality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work required
by this project. Workers in classifications where rates are not identified shall be paid not less than the
general prevailing rate of "laborer" for the various classifications of work therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1 & ¼)
times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker, but not at a rate not less than 60% of the joumeyman's wage as
shown. At no time shall a journeyman supervise more than One (1) apprentice. All apprentices shall
be under the direct supervision of a journeyman working as a crew.
CLASSIFICATION
Air Tool Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Batterboard Setter
Carpenter
Concrete Finisher- Paving
Concrete Finisher - Structures
Concrete Rubber
Electrician
Flagger
Form Builder - Structures
HOURLY RATE
$ 7.554
8.565
8.255
9.371
8.920
9.447
9.345
9.058
7.733
12.761
5.598
8.717
1-57
Prevailing Wage Rates
Revised Addendum No. I
CLASSIFICATION
Form Liner - Paving & Curb
Form Setter - Paving & Curb
Form Setter - Structures
Laborer - Common
Labor - Utility
Manhole Builder
Mechanic
Oiler
Servicer
Painter - Structures
Piledriver
Pipelayer
Blaster
Asphalt Distributor Operator
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer, 150 HP & Less
Bulldozer, Over 150 HP
Concrete Paving Curing Machine
Concrete Paving Finishing Machine
Concrete Paving Form Grader
Concrete Paving Joint Machine
Concrete Paving Joint Sealer
Concrete Paving Float
Concrete Paving Saw
Concrete Paving Spreader
Paving Sub-Grader
Slipform Machine Operator
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
Less Than I ¼ C.Y.
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
I ¼ C.Y. & Over
Crusher or Screening Plant
Operator
Form Loader
Foundation Drill Operator
Crawler Mounted
Foundation Drill Operator
Truck Mounted
Front End Loader 2 ¼
C.Y. & Less
HOURLY
RATE
8.913
8,686
8.427
6.402
7.461
1.000
0.658
8.698
8.104
0.913
7.500
8.509
1.333
8.404
9.053
7.908
8.703
9.160
8.213
9.453
8.500
9.042
7.350
7.875
9.290
9.750
9.000
9.000
9.513
10.517
9.500
12.000
10.000
11.138
8.823
1-58
City of Coppell Description of Pay Items
Revised Addendum No. 1
CLASSIFICATION
Front End Loader
Over 2 ¼ C.Y.
Hoist- Double Drum
Milling Machine Operator
Mixer (Over 16 C.F.)
Mixer (16 C.F. & Less)
Mixer - Concrete Paving
Motor Grader Operator
Fine Grade
Motor Grader Operator
Pavement Marking Machine
Roller, Steel Wheel Plant-mix
Pavements
Roller, Steel Wheel Other
Flatwheel or Tamping
Roller, Pneumatic, Self-propelled
Scraper - 17 C.Y. & Less
Scraper- Over 17 C.Y.
Side Boom
Tractor - Crawler Type 150 HP
& Less
Tractor - Crawler Type Over
150 HP
Tractor - Pneumatic
Traveling Mixer
Trenching Machine Light
Trenching Machine Heavy
Post Hole Driller Operator
Wagon-drill, Boring Machine
Reinforcing Steel Setter Paving
Reinforcing Steel Setter
Structures
Steel Worker Structural
Sign Erector
Spreader Box Operator
Barricade Servicer
Zone Work
Mounted Sign Installer
Permanent Ground
Truck Driver - Single Axle
Light
Truck Driver - Single Axle
Heavy
HOURLY
RATE
9.311
8.917
6.650
9.000
7.913
9.5O0
I 0.346
9.891
6.402
8.339
7.963
7.403
8.138
8.205
7.793
8.448
8.873
7.735
7.615
8.188
12.498
9.000
9.000
9.218
11.548
12.860
11.436
6.988
6.402
6.402
7.465
8.067
& 3.440
City of Coppell Description of Pay Items
Revised Addendum No. 1
CLASSIFICATION
Truck Driver - Tandem Axle
Semi-Trailer
Truck Driver - Lowboy/float
Truck Driver - Transit Mix
Truck Driver - Winch
Vibrator Operator
Welder
HOURLY RATE
7.816
9.653
7.507
8.200
7.000
10.459
City of Coppell Description of Pay Items
Revised Addendum No. 1
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the
year 1998 by and between the CITY
(hereinafter called OWNER) and ~
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
Work is generally described as follows:
The
This project is generally along the Sandy Lake Road Right-of-Way between Denton Tap
Road and MacArthur Boulevard. The work shall consist of the construction of Sandy Lake
Road paving, drainage, and water system improvements.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Sandy Lake Road
Paving, Drainage & Water System Improvements
PROJECT # ST 93-02
Article 2. ENGINEER.
The Project has been designed by Kimley-Horn and Associates, Inc.. Inspection will be provided
by the City of Coppelt Engineering Department who is hereinafter called ENGINFJ~R and who is
to act as OWNER' s representative, assume all duties and responsibilities and have the fights and
authority assigned to ENGINF. F.R in the Contract Documents in connection with completion of the
Work in accordance with the Contract Documents.
1-61 Contract Documents
Article 3. CONTRACT TIME. ff9
3.1. The Work will be completed within~33ffcalendar days from the date when the Contract
time commences to run as provided in Item 1.13 of the General Provisions, and completed
and ready for f'mal payment in accordance with Item 1.51 of the General Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence in this Agreement. They also recognize the delays, expense and difficulties
involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER
if the Work is not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a
penalty) CONTRACTOR shall pay OWNER Five Hundred Dollars and No/100 ($500.00)
for each day that expires after the time specified in paragraph 3.1 for Completion until the
Work is complete.
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
Section 1 Proposal and Bid Schedule. The contact sum shall be the amount of
$ ~j ~13 C-,) ~(o q.~o. The total tangible personal property cost included in the contract
sum ts $ '~) oc,'lj ~l;~ .c[t> ·
Article 5. PAYMENT PROCEDURF~.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINF-F~R 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 ENGINF-F-R, 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 1.51 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 1.51.2 of the General Provisions, but, in each case, less the
1-62 Contract Documents
aggregate of payments previously made and less such amounts as ENGINI~.F.R shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with
Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINI~.F.R as provided in said Item 1.51.4.
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 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
of the technical data contained in such reports and drawings upon which CONTRACTOR is
enfified 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 fumishing of the Work as
CON'II~CTOR considers necessary for the performance or fumishing 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 1.3 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. CON'IIL4,CTOR 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, studies, or similar information or data in respect of said Underground Facilities are
1-63 Contract Documents
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 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINF. I~-R written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINF. F-R is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUM~.NTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR conceming the Work consist of the following:
8.1. This Agreement (pages 1-49 through 1-54, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to NCTCOG, Part 1: General Provisions (pages 2-1
through 2-13 ).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Sandy Lake Road Paving, Drainage and Water System
Improvements B Project # ST 93-02 for the City of Coppell".
8.8. Drawings entitled: "Sandy Lake road Paving, Drainage, & Water System
Improvements B Project # ST 93-02".
8.9. The following listed and numbered addenda:
1-64 Contract Documents
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1
Contract Documents.
Bidding and
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12.
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 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 inch consent (expect 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, assigns and
legal representatives to the other party hereto, its parmers, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
Article 10. OTI-IER PROVISIONS.
IN WITNESS WI-1F-REDF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINF. F-R. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINF-F-R on their behaff.
1-65 Contract Documents
This Agreement will be effective on
OWNER:
City of Coppert
TITI J:;z
6
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Director of Engineering and Public Works
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement. )
CONTRACTOR
BY:
' ':T:~I~
Address for giving notices:
toc..c.s
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
1-66 Contract Documents
CONSENT OF THE SOLE DIRECTOR OF
ED BELL CONSTRUCTION CO1VIPANY
July 31, 1998
Pursuant to Section 9.10(b) of the Texas Business Corporation Act, the undersigned,
being the sole director of Ed Bell Construction Company, a Texas corporation (the "Company"),
hereby declares that when this Consent has been signed, the following resolutions shall be
adopted at a meeting of the Board of Directors duly called and held for the purpose of acting
upon such resolutions:
RESOLVED, that Steven B. Priddy be, and he hereby is, authorized to execute on behalf
of the Company contracts and agreements binding upon the company for the performance
of construction work and services, and the furnishing of labor and materials in connection
therewith.
IN WITNESS WHEREOF, the undersigned has caused this Consent to be executed as of
July 31, 1998.
Edwin S. Bell, Jr.
I hereby certify that this is a tree copy of a page of the minute books of Ed Bell Construction
Company.
Dallas County, Texas
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance which will be
executed and bound here with f'mal documents.
1-67 Contract Documents
ACORD,
~ODUCB
Aon Risk Services of Texas Inc
2711 N. Haskell, Suite 800
Dallas, TX 75204
(214) 989-0000 c~P~
A
8SURER C~PANY
Ed Bell Investments, Inc.; B
Ed Bell Construction Co.
P. O. Box 540787 c
Dallas, TX 75354-0787
D
1
_A
C
RA~
CERTIFICATE OF LIABILITY INSURANCE 8/,-ooo
THIS CERTIRCATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIRCATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Zurich American Ins. Co.
American Zurich Ins. Co.
National Union Fire Ins.
Co.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE lISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POlICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
FOUCY ESI:F. CTIVE POLICY EXIqRAI~ON
co TYPE OF INSURANCE POLICY NUMBER LIMITS
LTR DA'I~ (MINDD/YY) DATE (MIi/DD/YY)
A GERERALUABLrr~ GL0349556~00 10/31/00 10/31/01 GENERALAGGREGA]E $ ~000,000
X COMMERCIAL GENERA~ LIA81LITY PRODUCTS - COMP/OP AGG S
: J CUuMS MADE r'~ OCCUR PERSO.AL & ADV INJUre' $ 1,000,000
__ OWNER'S & CONTRACTOR'S mOT EACH OCCURRENCE $ 1
]L Per Proj Agg F~RE DAMAGE (~y Me fire) $ 50,000
X COrltTRCtllR q MED EXP (~y Me ~r~) $ 5,000
AUTOMBINLE UABILm~ TAP349556~00(TX) 10 / 3 1 / 0 0 10 / 3 1 / 0 1 COMBINED S~NGLE UMIT $ 1,000,000
JL ~Y AUTO BAP349SS66~0(OS) 10 / 3 1 / 0 0 10 / 3 1 / 0 1
__ ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
HIRED AUTOS BODILY INJURY
' NON-OWNED AUTOS (Per accident) $
PROPERTY DAMAGE $
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
X ~ UMBRELLA FORM
J OTHER THAN UM8RELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABIUTY
THE PROPRIETOFU ~ INCL
PARTHERSF_XECUTIVE
OFFICERS ARE: EXCL
O'II'IER
10/31/00
WCM9556~OO 10/31/00
AUTO ONLY - EA ACCIOENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
10 / 3 1 / 0 1 EACH OCcumENc~
AGGREGATE
io/si/oi XlrO s[,A I
EL EACH ACCIDENT
EL DISEASE - POLICY LIMIT
EL DISEASE - EA EMPLOYEE
$
$
$
S 10,000,000
$10,000,000
$
$1,000,000
$1,000,000
Sl .000,000
DESCRIPTION OF OPE~AT~ONS~OCATIONS/VEHIC~IAL ITEMS
RE: Sandy Lake Road Paving, Drains e, and Water S stem Improvements
Certificate holder is an additiona~ insured for a[l coverages except
Workers' Com ensation. Waiver of Subrogation in favor of certificate
holder for all coverages.
CERTIFICATE HOLDER
OCT 2 3 2000
HUMAN RESOURCES
City of Coppe11
P.O. Box 478
-- Coppe11 Texas 57019
ACORD 2~S (1/95)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCn~Fr* BEFORE THE
EXIHRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL
30 DAYS WRITFEN NOllCE TO THE CER'I1RCATE HOLDER NAMED TO THE LET,
BUT FAILURE TO MAIL SUCH NOllCE SHALL IMPOSE NO OBUGA110N OR UABIUTY
OF ANY UPON THE COIIBANY,_.,.,/J~p AGENTS OR REPRESENTATIVES.
~ ACORD CORPORATION 1988
Sent By: EBCC; 2143523201; Jan-4-00 11:19AM; Page 2/2
j:~- . -:: ~ ,q::
I
Aon Risk ~srvicee of Toxam HO~ER. TNI CaRTMq~All / ~ AI~, ~
2711 N. Haskell Ave.~800 LB~8 ~ ~ C~ A~ sv ~ ~
Dallas, TX 75204 C~a~S ~.c~
(214) 989-0000 fu(214) 989-2580
a St. paul ~ardi~ ....
Bell Inves~ents, Inc.; s Nati~al ~ion Fire Ins.
Ed Bell Construction Co. c~
P. 0. Box 540787 c T~as Workers' C~ Ins F~d
Dallas, TX 75354-078~
,
..... :-.:..
TNI~ 19 TO CER"IIIcy THAT THE POUCIE8 OF INS, URANCE LIS'I~ BELOW HAVE BEEN 1ISUED TO THE INSUFED NAMED ABOVE FOR THE PQIJCY PERIOD
INDICATED, NOI'WITI..ETANDING ANY REQUIIqfMENT. TERM OR CONDITION OF ANY CONI'RACT QR Oll-ilBR DOCUMENT WITH FESPECT TO WHICH THIS
Ct~'I;fFIP,,,,ATE MAY BE 18SUED OR MAY PERTNN, 1HE INSURANCE AFFORDED BY 'n~E F'OIJCIB OEICRIIID HF.,IqIgN IS BUSJECT TO ALL THE TERM6,
F,,XCLUSI(:~IS AND CONDI'I'ION8 O.F_SUCH POUCIE$. UMIT~ 8I"qOWN MAY HAVE BEt~li REDUCE~ 8Y PND CLAIMS. ..
mB ~
ANY AU~rO
A ~ uall~rv !(K eelsseem 10/31/99 10/31/00
I
x_, 3.e=. 3','q,,t ...
A ~ u,~,~ KK Og~Sl 10/31/99 10/31/00
~ AUTOS
1
1
10/31/99
10/31/99
RE: Sandy Lake Road Paving, Draina e{ and Water S stem Improvements
Certificate holder is an additiona~ xnwured for ~1 coverages except
Workers' Com ensation. Waiver of Subrogation iu favor of certificate
holder for e~1 coverages.
t~y of Coppell
· 0. Box 4 7 8 N ~ ~ ~ m ~ cma~ ~ .~
"= '-.:3;:}.;~:~,:" ~.:-" ;~":'~"~' .E:~C~'
CERTIFICATE OF LIABILITY INSURANCE
~./1.1/1998..
I
'PRODUC[R THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
J ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Aon Risk Services of Texas HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2711 N. Haskell Ave.#800 LB#8 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas. TX 75204 COMPANIES AFFORDING COVERAGE
_ (214) 989-0000 fax(214) 989-2580 COMPANY
A St. Paul Guardian
INSURED COMPANY
Ed Bell Investments, Inc.; B National Union Fire Ins. Co.
Ed Bell Construction Co. COMPANY
P. O. Box 540787 C Transcontinental Insurance Co.
ACORDy
JDallas, TX 75354-0787 COMPANY
D
COVERAGES
CO
LTR
_A__
B
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOI~/ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE
GENERAL LIABIUTY
X COMMERCIAL GENERAL LIABILITY
OWNER'S & CONllqACTOR'S PROT
X Per Proj Agg
AUTOMOBILE UABIUTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
POLICY EFFECTIVE
POLICY NUMBER DATE (IINDD/YY)
KK 09100514 10/31/97
KK 08100514-1 10/31/97
POLICY EXPIRATION UMITS
DATE (MINDD/YY)
10 / 3 1 / 9 8 GENERAL AGGREGATE S 2,000,000
PRODUCTS - COMP/OP AGG $ 11000,000
PERSONAL & ADV INJURY $ lfO00;O00
EACH OCCURRENCE $ lmOOOmO00
FIRE DAMAGE {Any one fire) $ 50,000
MED EXP {Any one per~n)
10 / 3 1 / 9 8 COMBINED SINGLE LIMIT $ 1,000,000
BODILY INJURY $
(Per person)
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
GARAGE LIABILITY
ANY AUTO
EXCESS UABIUTY
X q UMBRELLA FORM
~ OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' UABIUTY
THE PROPRIETOR/ ~ INCL
PARTNERSEXECUTIVE
OFFICERS ARE: EXCL
OTHER
BE 357-0949
WC 31208577
AUTO ONLY - EA ACCIDENT $
OTHE. ~ AUTO O.LY:
EACH ACCIDENT $
AGGREGATE $
10/31/97 10/31/98 EACH OCCURRENCE $10,000,000
AGGREGATE $
$
10/31/97.10/31/98 X)WCSTATU- OTH-:
TORY LIMITS ., _F...~:) . . .............
EL EACH ACCIDENT $ 500,000
EL DISEASE - POLICY LIMIT $ 500m000
EL DISEASE - EA EMPLOYEE $ 500,000
City of Coppell
P.O. Box 478
--Coppell Texas 57019
Ds~"~;~ymt~°~a%~k~g'. Draina ,. and Water S stem Improvements
a~l coverages except
Certificate holder is an additiona~ insured for
........
CER~FICATE HOLDER CANCEL~ON
~U~ ANY OF ~E ABO~ D~RIB~ ~B BE CANC~Ltm B~RE ~E
~N DA~ ~B~F, ~E I~ING COWANY WI~ BD~VOR ~ IlL
~ DAYS WR~ ~E TO ~E C~A~ ~B NAM~ TO ~E ~,
BUT FAIffiRE ~ IlL ~CH NO~E ~ ~ NO OBUGA~N OR ~1~
ACORD 25-S (1i~)
(~ ACORD CORPORATION 1988
General Instructions For Bonds
The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the fu'm shall execute the bond as individuals.
The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
The official character and authority of the person or persons executing the bond for the
principal, ff a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such ceffificate, 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 tree copies.
The date of this bond must not be prior to the date of the contract in connection with which
it is given.
1-68 Contract Documents
Bond No. 11127387519
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY TItESE PRESENTS: That Ed Bell Construction Company
whose address is 10605 Harr~r Hines Blvd., Dallas, TX 75220 ,
hereinafter called Princi al and F~_reman's F~und InSurance Company and
corporation organized and existin u~;r th laws of the State of ,a. and, and fully
licensed to transact business in the State of Texas as Surety, are held and finnly bound unto the
CITY OF COPPELL, a municipal corporation org~ and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of Eight Million, Four Hundred
Thirty Six Thousand, Three Hundred Sixty Four and No/100 ....... DOLLARS
($ 8,436,364.00 ) 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, fh'mly 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 Bend.
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. 19 , which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Sandy Lake Road Paving, Drainage, & Water System Improvements
Project # ST 93-02
Bid No. Q0598-07
NOW, THEREFORE, if the Principal shah 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 one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay
Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or
deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect.
PROVIDED FURTItER, that if any legal action be fried on this Bond, exclusive Venue
(Yontract Documents
1-69 Revised Addendum No. 1
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 Article 5160 of Vemon's Annotated Civil
Statutes, 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 WHERF. DF, this instrument is executed in
one of which shall be deemed an original, this the __ day of
six
copies, each
,1998.
jy~5211 C ti~tion Company
Title: ~t~ t
SURETY
Fireman's Fund Insurance Company
American Automobile Insurance Company
Title: Robbi Morales, Attorney-in-fact
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NA1VIE: Jerry P. Rose
ADDRESS: Aon Risk Services of Texas, Inc., 2711N. Haskell Ave., Suite 800,
Dallas, TX 75204
,~TE.' Date~fPe~o~anceBondmustbedateofContract. ~ResidentAgentisnotaco~oration, giveaperson~name.
Contract Documents
Revised Addendum No. I
Bond No. 11127387519
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DALLAS §
KNOW ALL MEN BY THESE PRESENTS: That Ed Bell Construction Company
whose address is 10605 Harr~ Hines Blvd., Dallas, TX 75204 ,
hereinafter called Principal, and '~erre~caan'nsA~onmdo~r~nn~eura~a~a!g aanna , a
corporation organized and existing under the laws of the State of ~ }o~u~rr~a and, and fully
licensed to transact business in the State of Texas as Surety, are held and fLrmly bound unto the
CITY OF COPPI~.I J., a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of Eight Million, Four Hundred
Thirty Six Thosuand, Three Hundred Sixty Four and No/100 ....... DOLI-ARS
($ 8,436,364.00 ) 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, fmnly 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. 1998 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Sandy Lake Road Paving, Drainage, & Water System Improvements
Project No. ST 93-02
Bid No. Q0598-07
NOW, TI~REFORE, 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 FURTItER, that if any legal action be fried on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
1-71
Contract Documents
Revised Addendum No. 1
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or
to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc.,
accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby
waive notice of any such change, 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 Article 5160 of Vemon's Annotated Civil
Statutes, 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, Vemon's Annotated Civil Statutes of the State of Texas.
IN W1TNESS WIW~REOF, this instrument is executed in
one of which shall be deemed an original, this the __ day of
six
copies, each
,1998.
Bell C st t on Company
By:
SURETY
Fireman's Fund Insurance Company
American Automobile Insurance Company
By: :,¢Zi),.q,.t ,,~
Title: Robbi Morales, Attorney-in-fact
ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NA1VIE: Jerry P. Rose
AIDDRESS: Aon Risk Services of Texas, Inc., 2711N. Haskell Ave., Suite 800, Dallas, TX
NOTE: Date ~Pe~ormanceBondmustbe ~te ~Contract. ~ResidentAgentisnotaco~oration, giveape~on~name. 75204
Contract Documents
RevLs'ed Addendum No. 1
MAINTENANCE BOND
Bond No.
11127387519
STATE OF TEXAS §
COUNTY OF DALLAS §
KNOW
Ed Bell Construction Company
laws of Cali£ornia and Missouri
expressly acknowledge themselves to be held
City of Coppell , a Municipal
ALL MEN BY THESE PRESENTS: THAT
as Prindpal, and
, a corporation organized under the
, as sureties, do hereby
and bound to pay unto the
Corporation, Texas, the sum of
Eight Million, Four Hundred Thirty Six Thousand,Three Hundred Sixty Four Dollars and
00 Cents ($ 8,436,364.00 ), for the payment of which sum will
and truly be made unto said City of Coppell , and its successors, said principal and
sureties do hereby bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said
Ed Bell Construction Company has
this day entered into a written contract with the said city of Coppell to
build and construct Sandy Lake Road Paving, Drainage, & Water system ImOrovements,
Project #ST 93-02, Bid No. 00598-07 which contract and the plans and specifications therein
mentioned, adopted by the city of coppell are hereby expressly made a part
thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood
that the purpose of this section is to cover all defective conditions arising by reason of defective
material and charge the same against the said Contractor, and sureties on this obligation, and the
said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day' s failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said city of Coppell
shall have and receive from the said Contractor and its' principal and sureties damages in the
1 - 73
Contract Documents
Revised Addendum No. 1
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN BrlTNESS I~IIEREOF, the said Ed Bell Construction Company has
caused these presepts to be executed by and
h · Fireman s Fund I surance Co'tapany and
t e stud A n has caused these presents to be
AmpriPen .tnmnhi]e Insurance Company
executed by its Attorney in fact and the said Attorney in fact Robbi Morales ,
has hereunto set his hand, the day of , 1998.
By' ~~ Company
SMTY Fireman's Fund Insurance Company
American Automobile Insurance Company
Title: Robbi Morales, Attorney-in-fact
, A TTES T~,~
ce Bond must not be prior to'VOdate of Con
Contract Documents
Revised Addendum No. 1
a.rroa~'Y FIREMAN'S FUND INSURANCE COMPANY
INOW ALLMEN ny TRI~E PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of
the State of CAlifornia, and having its principal office in the County of Marin, State of California, has made, constituxed and appointed, and does by these
Pr~sentsmake, con~ti:uteundappointJERRY P. ROSE, DON E.CORNELL, ROBBI I'IORALES, jointly or
-- severally
DALLAS TX
its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and aH bon~, undertaking, recognizances or other written obligations in the nature thertof
and to bind the Cor~ration thereby as fully and to the rame extent as if such bonds wee signed by the President, setled with the wrporate real of the
Corporation and duly attested by its Sec~ctavy, hereby ratifying and confu'ming all that the raid Attorney(s)-in-Fact may do in the premises.
This powe~ of attorney is granted pursuant to Article VII, Seaions 45 and 46 of By-laws of FIREMAN'S FUND I!~URANCE COMPANY now in full force and
gffea.
"Article VH. Appoi~tment Ud Attthority of Raideat Setvegsfies, Attotmey-b-Fsct ud Aleaft to accept LeIM Process msd Mske Appemrmmces.
Sicflora dS. Appointment. The Chairmare of the Board of Dbtctorx, the PreMdemt, any Vke-Ptufdem! or amy other persore anthofiz~d by the Board of
lMredors, tIM Chairman of the Board of Directors, the President or any VJce-Presiden! may, from time to time, appoint Resident Aetkfant SecretaM and
Afioruey~4n-Fact to reprHtm end act for ud on khaff of tht Coq~ratjom and AIenU to atttpt. k~ prot~ and make apptaraacH for aml on bdudf of the
~tinu.
$tcfion d~. AethoHty. The authority of rich RHident AHbtant ,~crttoriH, A~orutyg-in-Fact and Alennu ~ lit H prtK-~btd hi the instrument t~
tl~tr sppohitmHlt. Any such appointment and aH anthorjty granted thertb. y my bt rtvoktd at any time by tht Joord of Dirtnon or by Hy ptrt, on empowt~zd to
make inch appohitment.'
This power of attornt7 k ~igT~ed and seJled under ud by the authority of the fo~JowiR$ Rtr~]utiou adopted by the Joard of Dir~or~ of FIREMAN'S FUND
INSURANCE COMPANY at a metlug duly called and held on the 7th day of August, 1984, and Rid R~olution ha~ not tttn amended or
'ELV'ED, that the si~atur~ of any Vice-President, AHLtut $tcre:ary, and RHident ~t .~trctary of this Corporation, and the ~ of
C~rp~rati~nmayb~af~xed~rprimed~nanypower~fat:~rney~nanyrev~cation~fanypower~fa~t~rney~r~anyct~ti~catert~ati~th~ret~.byfacaimi~e~
and any power of attorney, any revocation of any power of attoratT, or ctrt/ficate bear~S such fac~de signature or facaimfle ~ ~ b~ vt[jd and binding
upon the Corporation:'
sial to be he'exmto affned this
~ OF CALIFORNIA
COUNTY OF MARIN
IN WITNF=SS WHEREOF, FIREMAN'S FUND INSURANC~ COMPANY has caused these presents to be signed by its Vice-President, and its corporate
5th dayof August ,19 98 .
FIREMAN'S FUND INSURANCE COMPANY
_ Onthis 5th dayof August ,19 98 ,beforemeper~naliycmme M.A. Mallonee
to me known, who, being by me duly sworn, did depose and say: that he is Vice-President of FIREMAN'S FUND INSURANCE COMPANY, the Cotporatiow~
described in and which executed the above instrument; that he knows the seal of Rid Corporation; that the rdml affixed to the Rid instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of Rid Corporation and that he ~igned his ~ame thereto by like oralft.
__ IN W]TNF=SS WI-IEREOF, I have hereunlo set my hand and affixed my offie4tl s~al, the day and v~r herein r~stabove wrimm.
COMM.gg1045112
NOTARY PUBLIC-CALIFORNIA
STATE OF CALIFORNIA
COUNTY OF MARIN
I, the underlined, Resident Assistant Secretary of FIREMAN'S R/ND INSURANCE COMPANY, a CALIFORNIA Corporation, DO !~REBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full fonz and has not been revoked; and furthermore that Article VII, S~tions 45 and 46 of
the By-laws of the Corporation, and the R~olution of the Board of Dir~aors; set forth in the Powv of Attorney, ar~ now in force.
SiSreed and sealed at the County of Marin. Dated the
day of , 19
360711 .-FF-3-95
GENERAL
ATman~ AMERICAN AUTOMOBILE INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN AUTOMOBILE INSURANCE COMPANY, a Corporation duly organized and existing under
the laws of the State of Missouri, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by
thcse presents make, constitute and appoint JERRY P. ROSE, DON E. CORNELL, ROBBI MORALES, jointly
or severally
DALLAS TX .
· eandhwfulAtt~mey(s~-in~Fact~withfu~p~wer~ndauth~rityherebyc~nferredin~ts~ame~p~ace~dst~d~t~a~te~~w~ed~eand~Hver~
and all bonds, undertaking, recoSnizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confuming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 445 of By-laws of AMERICAN AUTOMOBILE INSURANCE COMPANY now in full
force and effect.
"Ardcle Yll. Appobtment Bad Authority ol Resjdent Secretaries, Attorney-in-Fact and Aments to accept Legal Process and Male Appes:nawes.
Section ~. Appointment. The Chairman of the Board of DLrector$9 the President, any Vice-President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice-President my, from time to time, appoint Resident Assistant Secretaries and
Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of die
Corporation.
Section 445. Authority. The authority of such Resident Assistant Secretaries, Attorneys-in-Fact and Agents shall be as prescribed in the insmament evidencing
their appointment. Any such appointment and all authority granted thereby my be revoked at any dine by the Board of Directors or by any person empowered to
make such appointment."
This power of attorney is signed and sealed under and by the authority of the frillowing Resolution adopted by the Board of Directors of AMERICAN
AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or
"RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affned ur printed on any power of attorney, on any revocation of any power of attorney, or on any cerTdficate relating thereto, by facsbnfie,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation:'
IN WITNESS WHEREOF, AMERICAN AUTOMOBILE INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its
5~'h dayof Augu.~: ,19 9~.
AMERICAN AUTOMOBILE INSURANCE COMPANY
corporate seal to be hereunto affixed this
, ~:---._-....~.
STATE OF CALIFORNIA
COUNTY OF MARIN
M. A. Mallonee
Oathis 5Oh dayof August .19 98 , before me personally came
to me known, who, beinS by me duly sworn, did depose and say: that he is Vice-President of AMERICAN AUTOMOBILE INSURANCE COMPANY, th~
Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affLxed to the said instrument is such
corporate seal; that it was so affixed by order of the Board Of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein fu-sx above written.
CITY OF COPPELL
SANDY LAKE ROAD PAVING, DRAINAGE, AND WATER SYSTEM IMPROVEMENTS
PROJECT # ST 93-02
BID # Q0598-07
ADDENDUM 1:
RELEASE DATE: Friday, July 31, 1998
BIDS TO BE RECEIVED: 2:00 P.M., Thursday, August 6, 1998
The following additions shall be made to the appropriate sections of the plans and specifications
and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this
addendum on the bid proposal and on the outside of the sealed envelope.
PRE-BID CONFERENCE, 2:00 P.M., Tuesday, July 21, 1998
Attached is the sign-in sheet from the Pre-Bid Conference. Responses to Contractor's questions at
the conference are attached.
CLARIFICATIONS:
i. Pavement markings shall be priced and installed per Sheet SD2 of the City of Coppell Standard
Construction Details.
2. The existing 16 inch diameter water line is RCCP pipe.
,
The terminus of Coppell's 30 inch water line near Station 105+00 is not resolved to date. The
quantities shown in the bid form match the extent of the water main shown on the plans. The
extension or connection of this new main in the future will be addressed during construction.
4. All reference to "pre-tensioned' concrete cylinder pipe should be revised to read "bar wrapped"
concrete cylinder pipe.
5. "Omni Flex" joint material, or an approved equivalent, shall be used for the Coppell portion of
the contract, in lieu of "RAM NECK", or similar joint material.
SPECIFICATIONS:
SECTION 1 - BIDDING DO~NTS:
Delete the Bid Form (pages 1-14 through 144) in its entirety and insert the attached Bid Form
in its place. (Staple the new Bid Form to the Contract Documents.) Bidders shall
acknowledge receipt of Addendum #1 in the space provided in the new Bid Form.
1 of 6
Copper Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
B. Insert the following "Prevailing Wage Rate" immediately after the Bid Affidavit:
(See attached)
C. Insert the following item after Item 29, "Maintenance Bond".
"30. Bid Security
Each bid must be accompanied by a certified check of the bidder, or a bid bond duly
executed by the bidder as principal and having as surety thereon a surety company
approved by the Owner, in the amount of 5% of the bid. Such checks or bid bonds will
be returned to all except the three lowest bidders within thirty days after the opening of
bids and the remaining checks or bid bonds will be returned promptly after the Owner
and the accepted bidder have executed the contract or, if no award has been made within
sixty days after the date of the opening of bids, upon demand of the bidder at any time
thereafter, so long as he has not been notified of the acceptance of his bid.'
SECTION 3 - CITY OF COPPELL SPECIFIC PROJECT REQUIREMENTS
1.11 TESTING LABORATORY SERVICE:
Add the following at the end of the paragraph:
"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."
1.13 PRESERVATION OF TREES:
Add the following at the end of the paragraph:
"All trees approved for removal shall be disposed of as soon as possible after cutting.
1.16 EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
Insert the following phrase in the second line of Item E, after the word "removals":
"... utility shut downs ....
1.20 INSPECTION:
Add the following paragraph:
2 of 6
CopFell Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
"Normal working hours for the City's project representative are Monday through Friday,
8:00 AM to 5:00 PM. Overtime pay for inspections will be paid by the Contractor at a rate
of $30 per hour, 4 hours minimum, including weekends and holidays.'
1.24 TRAFFIC SIGNALS:
Add the following sentence at the end of Item 24.
~The Contractor shall keep all signals operational throughout the duration of the project.'
Add the following item to SECTION 3 - SPECIFIC PROJECT REQUIRMENTS:
"1.25 TEMPORARY CHAIN LINK FENCE:
Contractor shall erect a temporary 6 foot, chain link fence prior to removing the existing
fence and wall just west of Heartz. The Contractor shall notify and coordinate with the
City and property owner prior to erecting the fence. The fence shall be removed by the
Contractor after the new wall and fence are in place.'
SECTION 4 - CITY OF COPPELL DESCRIPTION OF PAY ITEMS
Pay Item//1 - Mobilization
Insert the following after the first sentence:
"This pay item shall include mobilization costs for the entire project, including the 30 inch water
line for DWU."
Pay Item//8 - Unclassi~ed Street Excavation
Replace the last sentence with the following:
"Cross sections will be taken in the field by the Owner just prior to the start of construction to
document the existing elevation of the roadway and all features along the project corridor. After
the roadways are graded and the concrete pavement is in place, the Owner's surveyor will
document the actual top of curb elevations. Payment shall be on the basis of the bid price per
cubic yard as calculated by comparing the original cross sections to the "as built" top of curb
elevations, netting out the volume of the pavement section. Said payment shall be total
compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary
to complete the work.'
Pay Items//26 through//36 - Class HI Reinforced Concrete Pipe
Delete the words "or high density polyethylene (HDPE)" from the title and description. HDPE
will not be allowed in accordance with the City of Coppell's standard specifications.
3 of 6
Coppell Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
Pay Item//63 - Structural Sidewalk
Add the following after the first sentence:
"This quantity includes the portion of sidewalk under the wall.'
Pay Item//64 - Integral Concrete Wall
Delete the station "10+71" and replace it with "10+65".
Pay Item//76 - Temporary Roadway
Add the following after the last paragraph:
"Minimum width of detours and temporary lanes shall be i0 feet. Temporary Pavement
Thickness shall be a minimum of 2" HMAC over 6" Flexible base. The Contractor shall
maintain temporary pavement in a driveable, safe condition at all times. No designated left-turn
lanes will be required during construction of this roadway All warning devices shall be included
in this pay item except concrete barriers. (See SECTION 3 - SPECIFIC PROJECT REQUIRE-
MENTS - Item 1.15) This item shall also include any temporary pavement or plating required
to patch all utility trenches to maintain traffic."
Pay Item//77 - Concrete Barriers
This item shall consist of concrete barriers along the temporary roadway. Measurement and
payment shah be on the basis of the linear foot bid price and shall be compensation for furnishing
all materials, tools, equipment, labor, and any incidentals necessary to complete the work.
Pay Item//83 - Temporary Chain Link Fence
This item shall consist of furnishing, installing, and removing a 6 foot high temporary chain link
fence along the property just west of Heartz, on the south side of Sandy Lake Road. Measure-
merit and payment shall be on the basis of the bid price per linear foot and shall be total
compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary
tO complete the work.
Pay Item//84 - 8 Foot Cedar Fence
This item shah consist of furnishing and installing an 8 foot high cedar fence, including galvanized
steel posts and hardware, along the top of the proposed retaining wall just west of Heartz on the
south side of Sandy Lake Road. Measurement and payment shall be on the basis of the bid price
per linear foot and shall be total compensation for furnishing all materials, tools, equipment, labor
and any incidentals necessary to complete the work.
4 of 6
Coppell Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
Pay Item//86 through//88 - Water Mains (Pretensioned Concrete Cylinder Pipe (PCCP,
Class 150), PVC DR-25, Polyethylene DR-9).
Replace the descriptions of these pay items with the following paragraphs:
"These pay items shall consist of the construction of 30", 24", and 16" water mains consisting
of pre-tensioned concrete cylinder pipe (PCCP) Class 150, PVC DR-25, or polyethylene (PE)
DR-9. Contractor shall submit shop drawings for all water main pipe to be used on the project
for approval by the Engineer. PVC pipe (DR-25) is acceptable for 16", 24', and 30" sizes. 22"
PE pipe (DR-9) is only acceptable for 16' water main sizes given the minimum wall thicknesses
for the pressure class. Water mains shall meet the following AWWA Standards: PCCP -
AWWA C303, PVC - AWWA C905, PE - AWWA C906. All pipe shah be designed to operate
at 150 psi.
The main line pipe will be measured horizontally from center of fitting to center of fitting or end
of pipe without any deduction for the length of intermediate fittings, specials or valves.
Measurement for payment shall be made on a linear foot basis at the contract unit price and shall
include: furnishing, hatfling and installing pipe; fittings and specials; full circumferentially welded
joints for restraint on the existing and new PCCP water main; de-watering where necessary;
trench excavation; rock excavation; backfilling and compaction, including embedment material
as specified per City of Coppell Standard Construction Details; protecting or replacing existing
structures or utilities; disposal of surplus materials; cleaning up and maintenance; sign removal
and replacement; surveying and replacement of monuments; traffic control; dust control; removal
of mud from roadways; and any incidental work and materials, all in strict accordance with the
plans and specifications.
Payment for main line pipe shall include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for main line
pipe 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. Restrained joints shall be provided as necessary and
shall consist of full welded joints on PCCP water mains in accordance with specifications."
Add the following pay item:
"Pay Item//132 - DWU Portion of Common Project Pay Items
This deduct pay item shall consist of the portion of the cost of common pay items attributable to
pay items in "Part IV - Dallas Water Utilities 30" Water Main" of the Bid Form. The Contractor
shall quantify the cost of the portion of items including, but not limited to, mobilization, field
office, right of way preparation, traffic control plan, removing existing curb and/or pavement,
temporary roadway, topsoil, hydromulch, concrete barriers, bonding, etc. These are examples
of items which are listed as "subsidiary" to other pay items in "Section 5 - DWU Information to
5 of 6
CoppeLl Sandy Lake Road Paving, Drainage, and Water System Improvements, Addendum No. 1
Bidders, Special Provisions, and Description of Pay Items ". The common pay items in Parts I,
II, and IIII of the Bid Form are to be priced to reflect the cost for the total project."
SECTION 5 - DALLAS WATER UTII,ITIES INFORMATION TO BIDDERS, SPECIAL
PROVISIONS, AND DESCR1FFION OF PAY ITEMS:
Delete the Section 5 issued previously and insert the attached Section 5 in its place. Note that
revised or new text is underlined.
DRAWINGS
A. The following drawings are being reissued as part of this Addendum (all sheets numbered with
the letter "A'):
Sanitary Sewer & 16" Water Main
Sheet Numbers 1, 2, 3, 4, 7, 10, 13, and 16
30" Water Main Construction
Sheet Numbers 37 and 38
Paving and Drainage
Sheet Numbers 44 and 45
Cross Street Plan View
Sheet Number 65
Paving and Drainage Details
Sheet Number 78
Retaining Walls
Sheet Numbers 87, 88, 89, 90, and 91
Irrigation Sleeving
Sheet Numbers 108, 109, 110, 111,112, and 113
30" Water Line - Dallas Water Utilities
Sheet Numbers 01, 04, 06 and 11
B. The following drawing is new and issued as a part of this Addendure:
30" Water Line - Dallas Water Utilities
Sheet Number 01A
END OF ADDENDUM
P:\93021.00\93021SPCXADD#1 .DOC
6 of 6
Sandy Lake Road
Pre-Bid Meeting Notes
Meeting Time:
2:00 P.M., Tuesday, July 21, 1998
Meeting Place:
Coppell City Hall, 255 Parkway Blvd., 2nd Floor Conference Room
I. Before the meeting, J.R. Wilson, Gifford-Hill-American, Inc. 's Senior Sales Representative,
stated his concern over PVC and PE water pipe being smaller I.D. than the specified sizes.
II. Meeting Agenda
a)
Jim Ragsdill, City of Coppell Purchasing Agent, said that any addendum must be issued
at least 4 days prior to the bid opening. Addendum will be issued prior to August 1,
1998.
b) Jun Battad, DWU Engineer, will fax his comments to KHA tomorrow to include with
Addendum.
c)
Item No. 2 of the pre-bid Agenda should read as "Qualification Requirements", not "Pre-
qualification Requirements". 2 or 3 low bidders must submit financial statement,
expense record, and equipment schedule within 5 days after the bid opening.
d) Utility shutdowns will be coordinated with DWU, UTR-WD, Coppell, and Flower
Mound.
e) Item No. 6 - City obtained permission from property owner at Sta. 16+68 (right) to
reconstruct stockade fence on top of retaining wall.
Item No. 7 - East end of project will tie into paving plans from Sverdrup (not available
yet). Final quantities may be affected. This Dallas County project may be revised so that
the City of Coppell can construct Sand Lake Road through MacArthur Blvd. on the east
end of the project. Dallas County will be involved with inspection of this part of the
project including:
Paving
Drainage
Sewer Line Relocation
and Traffic Signals
However, this may be assigned as a change order or bid as a separate project.
g) Item No. 8 - Moore Road / Sandy lake Road intersection will be constructed as part of
this project.
Sandy Lake Road Pre-Bid Meeting Notes, July 21, 1998, Page 2
III. Comments to Contractor's questions.
a) Phased construction for filling borrow ditches is subsidiary to the project (no additional
payment for this item will be made).
b) Potholing for the existing DWU 30" water main is included as a separate bid item.
c)
Contractor shall provide a construction trailer for the project, and shall include space for
the City's Project Representative. Two possible sites for the trailer are the T.U.R.O.W.
and Gordon Hood tract.
d)
Normal working hours for the City Project Representative are Monday through Friday
8:00 A.M. - 5:00 P.M. Extended working hours are usually approved by the City,
provided that the noise ordinances are met. Overtime pay for inspection will be paid by
the Contractor at a rate of $30/hour, 4 hours minimum, including weekends and
holidays. The City will either hire an inspector (via contract services) or use one of the
current inspectors assigned for development and capital improvement projects.
e) Prevailing wage rates will be included in the Addendum.
All water used by the Contractor will be purchased from the City. The Contractor must
pay a deposit for the construction meter and pay monthly commercial rates for the water
used. (Water used for filling water mains must also b6 purchased.)
g) DWU Bid Form will be revised to show only each Bid Item's total price; the material
and labor costs will be removed from the Bid Form.
h) Computerized Bid Forms must include bid prices in both words and figures; Contractor
shall sign Bid Affidavit and submit 2 copies of the Bid Form (1 original and 1 copy).
i) DWU Bid Form will be revised to include both mobilization and move-in/move-out bid
items.
j) City of Coppell will pay for initial construction testing. The testing lab has not yet been
selected.
k) Temporary Pavement:
1 ) Detour Lane widths = 10' minimum
2) Temporary pavement thickness = 6" base + 2" HMAC. Contractor must maintain in
a driveable, safe condition.
3) No designated left tum lanes will be required.
Sandy Lake Road Pre-Bid Meeting Notes, July 21, 1998, Page 3
4) Markings, buttons, signs, painting will be included as part of the traffic control plan
submittal to the City.
5) Concrete barriers will be included as a separate Bid item in the Addendum.
1) Coppell award recommendation will go to the City Council for approval on August 25.
The work start date will be approximately October 1.
m) Franchise Utility Relocations: Companies have been notified to relocate south side
transmission poles, (TU) north side distribution lines (TU), and gas lines at Moore Road
(Lone Star Gas.)
n) DWU award recommendation will go to the City council August 12. The financial
details and agreement have been finalized between the 2 cities.
o) There are no minority / women's business requirements on this project.
p) There are no areas along Sandy Lake Road for a concrete batch plant. T.U. will probably
not allow this on their R.O.W. (Texas Air Control Regulations must be met).
q) City's testing does not alleviate Contractor's responsibility for their own quality control.
r) The addendum will address the contract award based on all or part of the alternate bid
items (lime vs. cement stabilization, drilled shafts eliminated for spread on footing
retaining walls)
s) Contractor will state time required to complete project. This will also be a selection
determination.
t) this project will be high-profile: (news coverage, ribbon cutting ceremonies, etc.)
u) Debris in proposed concrete channel area will be removed by the Contractor.
v) Concrete channel will stop at the location designated as a future landscaping pond.
w) Pay requests usually receive a 5-day turnaround period at the City. No interest can be
charged for late payments as applicable to State laws.
x) Contractor shall submit traffic control plans, and sequence of construction schedules to
the City of review.
y) Field changes may be necessary due to new development along Sandy Lake Road
(streets, driveways, water/sewer lines, drainage, etc.)
Sandy Lake Road Pre-Bid Meeting Notes, July 21, 1998, Page 4
z) No earthwork cross-sections are currently available. old sections and survey data are
available to the Contractors upon request. This information is only application for
phasing development by the Contractor.
aa) The typical road section per City Standards will be included in the addendum.
bb) Temporary fencing will be necessary at the Hertz/S.L.R.S.W. comer (dog kennels)
cc) All tree removal must be coordinated with the city in advance. All trees approved for
removal must be disposed of as soon as possible after cutting.
dd) The areas on the plans designated as straight sidewalks are limited by right-of-way width.
ee) No fly ash will be allowed in concrete mix designs.
ff) Contractor must submit traffic control plan designating week-end road closings and high
early strength concrete for intersection construction.
Sandy Lake Road PreBid Conference Agenda, July 21, 1998, Page 4
CITY OF COPPELL
SANDY LAKE ROAD PAVING, DRAINAGE, WATER SYSTEM IMPROVEMENTS
PRE-BID CONFERENCE ATTENDANCE SHEET
4. '~o6,/~7'~/.7,.
PHONE No.:
('~ 7z) S,7-
(¢~ 7;) d89 - C 733 .
COMPANY:
i~5 ~'
14.
~6.
is./~¢rr7 ~V/
July 21, 1998
q72
q7Z
-3 0 q- 5 6'~ 7
YOq .
ii .........": ...............T ................................T .......
SECTION 2
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
to STANDARD SPECIFICATIONS
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PR 0 VISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL
PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY
THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED
BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED
REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN
FULL FORCE AND EFFECT AS AMENDED.
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be
understood as referring to Kimley-Horn and Associates, Inc., 801 Cherry St., Suite 1100,
Fort Worth, Texas 76102, Engineer of the Owner, or such other representatives as may be
authorized by said Owner to act in any particular position.
Owner: The word "Owner" in these contract documents and specifications refers to the
CITY OF COPPELL, P. O. Box 478, Coppell, TX 75019, acting through its authorized
representatives.
Calendar Day: Add the following sentence to the end of the working days definitions:
Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to
overtime. Overtime request must be made in writing and approved by the City of Coppell.
Seventy-two hours notice required. All overtime incurred by the City for inspection
services shall be paid by the Contractor. If not paid, such cost may be deducted from
partial payments.
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.
2-2
Supplementary Conditions to
Standard Specifications
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public
improvements for a 2 year period."
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor,
Engineer, Owner, and others as appropriate will be held to discuss the schedules referred to
in Items 1.22.5, 1.28 and 1.51.1, 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 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "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."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies".
Add the following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied
upon the following reports of explorations and tests of subsurface conditions at the site of
the work: No geotechnical explorations or tests of subsurface conditions have been
performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
2-3
Supplementary Conditions to
Standard Specifications
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
Existing Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by the
construction operations. Where existing utilities or service lines are cut, broken
or damaged, the CONTRACTOR shall replace the utilities or service lines with
the same type of original construction, or better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public
utility, such property shall not be moved or interfered with until authorized by
the ENGINEER. The right is reserved to the owner of any public utility to
enter upon the limits of the project for the purpose of making such changes or
repairs of their property that may be made necessary by the performance of this
contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the
sentence: "If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S,
OWNER, ENGINEER, Consulting Engineer or any other person,
CONTRACTOR shall promptly attempt to settle with such other Contractor by
agreement, or to otherwise resolve the dispute by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations,
indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless
from and against all claims, damages, losses and expenses (including, but not
limited to, fees of engineers, architects, attorneys and other professionals and
court and arbitration costs) arising directly, indirectly or consequentially out of
any action, legal or equitable, brought by any separate Contractor against
OWNER, ENGINEER or Consulting Engineer to the extent based 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 be any separate Contractor at the site give rise to any
2-4
Supplementary Conditions to
Standard Specifications
other claim, CONTRACTOR shall not institute any action, legal or equitable,
against OWNER, ENGINEER or Consulting Engineer or permit any action
against any of them to be maintained and continued in its name or for its benefit
in any court or before any arbiter which seeks to impose liability on or to
recover damages from OWNER, ENGINEER or Consulting Engineer on
account of any such damage or claim. If CONTRACTOR is delayed at any
time in performing or furnishing Work by any act or neglect of a separate
Contractor and OWNER and CONTRACTOR are unable to agree as to the
extent of any adjustment in Contract Time attributable thereto, CONTRACTOR
may make a claim for an extension of time in accordance with Item 1.36. An
extension of the Contract Time shall be CONTRACTOR's exclusive remedy
with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26- INSURANCE
SC-1.26.6
Add the following new item:
1.26.6 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-1.26.7
Add the following new item:
1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26
shall protect all of the parties insured and provide coverage for all losses and
damages caused by the perils covered thereby. Accordingly, all such policies
shall contain provisions to the effect that in the event of payment of any loss or
damage the insurer will have no rights of recovery against any of the parties
named as insured or additional insured, and if such waiver forms are required of
any Subcontractor, CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRanTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
2-5
Supplementary Conditions to
Standard Specifications
ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTORS;
FINAL CLEANLIP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control
has been established as shown on the construction plans. Horizontal control can be
established from existing manholes, street intersections or property lines indicated on the
construction plans. 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 the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for
unavoidable delays verified by the Engineers, as provided in Item 1.36; 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 1.33:
"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 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "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."
2-6
Supplementary Conditions to
Standard Speci~cations
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following
"except as provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct
or indirect, in any contract with the City, nor shall be financially interested,
directly or indirectly, in the sale to the City of any land, or rights or interest in any
land, materials, supplies or services. This prohibition does not apply when the
interest is represented by ownership of stock in a corporation involved, provided
such stock ownership amounts to less than one percent (1%) of the corporation
stock. Any violation of this prohibition will constitute malfeasance in office. Any
officer or employee of the City found guilty thereof should thereby forfeit his
office or position. Any violation of this prohibition with the knowledge, expressed
or implied, of the persons or corporations contracting with the City shall render
the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
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
2-7
Supplementary Conditions to
Standard Spec t)qcations
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.
2-8
Supplementa ,ry Conditions to
Standard Specifications
SECTION 2
CITY OF COPPELL
SPECIAL PROVISION
to STANDARD SPE CIFICA TIONS
CITY OF COPPELL
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction
Specifications of the North Central Texas Standard Specifications. All provisions which are not
so modified or supplemented remain in full force and effect, except payment shall be as
established in Section 1 entitled "Proposal and Bid Schedule".
PART II: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets:
Insert the following paragraph at the beginning of this subsection: "All trench backfill
shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIP RAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Rip rap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements
for earth bedding" and replace with "recommendations of the pipe manufacturer, and
shall be approved by the Engineer".
(b)
paragraph:
Engineer."
Earth Bedding:
"Earth bedding
Add the following sentence at the beginning of this
will not be permitted without written approval of the
2-I0
Special Provisions to
Standard Specifications
ITEM 2.2.2. CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) 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.
PART III DIVISION 3- SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
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 3.7.3. DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and
select material shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points
above, optimum moisture content, using mechanical compaction methods, unless
otherwise specified in the Plans or Specifications."
PART IV: DIVISION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dry density of such material." and replace with the words "95 percent of
the maximum dry density of such material, or as directed by Engineer.
PART V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2.
(e)
(1)
following:
CONSTRUCTION METHODS
Joints
Expansion Joints: Delete the first paragraph and replace with the
"Expansion joints shall be installed perpendicularly to the surface and
2-11
Special Provisions to
Standard Specifications
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.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and
insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 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."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of
freshly placed concrete with a fine mist, shall be used if water is needed for finishing
operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of
freshly placed concrete with a fine mist, shall be used if water is needed for f'mishing
operations."
PART VI: DIVISION 6- UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100
percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5)
percentage points above, optimum moisture content, unless otherwise specified in the
Plans or directed by the Engineer."
2-12
Special Provisions to
Standard Specifications
SECTION 3
CITY OF COPPELL
SPECIFIC PROJECT
REQUIREMENTS
CITY OF COPPELL SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for Public
Works Construction - North Central Texas prepared through the North Central Texas Council of
Governments (C.O.G.). 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 C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction.
In the evem that an item is not covered in the Project Drawings 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.A.S.H.T.O.
A.C.I.
American Association of State Highway
& Transportation Officials
American Concrete Institute
TX.DOT
Texas Departmere of Transportation
3-2
Specific Project Requirements
Revised Addendum No. 1
SPECII~IC PROJECT REQUIREMENTS
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 478, Coppell, Texas 57019.
ENGINEER: The "Engineer" as referred to in these Specifications is the Kimley-Horn and
Associates, Inc., Engineer of the Owner, or such other representatives as may be authorized
by said Owner to act in any particular position.
CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done 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
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
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 property owners and the Contractor assumes all liability.
PROJECT DESCRIFrlON: This work shall consist of the construction of Sandy Lake
Road Paving, Drainage, and Water System Improvements as shown on the plans.
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request
for f'mal inspection. The calendar day count shall resume upon receipt by the Contractor of
a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed portions
or "substantial completion" of any of the project.
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.
SOIL INVESTIGATION: A gcotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
3-3
8~eci~c Project Requirements'
Revised Addendum No. 1
1.9
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the Owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes or
markings until authorized by the Engineer to remove same. The Contractor shall bear the
cost of the re-establishing any control or construction stakes destroyed by either him or a
third party and shall assume the entire expense of rectifying work improperly constructed
due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
1.10
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings
which may be required by the exigencies of construction will be determined by the Engineer
and authorized by him in writing.
1.11
TESTING LABORATORY SERVICE: The Owner shall make anangements with an
independent laboratory acceptable for all backf'tll compaction, concrete and other testing as
required by the construction plans and standard specifications. The Contractor shall bear all
related costs of retests, or reinspections. The Contractor shall notify the ENGINF. FR 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.
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.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected
when so directed by the Engineer at the Contractor's expense. Contractor shall exercise
care when working around trees to remain in place. All trees approved for removal must be
disposed of as soon as possible after cutting.
1.14
COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent superintendent capable of reading the plans and
specifications, communicating with the inspector and thoroughly experienced in the type of
3-4
.S)geci~c Project Requirements
Revised Addendum No. 1
1.15
work being perfonned. 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.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law and the
Texas Manual on Uniform Traffic Control Devices ('I'MUTCD) 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. No separate 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.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traJ~c control plan to be reviewed by the
City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or after
4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen,
watchmen, warning devices, barricades, signs, and lights, and other precautionary measures
shall not cease until the project shall have been accepted.
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, waming 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 rapair the damage and charge the
cost back to the Contractor. All of this work is considered incidental and shall not be
3-5
,S;oeci~c Project Requirements
Revised Addendum No. 1
separate pay item.
1.16 EXISTING UT!IJTIES, STRUCTURES AND OTI~R PROPERTY:
Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items which 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.
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 settle in total cost of all damage suits which may arise
as a result of this operations.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, utility shut downs, replacements and construction with the
appropriate utility company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage and sediment and erosion
control at all times.
1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
1.19 CLEANUP:
A,
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.
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
appear~ce acceptable to the Engineer and the Owner. The Contractor shall
thoroughly clean all equipment and materials installed by him and shall deliver over
Specific Project Requirements
3-6 Revised Addendum No. 1
1.20
1.21
1.22
1.24
such materials and equipment in a bright, clean, polished and new-appearing
condition.
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.
Normal working hours for the City's project representative are Monday through Friday,
8:00 AM to 5:00 PM. Overtime pay for inspection will be paid by the Contractor at a rote
of $30 per hour, 4 hours minimum, including weekends and holidays.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Any required buming and disposal permits shall be the
sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction, including
water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting.
The Contractor shall provide water as required at his own expense.
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.
TRAFFIC SIGNALS: This Specific Project Requirement is to be used in conjunction with
the Standard Specifications of the City of Coppert, Texas, the Technical Specifications, the
Supplementary Conditions, and the plans contained in this document. Should any
discrepancies arise between this special requirement and the standard specifications, the
Special Provisions shall prevail.
Traffic Signal Controller Cabinet and Controller Assembly: The traffic signal controller
cabinet, controller, conflict monitor and loop detector amplifiers furnished for this project
shall conform with the requirements of the NEMA Standards Publication No. TS-2-1992,
and current revisions adopted thereto.
Traffic Signal Pedestrian Pushbutton: The traffic signal pedestrian pushbutton assemblies
shall conform to current Americans with Disabilities Act (ADA) with respect to design and
mounting.
3-7
,S~eci~c Project Requirements
Revised Addendum No. 1
1.25
Traffic Signal Pedestrian Heads: Traffic signal heads shall be complete units including
all lamp sections, reflectors, lamps, lenses, "Z-crate" visors, hangers and such other
materials to complete units. All components of pedestrian signal heads shall display
"symbol" indications. Each signal head unit shall have two (2) indications and shall be
mounted using "Astro-Brac' mounting hardware.
Traffic Signal Ground Boxes: The Contractor shall furnish and install two (2) types of
ground boxes as shown on the plans. Type C (large) ground boxes shall have the
following nominal dimensions: 15.25 inches wide, 28.25 inches long, 10 inches depth.
Type A (small) ground boxes shall have the following nominal dimensions: 11.5
inches wide, 21 inches long, 10 inches depth. All ground boxes shall have galvanized
steel lids that are clearly and permanently marked "TRAFFIC SIGNAL".
Traffic Signal Bonding Conductors: The Contractor shall furnish and install No. 6
AWG bare bonding conductors as shown on the plans. Grounding electrodes shah be
5/8-inch diameter by 8-foot long copper-bonded steel rods. With prior written
approval of the Engineer, the Contractor may use a ground rod matrix as an alternative
where soil conditions preclude driving the ground rod to the specified depth.
The Contractor shall keep all signals operational throughout the duration of the project.
TEMI~RARY CHAIN LINK FENCE: The Contractor shall erect a temporary 6
foot, chain link fence prior to removing the existing fence and wall just west of Heartz.
The Contractor shall notify and coordinate with the City and property owner prior to
erecting the fence. The fence shah be removed by the Contractor after the new wall
and fence are in place.
3-8
S~eci~c Project Requirements
Revised Addendum No. 1
SECTION 4
CITY OF COPPELL
DESCRIPTION OF PAY ITEMS
CITY OF COPPELL DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Item. Note: Any traffic control plan required
in Seaion 1-15 of the Specific Projea Requirements is subsidiary to the price for the various bid
items.
PART
I- PAVING AND DRAINAGE BID ITEMS
Pay Item #1 - Mobilization
The amount bid for mobilization shall not exceed five percent (5%) of the total base bid
exclusive of this item. Measurement and payment shall be on the basis of the lump sum bid price.
This pay item shall include mobilization costs for the entire project, including the 30 inch
water line for DWU.
Pay Item//2 - Right-of-Way Preparation
This pay item shall consist of the preparation of the existing right-of-way for construction as
required by the plans and specifications. Payment shall include, but shall not be limited to:
removing existing trees, furnishing construction signs and barricades, and public safety for the
duration of the project. All items relocated and/or replaced shall be in a condition equal to or better
than the original condition. Measurement and payment shall be on the basis of the lump sum bid
price and shall be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work. The Contractor shall videotape and/or photograph the
existing right-of-way prior to starting construction.
Pay Item//3 - Rdocate Existing Mailboxes
This pay item shall consist of the relocation of existing mailboxes as required by the plans and
specifications. Measurement and payment shall be on the basis of the bid price for each mailbox
relocated and shall be total compensation for furnishing all materials, tools, equipment, labor and
any incidentals necessary to complete the work. The Contractor shall videotape and/or photograph
each mailbox prior to starting construction. Each mailbox relocated shall match the existing
mailbox condition to the extent possible; in some instances, the Contractor may need to demolish the
existing mailbox and replace it with a new mailbox as directed by the Owner's representative.
Pay Item//4 - Relocate Existing Brick Walls
This pay item shall consist of the relocation of existing brick walls and signs as required by the
plans and specifications. Measurement and payment shall be on the basis of the bid price per square
foot of brick wall relocated on the exposed face and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work. The
Contractor shall videotape and/or photograph each existing wall prior to starting construction. Each
wall relocated shall match the existing wall condition to the extent possible; in some instances, the
Contractor may need to demolish the existing wall and replace it with a new wall as directed by the
Owner's representative.
4-2
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item #$ - Field Office
This pay item shall consist of the furnishing of a field office for the duration of the project. The
office shall be located at a site convenient to the Sandy Lake Road Right-of-Way, and the City will
assist the Contractor with negotiations for leasing properly. The Contractor shall maintain at the
field office at all times a complete set of plans, specifications, approved shop drawings, and all other
details pertaining to the work. Measurement and payment shall be on the basis of the lump sum bid
price and shall be total compensation for furnishing a field office and property leasing. Office shall
be large enough to accommodate both the Contractor and the Owner's representative. The office
shall have telephone, electrical, water, and sanitary facilities.
Pay Item//6 - Remove Old Concrete and ItMAC Walks, Drives, SWeet
This pay item shall consist of the removal of existing concrete and HMAC driveways, sidewalks,
and streets as required by the plans and specifications. Measurement and payment shall be on the
basis of the bid price per square yard and shall be total compensation for furnishing all materials,
tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//'7 - Remove Old Concrete Curb and Gutter
This pay item shall consist of the removal of existing concrete curb and gutter as required by the
plans and specifications. Measurement and payment shall be on the basis of the bid price per linear
foot and shall be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
Pay Item #8 - Undassified Street Excavation
This pay item shall consist of excavation within the limits of the right-of-way; the removal, proper
utilization or disposal of all excavated material; and the shaping and finishing of all earthwork in
conformity with the lines and grades as shown on the plans. Cross sections will be taken in the
field by the Owner just prior to the start of construction to document the existing elevation of
the roadway and all features along the project corridor. After the roadways are graded and the
concrete pavement is in place, the Owner's surveyor will document the actual top of curb
elevations. Payment shall be on the basis of the bid price per cubic yard as calculated by
comparing the original cross sections to the "as built" top of curb elevations, netting out the
volume of the pavement section. Said payment shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item ~9 - Remove Existing Inlets
This pay item shall consist of the removal of existing inlets including excavation, backfill, and
compaction as required by the plans and specifications. Measurement and payment shall be on the
basis of the bid price for each inlet removed and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
4-3
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item #10 - Remove Existing Storm Drain Pipe (All Sizes)
This pay item shall consist of the removal of the existing storm drain pipe laterals connected to the
existing inlets to be removed. Measurement and payment shall be on the basis of the bid price per
linear foot and shall be total compensation for furnishing all materials, tools, equipment, labor,
trench excavation, backfill, compaction, and any incidentals necessary to complete the work.
Pay Item//11 - Remove Existing Headwall
This pay item shall consist of removing the existing reinforced concrete headwall as required by the
plans and specifications. Measurement and payment shall be on the basis of the bid price for each
headwall removed and shall be total compensation for furnishing all materials, tools, equipment,
labor and any incidentals necessary to complete the work.
Pay Item #12 - Remove Existing Storm Drain Manholes
This pay item shall consist of the removal of existing storm drain manholes, and include all
excavation, backfill, and compaction as required by the plans and specifications. Measurement and
payment shall be on the basis of the bid price per square yard and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//13 - Plug Existing Storm Drain Pipe
This item shall consist of plugging existing storm drain pipe to remain in service as required by the
plans and specifications. Measurement and payment shall be on the basis of the unit price bid for
each pipe plugged and shall be total compensation for furnishing all materials, tools, equipment,
labor and any incidentals necessary to complete the work.
Pay Item #14- Salvage Existing Pavestones
This item shall consist of the removal of existing pavestones from existing side streets and
driveways affected by construction as required by the plans and specifications. Measurement and
payment shall be on the basis of the lump sum price bid and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
All salvaged pavestones shall be delivered to the City's West Service Center at the southwest comer
of Royal and Bethel. Any pavestones broken or damaged will no be paid for.
Pay Item//15 - 8" Lime Treated Subgrade (Density Control)
This pay item shall consist of treating the top 8" of subgrade by pulverization, addition of 6% lime,
mixing and compacting, and rernixing and recornpacting the top 6" of the mixed material to the
required density. Subgrade shall be constructed to the lines and grades as required by the plans and
specifications. Measurement and payment shall be on the basis of the bid price per square yard and
shall be total compensation for furnishing all materials, tools, equipment, labor and any incidentals
necessary to complete the work. Actual quantity could vary from 0 to 80,000 square yards.
Determination will be made in the field by the Owner's representative on whether to use lime or
cement to treat the subgrade. (See alternate bid item//15A).
4-4
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item//16 - Hydrated Lime @ 39 Pounds/SY
This pay item shall consist of the hydrated lime required for lime treatment of subgrade at the
minimum rate of 39 pounds per square yard. Measurement and payment shall be on the basis of the
bid price per ton and shall be total compensation for furnishing all materials, tools, equipment, labor
and any incidentals necessary to complete the work. Actual quantity could vary from 0 to 1,560
tons. Determination will be made in the field by the Owner's representative on whether to use lime
or cement to treat the subgrade. (See alternate bid item #16A).
Pay Item//17 - 8" Reinforced Concrete Pavement
This pay item shall consist of the furnishing and placement of 8" Reinforced Concrete Pavement at
the locations and grades shown on the plans. All concrete for construction shall be Class A concrete
having a minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of
3,000 psi at 28 days. The cost for furnishing and placing reinforcement shall be included in the
contract unit prices bid for the various concrete structures. Reinforcement shall conform to
Standard City of Coppell Details. Measurement and payment shall be on the basis of the bid price
per square yard and shall be total compensation for furnishing all materials, tools, equipment, labor
and any incidentals necessary to complete the work.
Pay Item//18 - 6" Concrete Curb
This pay item shall consist of the furnishing and placement of 6" concrete curb at the locations and
grades shown on the plans. All concrete for construction shall be Class A concrete having a
minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi at
28 days. The cost for furnishing and placing reinforcement shall be included in the contract unit
prices bid for the various concrete structures. Reinforcement shall conform to Standard City of
Coppell Details. Measurement and payment shall be on the basis of the bid price per linear foot and
shall be total compensation for furnishing all materials, tools, equipment, labor and any incidentals
necessary to complete the work.
Pay Item//19 - 6" HMAC Transition Pavement
This pay item shall consist of the furnishing and installing HMAC Transition Pavement at all
locations where the new concrete pavement ties into existing HMAC streets. The transition shall
cover the full width of the tie-in with a minimum length of 20 feet from the edge of the new
concrete pavement.
This pavement section shall consist of two-inch (2") thick Type "D" HMAC on four-inch (4") thick
Type "B" HMAC on six-inch (6") thick compacted, flexible base subgrade. Measurement and
payment shall be on the basis of the bid price per square yard and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item/P_..0 - 4" Concrete Sidewalk
This pay item shall consist of the construction of 4" concrete sidewalks as shown on the plans. All
concrete for construction shall be Class A concrete having a minimum of 5 sacks of cement per
cubic yard and a minimum compressire strength of 3,000 psi at 28 days. The cost for furnishing
4-5
City of Coppell Description of Pay Items
Revised Addendum No. I
and placing reinforcement shall be included in the contract unit prices bid for the various concrete
structures. Reinforcement shall conform to Standard City of Coppell Details. Measurement and
payment shall be on the basis of the bid price per square yard and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//21 - 4" Solid Concrete Paving Stones
This pay item shall consist of the construction of solid concrete paving stones as shown on the plans
and conforming to Standard City of Coppell Details. Measurement and payment shall be on the
basis of the bid price per square yard and shall be total compensation for furnishing all materials,
tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item/122 - Concrete Alley
This pay item shall consist of the construction of concrete alleys as shown on the plans. All
concrete shall be Class A concrete having a minimum of 5 sacks of cement per cubic yard and a
minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing
reinforcement shall be included in the contract unit prices bid for the various concrete structures.
Reinforcement shall conform to Standard City of Coppell Details. Measurement and payment shall
be on the basis of the bid price per square yard and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//23 - Concrete Driveway
This pay item shall consist of the construction of concrete driveways as shown on the plans. All
concrete shall be Class A concrete having a minimum of 5.0 sacks of cement per cubic yard and a
minimum compressive strength of 3,000 psi at 28 days. The cost for furnishing and placing
reinforcement shall be included in the contract unit prices bid for the various concrete structures.
Reinforcement shall conform to the details shown on the plans.
The Contractor shall in every case replace the existing driveways so as to provide access from the
proposed roadway to the property. In some cases, only the driveway approach is to be replaced in
accordance with the details shown on the plans. In other cases as shown on the plans, the driveway
approach and par~ of the driveway is to be replaced. In those instances that part of the driveway is
to be replaced, the proposed driveway replacement shall be constructed with the same material as
the existing driveway and at a constant grade from the end abutting the driveway return to the end
abutting the existing driveway.
Measurement and payment shall be on the basis of the bid price per square yard and shall be total
compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary to
complete the work.
Pay Item//24 - HMAC Driveway
This pay item shall consist of the replacement of asphalt driveways disturbed during construction.
The driveways shall be 2" thick HMAC surface course, type D, on 4" thick HMAC surface course,
Type B, and include compaction of subgrade. Measurement and payment shall be on the basis of
4-6
City of Coppell Description of Pay Items
Revised Addendum No. I
the bid price per square yard and shall be total compensation for furnishing all materials, tools,
equipment, labor and any incidentals necessary to complete the work.
Pay Item//25 - Gravel Driveway
This pay item shall consist of the replacement of gravel driveways disturbed during construction.
The driveways shall be gravel base course, as required by Item 2.1.3., and be 6" in depth.
Measurement and payment shall be on the basis of the bid price per square yard and shall be total
compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary to
complete the work.
Pay Items ~ Through//36 - Class HI Reinforced Concrete Pipe
These pay items shall consist of the installation of Class Ill, reinforced concrete storm drain pipe at
the locations and grades shown on the plans (sizes 18", 21", 24", 27", 30", 33", 36", 42", 48",
and 54" respectively). All pipe used for existing storm drain extensions at the trapezoidal concrete
channel shall consist of Class Ill, reinforced concrete pipe; 15" size shall be reinforced concrete pipe
at the drainage channel. Measurement and payment shall be on the basis of the bid price per linear
foot of pipe centerline; shall include all necessary fittings; and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Items//37 and//38 - Class HI Reinforced Concrete Pipe
This pay item shall consist of the installation of 60" and 66" Class III, reinforced concrete
storm drain pipe at the locations and grades shown on the plans. Measurement and payment
shall be on the basis of the bid price per linear foot of pipe centerline; shall include all
necessary fittings; and shall be total compensation for furnishing all materials, tools,
equipment, labor and any incidentals necessary to complete the work.
Pay Items//39 Through//44 - Recessed and Standard Curb Inlets
These items shall consist of the construction of recessed and standard curb inlets at the locations and
grades shown on the plans. All concrete for construction shall be Class A concrete having a
minimum of 5.0 sacks of cement per cubic yard and a minimum compressive strength of 3,000 psi
at 28 days. The cost for furnishing and placing reinforcement shall be included in the contract unit
prices bid for the various concrete structures. Reinforcement shall conform to the details shown on
the plans and/or Standard City of Coppell Details.
Measurement and payment shall be on the basis of the bid price for each inlet installed and shall be
total compensation for furnishing all materials, tools, equipment, labor and any incidentals necessary
to complete the work.
Pay Items//45 through//48 - Standard Drop Inlets With Concrete Apron
This pay item shall consist of the construction of standard drop inlets with concrete aprons as shown
on the plans. Measurement and payment shall be on the basis of the bid price for each drop inlet
and shall be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
4-7
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay llem #49 - 2,-Grate Drop Inle{ (Yard Drain)
This pay item shall consist of the construction of standard 2-grate drop inlets (yard drains) with
concrete aprons as shown on the plans. Measurement and payment shall be on the basis of the bid
price for each drop inlet and shall be total compensation for furnishing all materials, tools,
equipment, labor and any incidentals necessary to complete the work.
Pay Item//50 and//51 - Standard Type A and Type B Storm Drain Manholes
These pay items shall consist of the excavation, backfill, construction, furnishing, and placing
standard storm drain manholes, Type A and Type B, respectively, at the location and grades shown
on the plans. All concrete for construction shall be Class A concrete having a minimum of 5.0 sacks
of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. The cost for
furnishing and placing reinforcement shall be included in the contract unit prices bid for the various
concrete structures. Reinforcement shall conform to the details shown on the plans.
Measurement and payment shall be on the basis of the bid price for each manhole installed and shall
be total compensation for furnishing all materials, tools, equipment, labor, set rim elevations at
finished grade, and any incidentals necessary to complete the work.
Pay Item//52 - Type C Headwall
This item shall consist of the installation of Type C Headwalls as shown on the plans. Measurement
and payment shall be on the basis of the bid price for each headwall installed and shall be total
compensation for furnishing all materials, tools, equipment, labor, set elevations at finished grade,
and any incidentals necessary to complete the work. Measurement and payment shall be on the
basis of the bid price for each manhole installed and shall be total compensation for furnishing all
materials, tools, equipment, labor, and any incidentals necessary to complete the work.
Pay Items//53 through//55 - Connections to Existing Storm Drain Manholes, Maim, and
Flumes
These pay items shall consist of connecting to existing storm drain manholes, pipes, and flumes.
Measurement and payment shall be on the basis of the bid price for each connection and shall be
total compensation for furnishing all materials, tools, equipment, labor, and any incidentals
necessary to complete the work.
Pay Item//56 - Storm Drain Trench Safety
This pay item shall include all necessary activities required to provide a trench safety system
meeting the requirements of OSHA. Per Texas House Bill 1569 effective as of September 1,
1989, it shall be the responsibility of the Contractor to provide a viable trench safety system at
all times during construction activities. The Contractor is directed to become knowledgeable
and familiar with the standards as set forth by the Occupational Safety and Health
Administration (OSHA) for trench safety that will be in effect during the period of construction
of the project, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards.
4-8
City of Coppell Description of Pay Items
Revised Addendum No. I
Measurement and payment shall be on the basis of the linear foot price bid and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to
complete the work.
Pay Item//57 - Pavement Buttons and Markings
Reflectorized traffic buttons shall be furnished and installed as shown in the Detail in the plans and
in accordance with TXDOT approved epoxy adhesive and Reflectorized Channel Markers. Yellow
buttons shall meet the requirements of TXDOT Type I-A-6 and II-A-6 (one and two reflective
faces, respectively) for reflectorized channel markers. Whim buttons shall meet the requirements of
TXDOT Type I-C-6 for reflectorized channel markers.
Measurement and payment shall be on the basis of the lump sum price bid and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to
complete the work.
Pay Item//58 - Adjust Existing Storm Drain Manholes to Grade
This pay item shall consist of adjusting existing storm drain manholes, which are to remain in
service, to firfished Fade. Measurement and payment shall be on the basis of the bid price for each
manhole rim adjusted to grade and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
Pay Item//59 - Adjust Existing Sanitary Sewer Manholes to Grade
This pay item shall consist of adjusting existing sanitary sewer manholes, which are to remain in
service, to firfished grade. Measurement and payment shall be on the basis of the bid price for each
manhole rim adjusted to grade and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
Pay Item//60 - Adjust Existing Water and Meter Valve Boxes to Grade
This item shall consist of adjusting existing water and meter valve boxes, which are to remain
in service, to finished grade. Measurement and payment shall be on the basis of the bid price for
each water and meter valve box adjusted to grade and shall be total compensation for furnishing all
materials, tools, equipment, labor, and any incidentals necessary to complete the work.
Pay Item 1/61 - Adjust Existing Sanitary Sewer Cleanouts to Grade
This pay item shall consist of adjusting existing sanitary sewer cleanouts, which are to remain in
service, to finished grade. Measurement and payment shall be on the basis of the bid price for each
cleanout adjusted to grade and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
4-9
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item//62 - Fence Removal and Replacement
This item shall consist of removing and replacing existing fences of all types as shown on the
plans. Measurement and payment shall be on the basis of the bid price per linear foot and shall be
total compensation for furnishing all materials, tools, equipment, labor, and any incidentals
necessary to complete the work. The Contractor shall videotape and/or photograph each existing
fence prior to starting construction; each fence relocated shall match the existing fence
condition to the extent possible.
Pay Item # 63 - Structural Sidewalk
This item shall consist of constructing the thickened sidewalks which are integral with the retaining
wall between paving stations 10+65 and 13+71. This quantity includes the portion of sidewalk
under the wall. Measurement and payment shall be on the basis of the bid price per square yard of
structural sidewalk installed and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
Pay Item # 64 - Integral Concrete Retaining Wall
This item shall consist of constructing integral concrete retaining wall between paving stations
10+65 and 13+71 per the details and sections shown on the plans. All concrete for construction
shall be Class F concrete having a minimum of 6.5 sacks of cement per cubic yard and a minimum
compressive strength of 4,000 psi at 28 days. The cost for furnishing and placing reinforcement
shall be included in the contract unit prices bid for the various concrete structures. Reinforcement
shall conform to the details shown on the plans.
This quantity is based upon the square feet of the exposed wall face from top to bottom of the wall.
Measurement and payment shall be on the basis of the bid price per square foot of wall face installed
and shall be total compensation for furnishing all materials, tools, equipment, labor, and any
incidentals necessary to complete the work.
Pay Item # 65 - Spread Footing Concrete Retaining Wall
This item shall consist of constructing concrete retaining walls and spread footing between paving
stations 14+75 and 16+50. All concrete for construction shall be Class F concrete having a
minimum of 6.5 sacks of cement per cubic yard and a minimum compressive strength of 4,000 psi
at 28 days. The cost for furnishing and placing reinforcement shall be included in the contract unit
prices bid for the various concrete structures. Reinforcement shall conform to the details shown on
the plans.
Excavation, backfill, and compaction shall not be measured separately, but shall be subsidiary to the
square foot measurement of the face of the wall stem from the top of the wall to the top of the
footing. Measurement and payment shall be on the basis of the bid price per square foot of wall
installed and shall be total compensation for furnishing all materials, tools, equipment, labor, and
any incidentals necessary to complete the work.
4-10
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item # 66 - Concrete Drilled Shaft Retaining Wall
This item shall consist of constructing wall stem and the pier cap of the drilled shaft walls between
paving stations 36+75 and 39+00 (left) and stations 14+75 and 16+68 (right). All concrete for
construction shall be Class F concrete having a minimum of 6.5 sacks of cement per cubic yard and
a minimum compressire strength of 4,000 psi at 28 days. The cost for furnishing and placing
reinforcement shall be included in the contract unit prices bid for the various concrete structures.
Reinforcement shall conform to the details shown on the plans.
The pier cap, excavation, backfill, and compaction shall not be measured separately, but shall be
subsidiary to the square foot measurement of the face of the wall stem from the top of the wall to the
top of the pier cap. Measurement and payment shall be on the basis of the bid price per square foot
of wall installed and shall be total compensation for furnishing all materials, tools, equipment, labor,
and any incidentals necessary to complete the work. (See alternate bid item #66A).
Pay Item # 67 - 24" Diameter Drilled Shafts For Concrete Retaining Walls
This item shall consist of constructing the reinforced concrete drilled shafts for retaining walls
between paving stations 36+75 and 39+00 (left) and stations 14+75 and 16+68 (right). All
concrete for construction shall be Class F concrete having a minimum of 6.5 sacks of cement per
cubic yard and a minimum compressire strength of 4,000 psi at 28 days. The cost for furnishing
and placing reinforcement shall be included in the contract unit prices bid for the various concrete
structures. Reinforcement shall conform to the details shown on the plans.
Measurement and payment shall be on the basis of the bid price per vertical foot of shaft installed
and shall be total compensation for furnishing all materials, tools, equipment, labor, and any
incidentals necessary to complete the work.
Pay Item//68 - Brick Veneer For Concrete Retaining Wall (Exposed Face and Top)
This item shall consist of providing and installing decorative brick veneer to the exposed face and
top of all concrete retaining walls which are near similar brick treatments within the project
corridor. The Contractor shall provide brick samples to the City, as described by the plans, to
match color and style. Measurement and payment shall be on the basis of the bid price per square
foot of brick installed and shall be total compensation for fumishing all materials, tools, equipment,
labor, and any incidentals necessary to complete the work.
Pay Item # 69 - Stone Veneer For Concrete Retaining Wall (Exposed Face and Top)
This item shall consist of providing and installing decorative stone veneer to the exposed face and
top of all concrete retaining walls which are near similar stone treatments within the project
corridor. The Contractor shall provide stone samples to the City, as described by the plans, to
match the color, style, and shape. Measurement and payment shall be on the basis of the bid price
per square foot of stone installed and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
4-11
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item f/0 - Pedestrian Handrails
This pay item shall consist of shop drawing submittals, fabrication, and installation of the pedestrian
handrails to the top of the retaining walls or other structures as shown on the details and sections
shown on the plans. All retaining walls adjacent to sidewalks (except the integral sidewalk wall)
shall have handrails installed on the top of the wall. Measurement and payment shall be on the basis
of the bid price per linear foot of handrail installed and shall be total compensation for furnishing all
materials, tools, equipment, labor, and any incidentals necessary to complete the work.
Pay Items//71 Through//75 - Traffic Signal Installations
These pay items shall consist of the construction of traffic signal installations at the
intersections of Heartz Drive, Moore Road, and Samuel Boulevard; conduit installation at
Mockingbird Lane, and Lodge Road; and traffic signal interconnection system in accordance
with the plans and specifications. Measurement and payment shall be on the basis of the lump
sum bid price and shall be total compensation for furnishing all materials, tools, equipment, labor,
and any incidentals necessary to complete the work.
Traffic signal installation shall be performed with new equipment in accordance with the plans.
Salvaged traffic signal components are the property of the City of Coppell and shall be
delivered to the City's West Service Center located at the southwest corner of Royal and
Bethel.
Pay Item//76 - Temporary Roadway
This pay item shall consist of constructing temporary traffic lanes with construction barricades
for vehicle use until all main roadway lanes are complete. Measurement and payment shall be on
the basis of the lump sum bid price and shall be total compensation for furnishing all materials,
tools, equipment, labor, and any incidentals necessary to complete the work. Contractor shall
maintain two-way traffic at all times. Minimum width of detours and temporary lanes shall be 10
feet. Temporary Pavement Thickness shall be a minimum of 2" HMAC over 6" Flexible base.
The Contractor shall maintain temporary pavement in a driveable, safe condition at all times.
No designated left-turn lanes will be required during construction of this roadway All warning
devices shall be included in this pay item except concrete barriers. (See SECTION 3 -
SPECIFIC PROJECT REQUIREMENTS - Item 1.15) This item shall also include any
temporary pavement or plating required to patch all utility trenches to maintain traffic.
Pay Item//77 - Concrete Barriers
This item shall consist of concrete barriers along the temporary roadway. Measurement and
payment shall be on the basis of the linear foot bid price and shall be compensation for
furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the
work.
Pay Item//78 - Unclassi~ed Channd Excavation
This pay item shall consist of excavation within the limits of the channel right-of-way or easement;
the removal, proper utilization or disposal of all excavated material; and the shaping and finishing of
4-12
City of Coppdl Description of Pay Items
Revised Addendum No. 1
all earthwork in conformity with the lines and grades shown on the plans. Measurement and
payment shall be on the basis of the bid price per cubic yard and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//79 - Trapezoidal Lined Concrete Channel
This
lines
price
labor
pay item shall consist of the construction of a 6" concrete channel in conformity with the
and grades shown on the plans. Measurement and payment shall be on the basis of the bid
per square yard and shall be total compensation for furnishing all materials, tools, equipment,
and any incidentals necessary to complete the work.
Pay Item//80 - 4" Topsoil
This pay item shall consist of placing 4" of topsoil on all areas disturbed during street and channel
construction, not covered by pavement. Topsoil shall be placed to conform to lines and grades as
required in the plans and specifications. Measurement and payment shall be on the basis of the
square yard bid price and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any incidentals necessary to complete the work.
Pay Item//81 - Hydromulch
This pay item shall govern the furnishing and distribution of the wood fiber mulch, seeding
and fertilizing for hydromulching the areas disturbed during street and channel construction,
not covered by pavement. Hydromulching shall be in accordance with NCTCOG Specification
Item 3.10.7. Measurement and payment shall be on the basis of the square yard bid price and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
incidentals necessary to complete the work. The Contractor shall water all hydromulched areas
at his expense to ensure growth. In the event that growth is not established, the Contractor
shall reseed and water those areas until growth is established.
For the hydromulch to be accepted, sprigs of seeds must be uniformly appearing over the
entire area of application within 30 days of date of application. At that time, 50% of the bid
item can be paid. In addition to this requirement for acceptance, at the time of final acceptance
of the project, uniform grass coverage over all areas seeded must be evident; there must be
100 % coverage of grass at the time of final acceptance.
Pay Item #82 - Storm Water Pollution Prevention Plan (SWPPP)
This item is to reimburse the Contractor for costs to implement the on-site Storm Water Pollution
Prevention Plan and install pollution control devices. Modification to the Plan or additional control
items required by the Engineer will be at no additional cost. This item is to include all equipment,
materials, labor, and maintenance necessary to control storm water pollution. Payment will be lump
sum for complete, in place, maintained, removed, and accepted work.
Pay Item #83 - Temporary Chain Link Fence
This item shall consist of furnishing, installing, and removing a 6 foot high temporary chain
!ink fence along the property just west of Heartz, on the south side of Sandy Lake Road.
4~13
City of Coppell Description of Pay Items
Revised Addendum No. 1
Measure-ment and payment shall be on the basis of the bid price per linear foot and shall be
total compensation for furnishing all materials, tools, equipment, labor and any incidentals
necessary to complete the work.
Pay Item//84 - 8 Foot Cedar Fence
This item shall consist of furnishing and installing an 8 foot high cedar fence, including
galvanized steel posts and hardware, along the top of the proposed retaining wall just west of
Heartz on the south side of Sandy Lake Road. Measurement and payment shall be on the basis
of the bid price per linear foot and shall be total compensation for furnishing all materials,
tools, equipment, labor and any incidentals necessary to complete the work.
PART
IA- PAVING AND DRAINAGE ALTERNATE BID ITEMS
The following items are alternate bid items for the project. A decision to use lime or cement to treat
the subgrade will be made in the field by the Owner's representative. A gravity retaining wall may
be constructed instead of a drilled shaft retaining wall if shop drawings are approved by the
Engineer and Owner.
Pay Item #15A - 8" Cement Treated Subgrade (Demity Control)
This pay item shall consist of treating ~he top 8" of subgrade by pulverization, addition of 5 %
cement, mixing and compacting the mixed material to the required density. Subgrade shall be
constructed to the lines and grades as required by the plans and specifications. Measurement and
payment shall be on the basis of the bid price per square yard and shall be total compensation for
furnishing all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Actual quantity could vary from 0 to 80,000 square yards. Determination will be made in the field
by the Owner's representative on whether to use lime or cement to treat the subgrade.
Pay Item #16A - Cement Treated Base @ 32 Pounds/SY
This pay item shall consist of the cement required for cement treatment of subgrade at the minimum
rate of 32 pounds per square yard. Measurement and payment shall be on the basis of the bid price
per ton and shall be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work. Actual quantity could vary from 0 to 1,280 tons.
Determination will be made in the field by the Owner's representative on whether to use lime or
cement to treat the subgrade.
Pay Item//66A - Concrete Drilled Shaft Retaining Wall
This item shall consist of constructing gravity retaining walls as an alternative to the drilled
shaft retaining walls listed as a separate bid item, excluding wall panel number RW4.
Excavation, backfill, and compaction shall not be measured separately, but shall be subsidiary
to the square foot measurement of the face of the wall from the top of the wall to the bottom of
the wall. Measurement and payment shall be on the basis of the bid price per square foot of
wall face and shall be shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
City of Coppell Description of Pay Items
4-14 Revised Addendum No. 1
PART
H - WATER & SEWER
Pay Items//85 Through//87 - Water Maim (Bar Wrapped Concrete Cylinder Pipe (PCCP
Class 150), PVC DR-26, Polyethylene DR-9)
These pay items shall consist of the construction of 30", 24", and 16" water mains consisting
of bar wrapped concrete cylinder pipe (PCCP) Class 150, PVC DR-25, or polyethylene (PE)
DR-9. Contractor shall submit shop drawings for all water main pipe to be used on the project
for approval by the Engineer. PVC pipe (DR-25) is acceptable for 16", 24", and 30" sizes.
22" PE pipe (DR-9) is only acceptable for 16" water main sizes given the minimum wall
thicknesses for the pressure class. Water mains shall meet the following AWWA Standards:
PCCP - AWWA C303, PVC - AWWA C905, PE - AWWA C906. All pipe shall be designed
to operate at 150 psi.
The main line pipe will be measured horizontally from center of fitting to center of fitting or
end of pipe without any deduction for the length of intermediate fittings, specials or valves.
Measurement for payment shall be made on a linear foot basis at the contract unit price and
shall include: furnishing, hauling and installing pipe; fittings and specials; full
circumferentially welded joints for restraint on the existing and new PCCP water main; de-
watering where necessary; trench excavation; rock excavation; backfilling and compaction,
including embedment material as specified per City of Coppell Standard Construction Details;
protecting or replacing existing structures or utilities; disposal of surplus materials; cleaning up
and maintenance; sign removal and replacement; surveying and replacement of monuments;
traffic control; dust control; removal of mud from roadways; and any incidental work and
materials, all in strict accordance with the plans and specifications.
Payment for main line pipe shall include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for main
line pipe 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. Restrained joints shall be provided as
necessary and shall consist of full welded joints on PCCP water mains in accordance with
specifications.
Pay Items//88,//89, and//91 - (Class 250) Ductile Iron Pipe Water Main With Restrained
Joints
These pay items shall consist of constructing ductile iron pipe (Class 250) water main with
restrained joints. The main line pipe will be measured horizontally from center of fitting to
center of fitting or end of pipe without any deduction for the length of intermediate fittings,
specials or valves. Payment shall be made on a linear foot basis at the contract unit price and
shall include: furnishing, hauling and installing pipe; polywrap for ductile iron pipe, fittings,
and specials; restrained joints; concrete blocking; dewatering where necessary; trench
excavation, rock excavation; backfilling and compaction, including embedment material as
specified; protecting or replacing existing structures or utilities; disposal of surplus materials;
cleaning up and maintenance; sign removal and replacement; surveying and replacement of
City of Coppell Description of Pay Items
4-15 Revised Addendum No. 1
monuments; dust control; removal of mud from roadways; and any incidental work and
materials, all in strict accordance with the plans and specifications.
Payment for main line pipe shall include any and all extra precautions or construction
requirements necessary to adequately protect and support existing utilities. Payment for main
line pipe 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. Restrained joints shall be provided as
necessary in accordance with specifications.
Pay Items//90 and//92 - DR-18 C-900 PVC Water Main
These pay items shall consist of excavation and backfill, furnishing and placing of various sizes of
12', 10", 8", 6" and 4" DR-18 C-900 PVC water main at the lines and grades shown on the plans.
Measurement and payment shall be on the basis of the linear foot bid price and shall be total
compensation for furnishing all materials, tools, equipment, labor, fittings, specials, concrete
blocking, joint restraints, and any incidentals necessary to complete the work
Pay Items//93 and//94 - Gate Valves in Vaults
These pay items shall consist of constructing 30" and 16" gate valves in vaults in accordance with
the plans and specifications. Measurement and payment shall be at the bid price for each gate
valve in vault and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any incidentals necessary to complete the work.
Pay Items #95 through ~ - Gate Valves and Boxes -
These pay items shall consist of the constructing 12", 10", 8", 6", 4", and 2" gate valves and valve
boxes as manufactured by M&H, Mueller, or approved equivalent, at the locations and grades
shown on the plans. Measurement and payment shall be at the bid price for each gate valve and
box and shall be total compensation for furnishing all materials, tools, equipment, labor,
setting the valve box rim elevations at finished grade, concrete blocking, and any incidentals
necessary to complete the work.
Pay Item #100 - Fire Hydrants
This pay item shall consist of the furnishing and installing the fire hydrants, fire hydrant extensions,
blocking, drainage at the locations shown on the plans. Fire hydrants shall be Mueller Centurion,
or approved equivalent. Measurement and payment shall be at the bid price for each fire
hydrant shM1 be total compensation for furnishing all materiMs, tools, equipment, labor, and
any incidentals necessary to complete the work.
Pay Item #101 - Salvage Existing Fire Hydrants
This pay item shall consist of removing and salvaging existing fire hydrants. Measurement and
payment shall be at the bid price for each fire hydrant salvaged and shall be total compensation
for furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete
4-16
City of Coppell Description of Pay Items
Revised Addendum No. 1
the work. Any fire hydrant damaged or broken will not be paid for. Salvaged fire hydrants shall
be delivered to the City's West Service Center located at the southwest comer of Royal and Bethel.
Pay Item//102 - Salvage Existing Water Valves and Boxes
This pay item shall consist of removing and salvaging existing water valves and boxes.
Measurement and payment shall be at the bid price for each water valve and box salvaged and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
incidentals necessary to complete the work. Any water valve damaged or broken will not be paid
for. Salvaged valves and boxes shall be delivered to the City's West Service Center located at the
southwest comer of Royal and Bethel.
Pay Item//103 - Connections to Existing Water Mains
This pay item shall consist of connections of new water mains to existing water mains in accordance
with the plans. Measurement and payment shall be at bid price for each water main connection
and shall be total compensation for furnishing all materials, tools, equipment, labor, fittings,
adapters, and any incidentals necessary to complete the work.
Pay Items//104 - Combination Air Release Valves
This pay item shall consist of the construction of combination air release valves and air risers
on 30" and 16" water mains in accordance with the plans and specifications. Measurement and
payment shall be at the bid price for each air valve and air riser installed and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any incidentals
necessary to complete the work.
Pay Item #105 - Concrete Encasement for Water Main
This pay item shall consist of the furnishing and instailing water pipe in concrete encasement in
accordance with the plans and specifications. Concrete shall be 2000 psi. Measurement and
payment shall be on the basis of the linear foot bid price and shall be total compensation for
furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the
work.
Pay Item//106 through #108 - Water Service Connections
These pay items shall consist of excavation, backfill, furnishing, and installing water service
connections from proposed water mains to existing water meters that are presently serviced by water
lines that are to be abandoned. Water service connections include copper tubing, corporation stop,
tapping saddle, service coupling, and curb stop required to connect to existing water meters. In
locations where service lines must cross the proposed storm sewer facilities, services shall go above
storm drain boxes and pipes. Measurement and payment shall be at the bid price for each water
service connection and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work. All 1 ', 1%", and 2"
pipe required for water services shall be included in this pay item.
4-17
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item #109 - Plug Existing Water Maim
This pay item shall consist of plugging existing water mains to be abandoned in accordance with the
plans. Measurement and payment shall be at bid price for each water main plug installed and
shall be total compensation for furnishing all materials, tools, equipment, labor, fittings,
adapters, and any incidentals necessary to complete the work.
Pay Item #110 - Water Meter Relocations
This pay item shall consist of relocating existing water meters in accordance with the plans.
Measurement and payment shall be at bid price for each water meter relocated and shall be
total compensation for furnishing all materials, tools, equipment, labor, firings, adapters, and
any incidentals necessary to complete the work.
Pay Item #111 - Abandon Existing Meter Connections
This pay item shall consist of abandoning existing water meter boxes and service connections in
accordance with the plans. Measurement and payment shall be at bid price for each water meter
box and service abandoned and shall be total compensation for furnishing all materials, tools,
equipment, labor, fittings, adapters, and any incidentals necessary to complete the work.
Pay Items #112 and #113 - Relocate Existing Sprinkler Box and Water Control With
Service Reconnection
These pay items shall consist of relocating existing sprinkler boxes and control boxes with service
reconnections in accordance with the plans. Measuremen.t and payment shall be at bid price for
each sprinkler and control box relocated and shall be total compensation for furnishing all
materials, tools, equipment, labor, fittings, water main connections, adapters, and any
incidentals necessary to complete the work.
Pay Items #114 - 8" Fire Line Meter Vault
This pay item shall consist of constructing a new meter vault, relocating the existing meter to the
new vault, and removing the existing meter vault in accordance with the plans. Measurement and
payment shall be at bid price for each water meter vault and shall be total compensation for
furnishing all materials, tools, equipment, labor, fittings, adapters, and any incidentals
necessary to complete the work. The Contractor shall maintain service to the fire line with
temporary piping as required to minimize out of service time.
Pay Items #115 and//116 - Remove Existing Water Mains
These pay items shall consist of removing existing 16" and 2" water mains in accordance with the
plans. Measurement and payment shall be at bid price for each linear foot of water main
removed and shall be total compensation for furnishing all materials, tools, equipment, labor,
fittings, adapters, and any incidentals necessary to complete the work.
4-18
City of Coppell Description of Pay Items
Revised Addendum No. 1
Pay Item//117 - Water Main Trench Safety
This pay item shall include all necessary activities required to provide a trench safety system
meeting the requirements of OSHA. Per Texas House Bill 1569 effective as of September 1,
1989, it shall be the responsibility of the Contractor to provide a viable trench safety system at
all times during construction activities. The Contractor is directed to become knowledgeable
and familiar with the standards as set forth by the Occupational Safety and Health
Administration (OSHA) for trench safety that will be in effect during the period of construction
of the project, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards.
Measurement and payment shall be on the basis of the linear foot price bid and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to
complete the work.
Pay Items//118 Through//121 - SDR-35 PVC Sewer Pipe
These pay items shall consist of constructing 8" SDR-35 PVC sanitary sewer mains in accordance
with the plans. Measurement and payment shall be on the basis of the linear foot price bid at the
depths listed per pipe size and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
Pay Item//122 - Standard Sanitary Sewer Manhole (0'..6' Depth)
This pay item shall consist of constructing standard sanitary sewer manholes (0'-6' Depth) in
accordance with the plans. Measurement and payment shall be at the bid price for each manhole
and shall be total compensation for furnishing all materials, tools, equipment, labor, and any
incidentals necessary to complete the work.
Pay Item//123 - Extra Depth for Sanitary Sewer Manholes (Over 6' Depth)
This item shall consist of constructing the portions of sanitary sewer manholes over 6' in
Depth in accordance with the plans. Measurement and payment shall be on the basis of the
vertical foot price bid and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any incidentals necessary to complete the work.
Pay Item//124 - Standard Sanitary Sewer Service Connection
This pay item shall consist of constructing sanitary sewer service connections in accordance with the
plans. Measurement and payment shall be at the bid price for each service connection and shall be
total compensation for furnishing all materials, tools, equipment, labor, and any incidentals
necessary to complete the work.
Pay Item//125 - Connect to Existing Sanitary Sewer Manhole
This pay item shall consist of the excavation and backfill and connecting proposed sewer
replacement lines to existing sanitary sewer manholes at the locations shown on the plans. Existing
sanitary sewer lines to be abandoned shall be plugged as part of this pay item. Measurement and
City of Coppell Description of Pay Items
4-19 Revised Addendum No. 1
payment shall be at the bid price for each manhole connection and shall be total compensation for
furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the
work.
Pay Item #126 - PIng Existing Sanitary Sewer Main
This pay item shall consist of plugging existing sanitary sewer mains to be abandoned in accordance
with the plans. Measurement and payment shall be at bid price for each sanitary sewer main
plugged and shall be total compensation for furnishing all materials, tools, equipment, labor,
fittings, adapters, and any incidentals necessary to complete the work.
Pay Item #127 - Concrete Encasement for Sanitary Sewer Main
This pay item shall consist of the furnishing and installing concrete encasement for sewer pipe
in accordance with the plans and specifications. Concrete shall be 2000 psi. Measurement and
payment shall be on the basis of the linear foot bid price and shall be total compensation for
furnishing all materials, tools, equipment, labor, and any incidentals necessary to complete the
work.
Pay Item #128 - Sanitary Sewer Trench Safety
This pay item shall include all necessary activities required to provide a trench safety system
meeting the requirements of OSHA. Per Texas House Bill 1569 effective as of September 1,
1989, it shall be the responsibility of the Contractor to provide a viable trench safety system at
all times during construction activities. The Contractor is directed to become knowledgeable
and familiar with the standards as set forth by the Occupational Safety and Health
Administration (OSHA) for trench safety that will be in effect during the period of construction
of the project, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards.
Measurement and payment shall be on the basis of the linear foot price bid and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any incidentals necessary to
complete the work.
Pay Item #129 - Remove Existing Sanitary Sewer Manholes
This pay item shall consist of removing existing sanitary sewer manholes at the locations shown on
the plans. Measurement and payment shall be at the bid price for each manhole removed and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any incidentals
necessary to complete the work. Existing manhole frees and covers shall be delivered to the
City's West Side Service Center located at the southwest comer of Royal and Bethel.
4-20
city of Coppell Description of Pay Items
Revised Addendum No. 1
PART HI - LANDSCAPING AND IRRIGATION
Pay Item//130 and//131 - Irrigation Sleeves
This pay item shall consist of the furnishing and installing irrigation sleeves in accordance with
the plans and specifications. Measurement and payment shall be on the basis of the linear foot
price bid and shall be total compensation for furnishing all materials, tools, equipment, labor, and
any incidentals necessary to complete the work.
DEDUCT ITEM
Pay Item//132 - DWU Portion of Common Project Pay Items
This deduct pay item shall consist of the portion of the cost of common pay items attributable
to pay items in "Part IV - Dallas Water Utilities 30" Water Main" of the Bid Form. The
Contractor shall quantify the cost of the portion of items including, but not limited to,
mobilization, field office, right of way preparation, traffic control plan, removing existing curb
and/or pavement, temporary roadway, topsoil, hydromulch, concrete barriers, bonding, etc.
These are examples of items which are listed as "subsidiary" to other pay items in "Section 5 -
DWU Information to Bidders, Special Provisions, and Description of Pay Items". The
common pay items in Parts I, II, and III of the Bid Form are to be priced to reflect the cost for
the total project.
4-21
City of Coppell Description of Pay Items
Revised AdderMum No. 1
SECTION 5
DALLAS WATER UTILITIES
INFORMATION TO BIDDERS,
SPECIAL PR 0 VISIONS, AND
DESCRIPTION OF PAY ITEMS
DWU CONTRACT NO. 98-31 IF
Addendum No. I
D I/VU ,S~ecial Provisions and Description of Pay Items
INDEX TO SPECIFICATIONS
FOR
DALLAS WATER UTILITIES
SECTION
A. 1
A.2
A.3
A.4
Location, Description of Project
Special Provisions
Bid Items
Specifications
5-2
Addendum No. 1
DWU Special Provisions and Description of Pay Items
SECTION 5
DALLAS WATER UTILITIES
INFORMATION TO BIDDERS, SPECIAL PROVISIONS,
AND DESCRIPTION OF PAY ITEMS
PART A - INFORMATION TO BIDDERS
AI.
LOCATION AND DESCRIPTION OF PROJECT
This project consists of:
1. Approximately 3,500 linear feet of 30-inch water mare constructed in seven segments in Sandy
Lake Road from the existing 30-inch water mare approximately 500 linear feet east of Denton Tap Road; thence in an
easterly direction connecting to the existing 30-inch water main in approximately 100 feet east of MacArthur Boulevard.
(See Map 685W - 678A, plan-profile sheets 1 through 16.)
Details of location and construction are shown on the specified plans and Standard Appurtenance
Sheets.
this section.
Note that mobilization is not a separate pay item, but it is considered subsidiary to all bid items in
5-3
Addendum No. 1
D FFU S~ecial Provisions and Description of Pay Items
A 2. SPECIAL PROVISIONS
S-1 REIMBURSEMENTS OF OVERTIME WORK OF DALLAS WATER UTILITIES INSPECTORS
Reimbursements for overtime work of Dallas Water Utilities Inspectors shall be made directly to Dallas Water
Utilities. Checks should be made payable to "Dallas Water Utilities" and mailed or hand carried to:
Accounting and Finance Dept.
Construction/Cost Accounting
5/A/N City Hall
1500 Marilla
Dallas, TX 75201
Inspection fees will be charged to the Contractor at the rote of 3~G0 per hour under the following overtime
conditions:
1. Weekdays between the hours of midnight to 7:30 AM and 4:30 PM to midnight.
2. Saturdays, Sundays, and Holidays from midmght to midnight with a miramum of $60 per day.
Inspection fees will not be charged as outlined above if the Owner required the Contractor to work during
these time periods because of restrictions for water main tie-ins, traffic requirements or other restrictions as
directed by the Owner. The Owner shall determine periods that inspection fees shah not be charged and the
Owner's decision shall be final.
Inspection fees will be accumulated during the monthly estimate period. A statement of charges for the
estimate period will be provided to the Contractor. The statement of charges must be paid prior to the Owner
processing the following estimate.
PAYMENT IS DUE WITHIN TEN (10) DAYS OF THE DATE OF INVOICE
Except in an emergency situation, the Contractor shall be required to furnish in writing to the Owner, not less
than 36 hours in advance, a request to work overtime Saturday, Sunday, or Holiday. A written request is not
required for overtime work on a weekday.
S-2 EXISTING MAINS AND SERVICES
ACCIDENTAL DAMAGE:
DALLAS WATER UTILITIES (SWU) DISPATCHER 670-5700
All water and wastewater facilities must be protected during all phases of the construction operations. The
contractor is responsible for the cost to repair damage to an existing water or wastewater maim water services,
and/or wastewater laterals. Repairs will be made by DWU and the Contractor will be billed for the cost of the
repair. The Contractor will not be permitted to make repairs tmless authorized by the Engineer. Damage to
other DWU facilities will be repaired by the Contractor, if repair is authorized by the Construction Engineer.
If repair is not authorized by the Construction Engineer, the repair will be made by DWU and the Contractor
will be billed for the cost of the repair. If such damage occurs the Contractor is to call the DWU dispatcher for
repairs.
THE CONTRACTOR IS NOT ALLOWED TO OPERATE WATER VALVES IN THE EXISTING
SYSTEM. In the event of damage to a water facility that requires closing a water valve in the existing system,
the Contractor must contact the DWU dispatcher. DWU personnel will shut off the valve.
In the event a live water service is damaged or cut, the Contractor must immediately crimp the service to stop
flow. IMMEDIATELY, the Contractor is to call the DWU dispatcher for repairs.
5-4
Addendum No. I
DkVU ,S~gecial Provisions and Description of Pa, v Items
PLANNED ALTERATION:
If the Contractor plans to damage, cut, or alter the existing system in any manner, the means and methods must
be approved by the DWU Construction Engineer. Any work done and materials used or disposed of, related to
this item, shall be at no cost to the City. Also, if the DWU Construction Engineer disapproves any means or
methods requested by the Contractor, this will not constitute the basis of any claim for additional costs to the
City.
The Construction Engineer shah have the authority to approve one or more of the following methods or other
methods requested by the Contractor:
Temporary Main: If a temporary main is required to accomplish continuous water service, or if a temporary
main is required to accomplish continuous wastewater service or if a wastewater pumping bypass operation is
used, the xvork will be done by the Contractor at his expense.
This shall include furnishing all labor, tools, materials, equipment, and incidentals necessary to complete the
work, including all excavation and disposal of surplus material, transfer of services back to the existing
system, and protection and repair of the temporary system. The means, methods, materials and size must be
approved by the Engineer. Any wastewater pumping bypass operation must also be approved by the Engineer
including the size and type of pump. The Engineer will determine if a standby pump is required and if the
pump(s) must be manned during non-working hours.
Bullhead: Temporary services to several residences made off one existing service.
Cut Water Service: The service shall not be intentionally cut if the resident or business proprietor objects to
discontinued service. In no case will the service be cut for more than four (4) hours unless prior approval is
obtained from the Construction Engineer and the resident or proprietor. The contractor is responsible to
coordinate this effort.
Repair will be made by the method approved by the Construction Engineer. The methods shall be:
Remove the water service to a point one foot outside the ditch line on both sides. Use new copper
pipe of the same size to replace the removed section. The connection nearest the mare shall be made
with a compression connection coupling. The connection nearest the meter will be made with a
compression x compression curb stop or compression curb stop w/compression x O.S.I.P. coupling.
2. Install and connect a new copper pipe from the existing corporation cock on the main to the meter.
S-3 WATER AND WASTEWATER INFRASTRUCTURES AND APPURTENANCES
Identified water and wastewater infrastructures will be altered. replaced, constructed and/or abandoned by the
Contractor. Water and wastewater appurtenances encountered will be adjusted by the Contractor to permit
construction and conform to the fmished grades on the project.
All materials and workmanship shall be in accordance with the North Central Texas Council of Governments
Standard Specifications for Public Works Construction (NCTCOG), the DWU Addendure to the NCTCOG
Specifications, DWU Standard Drawings, DWU Special Details, and the details shown on Paving Standard
Drawing 25 ID-1 Sheet 9008.
The work associated with water and wastewater facilities will be accomplished in generally three phases.
Phase one will be accomplished in advance of grading operations which may include lowering existing
appurtenances, repairing, lowering, or constructing portions of the existing water and/or wastewater mares,
rebuilding laterals and/or water services to clear proposed storm sewer or other proposed facilities, relocating
water services, meter boxers and meters, adjusting or constructing lateral cleanouts, constructing new laterals
5-5
Addendum No. 1
D kFU ,S~gecial Provisions and Description of Pay Items
an&or water services that are in a deteriorated conditions or constructed of a material that is identified to be
replaced, and other work identified on the plans or outlined in the contract documents.
Phase two will be accomplished prior to paving operations which includes adjustment of appurtenances to the
final paving grade.
The last phase is the final inspection of the work to coincide with the final paving inspection.
The umt price bid for each pay item will include all costs to bring the specified appurtenance to finished line
and grade, set in permanent location, and being fully operational at the time of completion of the project.
The contract unit price for each item will be full compensation for removal and salvage of the existing
appurtenance. for all required cleaning before reinstallatiom for all cutting or rebuilding necessary to match the
finished grade of the paving or grading. for replacement of all damaged or lost pans, for protecting facilities to
assist continuous and uninterrupted service, for all material, labor, and equipment costs to satisfactorily
complete the adjustments to the intent of the plans and specifications. All facilities must be completed to new
construction standards in accordance with the NCTCOG Standard Specifications, and be fully operational at
the time of final inspection of the completed project.
The proposal price bid for pay items covered in this Special Provision for adjustment to water and wastewater
appurtenances will not be subject to renegotiation due to quantity overrun or underrun limitations as set forth
in Section 1.37.1 of the NCTCOG Standard Specifications for Public Works Construction.
S4 FINAL PAVING INSPECTION
The Contractor or sub-contractor utilized to install the water mains shall accompany the engineer on the Final
Paving Inspection.
S-5 PERFORMANCE
The beginning date of the one year maintenance period for water mains and related work as stated in Item
1.2.1.(a) of the Specifications, shah be the date of Issue of the Certificate of Acceptance for the entire project
regardless of the actual date of construction.
S4 QUANTITIES
The quantifies in the Bid items are approximate and may represent quantities in excess of those actually
installed. Payment will be based on the actual quantities installed and paid in accordance with the applicable
specifications.
S-7 NOTIFICATION OF CONSTRUCTION OPERATIONS
INSPECTION of work associated with water facilities will be done by Dallas Water Utilities. Inspection shall
be requested three (3) working days in advance, phone 948-4590.
STAKING of work associated with water facilities will be coordinated by the Construction Support Division
of the Dallas Water Utilities. Staking shall be requested seven (7) working days in advance, phone 948-4590.
S-8 STORMWATER POLLUTION PREVENTION
The Contractor shall provide measures to control soil erosion, sediment and water pollution created by
construction operations for the duration of the contract. As a minimum, the Contractor shall install pollution
control devices around all erodible stockpiles such as excavated material, topsoil stockpiles, sand and
embedment stockpiles, etc.
5-6
Addendum No. 1
D WU ,Special Provisions and Description of Pay Items
The Contractor shall place and maintain pollution control devices around storm sewer inlets that are subject to
nmoff from the construction operations. The Contractor will not be permitted to pump water from the
excavation into a source that will carry it to the storm sewer until the silt is removed. The Contractor shall not
allow petroleum products to be discharged onto the ground or any surface where it will be eventually washed
into the storm water system. Trapped silt will be removed when it reaches a depth of six inches.
Maintenance of the pollution control devices includes replacement as directed by the Engineer at no additional
cost to the City. All equipment, materials, and labor necessary to control stormwater pollution for this contract
shall be paid under Bid Item 771d.
S-9 TEMPORARY PAVING
The Contractor is responsible to place, maintain, and remove all temporary paving required for the project. E
in the opinion of the engineer, the temporary paving placed by the contractor is not adequate, either in
placement or maintenance of the work, the engineer shah require specific correction which sltall be performed
by the Contractor at no additional cost to the City.
Temporary paving will be placed over the compacted backfilled ditches and adjacent disturbed pavement areas
and any other location on or adjacent to the project to insure that traffic is maintained over a safe,
weatherproof, and evenly graded surface. The temporary paving shall consist of a miramum of two inches of
cold mix asphalt pavement conforming to item 2.4.13 of the specifications or two inches of hot mix asphalt
pavement conforming to Item 2.4.15 of the specifications. The contractor shall determine if additional
material is required to support the temporary pavement such as flexible base, lime treated base, crashed rock
base, additional thickness of hot/cold asphalt pavement or other measures to insure the temporary pavement is
adequate for the purpose designed. The temporary pavement nmy not be deleted from any portion of the work
unless approved, in advance, by the engineer.
Temporary surfaces shall be adequately compacted and sealed to prevent degradation of the repair during the
temporary period. Any temporary surface that fails to prgvide an acceptable riding surface shah be repaired or
removed and replaced, as directed by the Engineer, at the contractor's expense.
S-10 WATER VAULT AND WATER MANHOI ,E ADJUSTMENTS
The built up section to adjust water vaults and water moles to grade must be accomplished using precast
concrete grade rings and non-shrink grout only. Brick and non-shrink grout stated in the NCTCOG
Specifications Item 6.7.2 (i) (1) are not permitted for this adjustment.
A 3. BID ITEMS
ITEM NO. 150LP
4" DUCTILE IRON WATER PIPE WITH PAVING
This item consists of funfishing and placing approximately 60 linear feet of 4" Ductile
Iron Water Pipe in accordance with items 6.7.3 and 2.12.8 of these specifications and addenda thereto.
This item, complete, is to include polywrap, fittings, mechanical tamping, diagonal
utilities, barricading, and all temporary and pennanent paving and paving related items (removal, disposal, replacement, saw-
cut, base, asphalt, concrete, sidewalk, driveways, curb and gutter, curb, sod, seed, etc).
Measurement and Payment will be in accordance with Item 6.7.3(g) of these
specifications.
ITEM NO. 200SP
30" BAR-WRAPPED CONCRETE CYLINDER WATER PIPE WITH PAVING
This item consists of furrushing and placing approximately 3,500 linear feet of 30" Pre-
tensioned Concrete Cylinder Water Pipe including bends, bevels, outlets, and other concrete fittings as shown on the plans
and in accordance with Items 6.7.3 and 2.12.5 of these specifications and addenda.
5-7
Addendum No. 1
D H/U ,S~gecial Provisions and Description of Pay Items
This item, complete, is to include mobilization, fittings, mechanical tamping~ diagonal
utilities, barricading, and all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-
cut, base, asphalt, concrete, sidewalk, driveways, curb and gutter, curb, sod, seed, etc. and all embedment materials.)
Measurement and Payment will be in accordance with Item 6.7.3(g) of these
specifications.
1TEM NO. 205
FULL CIRCUMFERENTIALLY WELDED 30" PCCP WATER MAIN JOINTS
This item consists of approximately 114 full circumferentially welded 30" PCCP water
main joints for full restraint at all fittings, bends, tees, and connections to existing 30" water main in accordance with item
06714 of these specifications and addenda thereto and the applicable Standard Appurtenance Sheets.
The 30" Pretensioned Concrete Cylinder Pipe, fittings, and connections to the existing
30" water main will not be included in this item. The pipe will be paid under Item Number 200SP - 30" PCCP Water Pipe,
and connections to existing mains will be paid under Item Number 204 - Connections to Existing 30" PCCP Water Main.
Measurement and Payment will be in accordance with the bid price for each restrained
joint.
ITEM NO. 506A
4" COMBINED SERVICE WITH 4" METER WITH TRANSFER
This item consists of furnishing and placing approximately I each new 4" combined
service with 4" meter, removing the existing vault and existing meter, and transferring service in accordance with the
specifications and addenda thereto, and the Standard Drawings and Standard Appurtenance Sheets.
The City will furnish the new 4' meter and the meter access hatch cover to the Contractor
for the new 4" Combined Service.
The Contractor will remove and salvage the existing 4" meter and deliver it to the Large
Meter Repair Shop, 2821 Municipal Street. If the existing 4' meter is damaged during removal, the Contractor will be liable
for the replacement cost. If the 4" meter is determined by the Engineer to be defective or damaged prior to any work by the
Contractor, the Contractor will not be liable for replacement costs.
Measurement and Payment will be per each and will include all work to install the 4"
Combined Service to include three 4" gate valves, meter, installation of the new vault, vault floor, piping, blocking, disposal
of excess material, boring, crossing diagonal utihties, and all temporary and permanent paving related items (saw-cut` base,
asphalt, concrete, sidewalk driveways, curb and gutter, curb, sod, etc.), and any costs for barricading, trench safety and
support for these services.
The ductile iron pipe from the new main to the first fitting of the bypass piping will not
be included in this item. TIffs pipe will be paid under Item Number 150LP - 4" Ductile Iron Water Pipe.
ITEM NO. 510J
accordance with items
Appurtenance Sheets.
specifications.
30" GATE VALVE
This item consists of furrushing and placing approximately I each 30" Gate Valve in
6.7.3(k) and 2.13.1. of these specifications and addenda thereto and the applicable Standard
Measurement and Payment will be in accordance with Item 6.7.3(k)(3) of these
ITEM NO. 512
REMOVE, SALVAGE, AND DELIVER 30" GATE VALVE
This item consists of Removing, Salvaging, and Delivering approximately I each 30"
Gate Valve. This item shall include cleaning, loading, hauling, and unloading the valve at Stores Division Yard #2, 2901
Municipal. If the valve has, after unloading and in the opinion of the Project Manager, been damaged by the Contractor, no
payment on this item will be made and the Contractor will be charged the replacement cost of the valve.
5-8
Addendum No. I
D I4/U Special Provisions and Description of Pay Items
ITEM NO. 515F
5' ACCESS MANHOLE WITH BLOWOFF
This item consists of furnishing and placing approximately 2 each Access Manhole as
detailed on the plans. This item, complete, is to include all manholes, blow off valves, labor, materials, chain pipe, fittings,
barricading, and incidentals.
Measurement and Payment will be per each and in accordance with Item 6.7.3(t)(4) of
these specifications.
ITEM NO. 558A DISHED HEAD PLUG
This item consists of furnishing and placing approximately 14 each "Dished Head" Plugs
in accordance with Item 6.7.3(u)(1) of these specifications. These plugs shall be used for testing purposes.
ITEM NO. 560B
CUT AND PLUG WATER MAIN FOR TEST
This item consists of I each Cut and Plug Water Main for Test.
This is a contingent item to be used if approved by the Construction Engineer, in the
event pressure testing of the newly constructed main proves unsatisfactory because of leaks in the existing system. In such
case, the Contractor must isolate the new construction, perform the required test, and then tie the newly constructed main to
the existing water main.
Measurement and Payment will be per each complete in place and shall include all labor,
materials, and equipment necessary to Cut and Plug Existing Water Main for Test.
ITEM NO. 576B
3" TYPE 2 AIR VALVE INSTALLATION
This item consists of furnishing and placing approximately 2 each 3" Type 2 Air Valve
Installations, complete, in accordance with Items 2.13.2 and 6.7.3(1) of these specifications and addenda thereto and the
applicable Standard Appurtenance Sheets.
Measurement and Payment will be in accordance with Item 6.7.3(1)(3) of these
specifications.
ITEM NO. 576C
6" TYPE 2 AIR VALVE INSTALLATION
This item consists of furnishing and placing approximately I each 6" Type 2 Air Valve
Installations, complete, in accordance with Items 2.13.2 and 6.7.3(1) of these specifications and addenda thereto and the
applicable Standard Appurtenance Sheets.
Measurement and Payment will be in accordance with Item 6.7.3(1)(3) of these
specifications.
ITEM NO. 614A
ABANDON EXISTING MANHOI ,E
This item consists of abandoning approximately 1 each existing manhole, backfilling the
manhole with granular material at 95 percent standard proctor dry density and removing and salvaging the frame and cover as
per the applicable Standard Appurtenance Sheet.
This item to also include the cleaning, loading, hauling, and unloading the frame and
cover at the Stores Division Yard #2, 2901 Municipal Street.
The Contractor will be charged new item replacement cost for any amount lost, stolen, or
broken due to the Contractor's negligence prior to delivery into Water Utilities Department Salvage Yard. This item shall
also include barricading.
Measurement and payment shall be at the contract unit price per each completed and
accepted abandonment.
5-9
Addendure No. I
D FFU ,S~gecial Provisions and Description of Pay Items
ITEM NO. 687A
MOVE IN AND MOVE OUT
This item is intended for compensating the Contractor for Move In and Move Out
completely off the limits of the project. This is a contingent item and payment will be made at the direction of the Project
Manager.
ITEM NO. 692C
TRENCH EXCAVATION SAFETY AND SUPPORT
This item consists of Trench Excavation Safety and Support for approximately 3.500
linear feet of trench in accordance with the Occupational Safety and Health Administration Standards 1926.652
"Requirements for Protective Systems".
Trench Excavation Safety and Support shall be measured along the centerline of the
trench where trench is sloped to maintain angle of repose. a trench box is utilized or trench is shored. Payment shall be
allowed for all sections of trench regardless of depth.
ITEM NO. 693D
30" CLOSURE SECTION
This item consists of furnishing and placing approximately 14 each 30" Butt-Strap
Closure Sections. This item shall include the ranged outlet on the closure section and all fittings required to complete the
installation. This is a contingent item and payment will be made at the direction of the Project Manager.
ITEM NO. 703
ROCKFOUNDATION
This item consists of furnishing and placing approximately 325 cubic yards of Rock
Foundation at locations approved by the Project Manager, in accordanc~ with Items 6.3.1. and 2.1.8(d) of these specifications
and addenda thereto.
Measurement and payment will be in accordance with Item 6.3.2 of these Specifications.
ITEM NO. 704C
MODIFIED FI .OWARI,E BACKFII ,Io
This item consists of furrushing and placing approximately 325 cubic yards of Modified
Flowable Backfill in accordance with item 6.2.10(h) and 2.1.5(1) of these Specifications and addendum thereto.
This is a contingent item and placement shall be made only as directed by the Project
Manager.
Measurement and Payment shall be at the contract umt price per cubic yard of completed
accepted work.
ITEM NO. 705A
SAND liACKFII
This item consists of funfishing and placing approximately 325 cubic yards of Sand
Backfill at locations approved by the Project Manager. in accordance with Items 6.2.10.(f) and 2.1.8(t) of these Specifications
and addenda thereto.
This is a contingent item to be used and paid for only as directed by the Prqiect Manager.
Measurement and Payment will be in accordance with Item 6.3.12Co)(2) of these
specifications. The price per unit of volume will remain the same, regardless of the volume used.
5-10
Addendum No. 1
D WU Special Provisions and Description of Pay Items
ITEM NO. 707B
CI,ASS B CONCRETE
This item consists of funfishing and placing approximately 50 cubic yards of Class B
Concrete in accordance with Items 6.3.1, 6.7.3(r), and 7.4 of these Specifications and addenda thereto and the applicable
Standard Appurtenance Sheets.
Specifications.
Measurement and payment will be in accordance with Item 6.3.2 or 6.7.3(r) of these
ITEM NO. 771D
STORM WATER POLLUTION PREVENTION PLAN (SWPPP)
This item is to reimburse the Contractor for costs to implement the on-site Storm Water
Pollution Prevention Plan or, if no Plan is required, to install pollution control devices. Modification to the Plan or additional
control items required by the Engineer will be at no additional cost. This item is to include all equipment, materials, labor,
and maintenance necessary to control storm water pollution.
Payment will be lump sum for complete, in place, maintained, removed, and accepted
work.
ITEM NO. 773A
DISPOSAL OF HEAVILY CHLORINATED WATER MAIN FLUSHING WATER
This item consists of disposal of heavily chlorinated water main flushing water after
sterilization or re-sterilization in accordance with the requirements of the Environmental Protection Agency 0iPA) [40 C.F.R.
122.26], and North Central Texas Council of 6overnments (NCTCOG) Storm Water Quality Best Management Practices for
Construction Activities (BPM) for disposal of discharge from water line disinfecting.
Measurement and Payment will be lump sum complete to include all labor, materials, and
equipment necessary to dispose of the heavily chlorinated water main flushing water after sterihzation or re-sterilization.
ITEM NO. 2033
ADJUSTMENT OF WATER VAI,VE COVERS AND VAI ,W . STACKS
This item consists of adjusting one each Water Valve Cover and Valve Stacks in
accordance with item 6.7.3(k)(i) of these specifications and addenda thereto, and the applicable Drawings and Standard
Appurtenance Sheets.
The adjustment shall include removal and replacement of the valve cover, adjusting the
valve stack and resetting the valve cover and lid to the proper grade. The contractor shall funfish a valve cover and lid, if
lost, stolen, or damaged due to Contractor' s negligence.
This item complete and is to include all equipment, materials and labor, all temporary and
permanent paving and paving related items, sidewalk, curb and/or gutter, driveways, sod, costs for barricading, trench safety
and support, and all other work associated with this item..
The bid price for this item will not be subject to renegotiation due to quantity overrun or
underrun limitations as set forth in the Specifications.
Measurement and Payment will be per each complete in place.
ITEM NO. 2039
ADJUSTMENT OF WATER MANHOI ,ES WITH 40" I ,ID
This item consists of adjusting one each Water Manhole with 40" Diameter Lid in
accordance with item 6.7.3(t) of these specifications and addenda thereto, and the applicable Drawings and Standard
Appurtenance Sheets.
The adjustment shall include removal of the manhole ring and cover, constructing a
manhole neck of new brick or new manhole rings and non-shrink grout, replacing the manhole ring and cover to the proper
grade. The contractor shall funfish a manhole ring or cover if lost. stolen, or damaged due to Contmctor's negligence.
5-11
Addendum No. l
D ~VU 3~gecial Provisions and Description of Pay Items
This item complete and is to include all equipment, materials, and labor, all tempora~
and permanent paving and paving related items, sidewalk, curb and/or gutter, driveways, sod, costs for barricading, trench
safety and support, and all other work associated with this item.
The bid price for this item will not be subject to renegotiation due to quantity overrun or
underrun limitations as set forth in the Specifications.
Measurement and Payment will be per each complete in place.
ITEM NO. 2042
ADJUSTMENT OF TYPE 2 AIR VAI,VE
This item consists of ad. justing one each Type 2 Air Valve in accordance with item
6.7.3 (1) of these specifications and addenda thereto, and the applicable Drawings and Standard Appurtenance Sheets.
The adjustment shall include removal of the manhole ring and cover, constructing a
manhole neck or new brick or new manhole rings and non-shrink grout. and replacing the manhole ring and cover to the
proper grade. The Contractor shall furnish a manhole ring or cover if lost, stolen, or damaged due to Contractor' s negligence.
This item also covers any adjustment for the riser pipe if required.
This item complete and is to include all equipment, materials and labor, all temporary and
permanent paving and paving related items, sidewalk, curb and/or gutter, driveways. sod, costs for barricading, trench safety
and support, and all other work associated with this item.
The bid price for this item will not be subject to renegotiation due to quantity overnm or
underrun limitations as set forth in the Specifications.
Measurement and Payment will be per each complete in place.
ITEM NO. 2050
INVESTIGATION
This item consists of excavating at approximately 50 each locations to a specific
infrastructure(s) to determine type, size, location, elevation, and/or condition as determined by the Engineer.
The disturbed area will be replactd with compacted backfill in accordance with Item
6.2.9 and 6.2.10.(a) of these specifications and addenda thereto. In paved areas, the pavement will be replaced with a
compacted 8" thick base of Crushed Rock in accordance with Items 6.5.2, 4.5 and 2.1.3 .Co) and a compacted 2" thick surface
of hot or cold mix asphalt pavement for temporary paving in accordance with items 6.5.2, 5.7, and 2.4.13.
This item complete and is to include all equipment, materials and labor, saw-cut,
pavement, base, and subbase removal, excavation, backfill, compaction, disposal of excess materials, all temporary and
permanent paving and paving related items, sidewalk, curb and/or gutter, driveways, sod, costs for barricading, trench safety
and support support for existing utilities, and all other work associated with this item.
Payment will not be made under this item if the infrastructure is to be adjusted,
abandoned, or replaced prior to the placement of backfill. If the investigation is for more than one infrastructure in the same
excavation, payment shall be made for only one investigation.
Measurement and Payment will be per each complete in place.
ITEM NO. 2058A
ABANDONMENT OF EXISTING WATER MANHOLE
This item consists of abandoning and removing approximately 1 each water manhole,
complete. This item is to include all equipment, materials, and labor, all temporary and pennament paving and paving related
items (saw cut, base, concrete, hot mix asphalt, sidewalk, driveways, curb and/or gutter, sod, backfill compaction, any costs
for barricading, trench safety and support, and all other incidentals necessary to complete the work.
Measurement and Payment will be per eack complete in place.
5-12
Addendum No. I
D WU Special Provisions and Description of Pay Items
ITEM NO. 2069
ABANDONMENT AND REMOVAL OF EXISTING 30" WATER MAIN
WITH PAVING
This item consists of abandoning approximately 3,500 linear feet of existing 30" water
main. This item complete, is to include all equipment, materials, and labor, all temporary and permanent paving and paving
related items (saw cut, base, concrete, hot mix asphalt, sidewalk, driveways, curb and/or gutter, sod, backfill compaction, any
costs for barricading, trench safety and support. and all other incidentals necessary to complete the work.
Measurement and Payment will be per linear foot, complete in place.
A4. SPECIFICATIONS
Besides this Part A, the following are part of this contract:
The General Specifications (Standard Specifications for Public Works Construction - North Central Texas - Second Edition
- 1987 including all Amendments OR First Edition - 1983 including all amendments), Dallas Water Utilities Addendam to
North Central Texas Standard Specification for Public Works Consauction - September, 1993 Part "T" Technical
Specifications (where this part is required), Dallas Water Utilities Standard Drawings, Details & Appurtenances for Water
and Sanitary Sewer Construction Methods- March, 1991
A copy of the Standard Specifications for Public Works Consauction may be obtained from the North Central Texas Council
of Governments, 61 Six Flags Drive, Arlington, Texas, Telephone (817) 640-3300.
A copy of the Dallas Water Utilities Standard Drawings, Details and Appurtenances can be obtained at the Water Utilities
Department, 320 East Jefferson Boulevard Room 118, Dallas, Texas 75203, Telephone (214) 9484500.
A copy of the Dallas Water Utilities Addendum to the General Specifications can be obtained at the Water Utilities
Department, 320 East Jefferson Room 2 18, Dallas, Texas 75203, Telephone (2 14) 948-4545.
Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926, effective January 2, 1990.
P:X93021.00~93021spc\citystds~DWU_spec.doc
5-13
Addendum No. 1
DFVU Special Provisions and Description of Pay Items
SECTION 6
SPECIAL SPEC1EICA TIONS
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Work Included:
01220 PROJECT MEETINGS
To enable orderly review during progress of the Work and to provide for
systematic discussion of problems, the Engineer, Owner, and Contractor shall conduct project
meetings throughout the construction period.
B. Related Work:
1. Documents affecting work of this Section include, but are not necessarily limited to, General
Conditions, Supplementary Conditions, and Division 1 of these Specifications.
2. The Contractor's relations with his subcontractors and materials suppliers, and discussions
relative thereto, are the Contractor's responsibility and normally are not part of project
meetings content.
1.02 QUALITY ASSURANCE:
A. For those persons designated by the Contractor and/or Owner's representative to attend and
participate in project meetings, provide required authority that does not require City Council
approval to commit the Contractor to solutions agreed upon in the project meetings.
PART 2 - PRODUCTS
(No products are required in this Section)
PART 3 - EXECUTION
3.01 MEETING SCHEDULE:
A. Except as noted below for Preconstruction Meeting, project progress meetings will be held
monthly.
B. Coordinate as necessary to establish mutually acceptable schedule for meetings.
3.02 MEETING LOCATIONS:
A. The Owner will establish meeting location. To the extent possible, meetings will be held at the job
site. However, monthly progress and review meetings will be held at the City Municipal Building.
01220-1
3.03
A.
3
A.
PROJECT MEETINGS:
Attendance:
1.
01220 PROJECT MEETINGS
To the maximum extent possible, assign the same person or persons to represent the Contractor
at project meetings throughout progress of the Work.
2. Owner.
3. Engineer and principal consultants.
4. Subcontractors, materials suppliers, and others may be invited to attend those project meetings
in which their aspect of the Work is involved.
5. Others as appropriate to agenda.
B. Minimum Agenda:
1. Review progress of the Work since last meeting, including status of submittals for approval.
2. Review schedule and identify problems which impede planned progress.
3. Develop corrective measures and procedures to regain planned schedule.
4. Review Pay Requests.
PRE-INSTALLATION CONFERENCES:
Where required in individual specification Sections, convene a pre-installation conference at project
site or other designed location.
B. Require attendance of parties directly affecting or affected by work of the specific Section.
C. Notify Engineer at least 4 days in advance of meeting.
D. Review conditions of installation, preparation and installation procedures, and coordination with
related work.
END OF SECTION
01220-2
01310 SCHEDULES, REPORTS, PAYMENTS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary Conditions and other
Division-1 Specification sections apply to work of this section.
1.02 COORDINATION:
Coordinate both the listing and timing of reports and other activities required by provisions of this section
and other sections to provide consistency and logical coordination between the reports. Maintain
coordination and correlation between separate reports by updating at monthly or shorter time intervals.
Make appropriate distribution of each report and updated report to all parties involved in the work
including the Engineer and Owner. In particular, provide close coordination of the progress schedule,
schedule of values, listing of subcontracts, schedule of submittals, progress reports, and payment requests.
1.03 PRELIMINARY PROGRESS SCHEDULE:
A,
Bar-Chart Schedule: Submit a bar-chart type progress schedule 2 weeks before the date established
for commencement of the work. On the schedule, indicate a time bar for each major category or
unit of work to be performed at the site, properly sequenced and coordinated with other elements
of work. Show completion of the work sufficiently in advance of the date established for
substantial completion of the work.
Superimpose an S-curve, on the schedule to show the ".estimated" total dollar-volume of work
performed at any date during the Contract Time, with a column of cost figures in the left hand
margin ranging from zero to the Contract Sum.
Submittal Tabulation: With the bar-chart submittal, submit tabulation, by date, of the
submittals required. This tabulation shall include both those submittals required for review
during the initial 90 days of construction to maintain the orderly progression of the work, and
those submittals requiring early review because of long lead time for manufacturer or
fabrication. At the Contractor's option, submittal dates may be shown on the bar-chart
schedule, in lieu of being tabulated.
1.04 FULLY DEVELOPED PROGRESS SCHEDULE:
01310-1
Co
1.05
A.
B,
01310 SCHEDULES, REPORTS, PAYMENTS
Bar-Chart Schedule: Based on the preliminary development of the progress schedule, if any, and
on whatever updating and feedback may have occurred during the project start-up, secure critical
time commitments for performing major elements of the work. At the Preconstruction Meeting,
submit a comprehensive bar-chart progress schedule, a time bar for each major category or unit
of work to be performed at the site; include minor elements of work which are involved in overall
sequencing of the work. Arrange the schedule to show graphically the major sequences of work
necessary for the completion of related elements of work. Arrange the schedule to show where
substantial completion is scheduled to allow for the Engineer's procedure for certification of
substantial completion. Prepare and maintain the schedule on either a sheet of sufficient width (or
else a series of sheets) to show the required data clearly for the entire Construction Time. Prepare
the schedule on sheets of stable transparency, or other reproducible material, to permit
reproduction for the required distribution. Schedule shall also include shop drawing submittal
components.
Cost Correlation: Immediately below the date line at the heading of the bar-chart, provide a two
item cost correlation line, indicating both "estimated" and "actual" costs. This cost correlation line
shall show dollar-volume of work performed as of the same dates used for preparation of payment
requests. Refer to subsequent article for cost reporting and payment procedures. Insofar as it is
practical to do so, use the same units of work in the progress schedule as indicated in the "schedule
of values" required by the General Conditions and further specified herein.
Superimpose an S-curve on the schedule (only first sheet for multiple-sheet schedule) to show
the "estimated" dollar-volume against time at any point during Contract Time. Provide a
double column of figures in left-hand margin; one column shall indicate a range from zero
dollars to the Contract Sum, the other column shall indicate a percentage from zero percent
to 100. As the work progresses and on each date used in payment requests, show actual
dollar-volume of work performed.
Distribution: Following the initial submittal to and response by the Engineer, print and distribute
progress schedules to the Engineer (3 copies), Owner, separate contractors, the principal
subcontractors, suppliers, fabricators, and others with a need-to-know schedule-compliance
requirement. Post copies in the project meeting room and temporary field offices, When revisions
are made, distribute updated issues to the same entities and post updated issues in the same
locations. Delete entities from distribution when they have completed their assigned work and are
no longer involved in the performance of scheduled work.
SUBMITTAL SCHEDULE:
General: Immediately after the development and acceptance of the fully developed progress
schedule, prepare a complete schedule of work-related submittals. Submit this schedule within 10
days of the date required for establishment of progress schedule. Correlate this submittal schedule
with a listing of principal subcontractors, and with the "listing of products" or the "procurement
schedule" as specified in "Products and Substitutions" sections and elsewhere in the contract
documents.
Form: Prepare the schedule in chronological order of submittals. Show category of the submittal,
name of subcontractor, a generic description of the work covered, related section numbers, the
activity or event number on the progress schedule, the scheduled date for the first submittal,
resubmittal, and the final release or approved by the Engineer. Provide with the listing of the
01310 - 2
1.06
A.
1.07
A.
B.
01310 SCHEDULES, REPORTS, PAYMENTS
subcontractors the corresponding mailing address, business address, telephone number, fax number
and contact person.
SCHEDULE OF VALUES:
General: Prepare a schedule of values in conjunction with the preparation of the progress
schedule. Coordinate preparation of schedule of values and progress schedule. Correlate line
items with other administrative schedules and the forms required for the work, including the
progress schedule, payment request form, listing of subcontractors, schedule of allowances,
schedule of alternatives, listing of products and principal suppliers and fabricators, and the
schedule of submittals. Provide breakdown of the Contract Sum in sufficient detail to facilitate
continued evaluation of payment requests and progress reports. Break down principal subcontract
amounts into several line items. Round off to the nearest whole dollar, but with the total equal the
Contract Sum.
Time Coordination: In coordination of initial submittals and other administrative "start-up"
activities, submit the schedule of values to the Engineer at the earliest feasible date, but in no case
later than 7 days before initial payment request is to be submitted.
PAYMENT REQUESTS:
Payment request shall be in accordance with the General Conditions.
Application at Time of Final Walk Through: Following issuance of Engineer's final punch list,
and also in part as applicable to prior certificates on portions of completed work as designated, a
"special" payment application may be prepared and submitted by Contractor. The principal
administrative actions and submittals which must precede or coincide with such special applications
can be summarized as follows, but not necessarily by way of limitation:
1. Occupancy permits and similar approvals or certifications by governing authorities and
franchised services, assuring Owner's full access and use of completed work.
2. Warranties (guarantees), maintenance agreements and similar provisions of contract
documents.
Test/adjust/balance records, maintenance instructions, meter readings, start-up performance
reports, and similar changeover information germane to Owner's occupancy, use, operation
and maintenance of completed work.
4. Final cleaning of the work for the project.
5. Listing of Contractor's incomplete work, recognized as exceptions to Engineer's certificate of
substantial completion.
C. Final Payment Application: The administrative actions and submittals which must precede or
coincide with submittal of contractor's final payment application can be summarized as follows,
but not necessarily by way of limitation:
01310 - 3
01310 SCHEDULES, REPORTS, PAYMENTS
1. Completion of project closeout requirements.
2. Completion of items specified for completion beyond time of substantial completion (regardless
of whether special payment application was previously made).
3. Assurance, satisfactory to Owner, that unsettled claims will be settled and that work not
actually completed and accepted will be completed without undue delay.
4. Transmittal of required project construction records to Owner.
5. Proof, satisfactory to Owner, that taxes, fees and similar obligations of Contractor have been
paid.
6. Removal of temporary facilities, services, surplus materials, rubbish and similar elements.
7. Affidavit that all subcontractors and suppliers have been paid in full.
8. Consent of surety for final payment.
D. Application Transmittal: Submit 3 executed copies of each payment application, one copy of which
is completed as Final Payment application with waivers of lien and similar attachments. Transmit
each copy with a transmittal form listing those attachments, and recording appropriate information
related to application in a manner acceptable to the Engineer. Transmit to the Engineer for review.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
01310-4
01720 PROJECT RECORD DOCUMENTS
PART I - GENERAL
1.0 1 DESCRIPTION:
A. Work Included:
1. Throughout progress of the Work, maintain an accurate record of changes in the Contract
Documents, as described in Article 3.1 below.
2. Upon completion of the Work, transfer the recorded changes to a set of Record Documents,
as described in Article 3.2 below.
B. Related Work:
1. Documents affecting work of this Section include, but are not necessarily limited to, General
Conditions, Supplementary Conditions, and Division 1 of these Specifications.
2. Other requirements affecting Project Record Documents may appear in other Sections of these
Specifications.
1.02 QUALITY ASSURANCE:
A. Delegate the responsibility for maintenance of Record Documents to one person on the
Contractor's staff as approved by the Engineer.
B. Accuracy of records:
Thoroughly coordinate changes within the Record Documents, making adequate and proper
entries on each page of Specifications and each sheet of Drawings and other Documents where
such entry is required to show the change properly.
2. Accuracy of records shall be such that future searches for items shown in the Contract
Documents may rely on information obtained from the approved Project Record Documents.
C. Make entries within 24 hours after receipt of information that the change has occurred.
1.03 SUBMITTALS:
A. Record Documents shall be in accordance with the Special Specifications H-23 (Record Drawings).
B. Comply with pertinent provisions of Standard Specifications For Public Works Construction, North
Central Texas, Division 1, Item 1.28 Shop Drawings, Product Data and Samples.
C. The Engineer' s approval of the current status of Project Record Documents may be a prerequisite
to the Engineer's approval of requests for progress payment and request for final payment under
the Contract.
D. Prior to submitting each request for progress payment, secure the Engineer's approval of the
current status of the Project Record Documents.
01720-1
1.04
A.
B,
01720 PROJECT RECORD DOCUMENTS
Prior to submitting request for final payment, submit the final Project Documents to the Engineer
and secure his approval.
PRODUCT HANDLING:
Maintain the job set of Record Documents completely protected from deterioration and from loss
and damage until completion of the Work and transfer of all recorded data to the final Project
Record Documents.
In the event of loss of recorded data, use means necessary to again secure the data to the
Engineer's approval.
1. Such means shall include, if necessary in the opinion of the Engineer, removal and replacement
of concealing materials.
2. In such case, provide replacements to the standards originally required by the Contract
Documents.
PART
2.01
A.
2 - PRODUCTS
RECORD DOCUMENTS:
Job Set: Promptly following receipt of the Owner's Notice to Proceed, secure from the Engineer
at no charge to the Contractor one complete set of all Documents comprising the Construction
Specifications, Contract Documents, and Plans.
Final Record Documents: At a time nearing the completion of the Work, secure from the Engineer
at no charge to the Contractor one complete set of sepia transparencies of all Drawings in the
Contract.
PART3-EXECUTION
3.01 MAINTENANCE OF JOB SET:
A. Immediately upon receipt of the job set described in Paragraph 2.01-A above, identify each of the
Documents with the title, "RECORD DOCUMENTS - JOB SET".
B. Preservation:
Considering the Contract completion time, the probable number of occasions upon which the
job set must be taken out for new entries and for examination, and the conditions under which
these activities will be performed, devise a suitable method for protecting the job set to the
approval of the Engineer.
2. Do not use the job set for any purpose except entry of new data and for review by the
Engineer, until start of transfer of data to final Project Record Documents.
01720 - 2
3.02
A.
01720 PROJECT RECORD DOCUMENTS
3. Maintain the job set at the site of Work as designated by the Engineer.
C. Making entries on Drawings:
1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by
graphic line and note as required.
2. Date all entries.
3. Call attention to the entry by a "cloud" drawn around the area or areas affected.
4. In the event of overlapping changes, use different colors for the overlapping changes.
D. Make entries in the pertinent other Documents as approved by the Engineer.
E. Conversion of schematic layouts:
1. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar
items, is shown schematically and is not intended to portray precise physical layout.
a. The Contractor, subject to the Engineer's approval determines final physical arrangement.
b. However, design of future modifications of the facility may require accurate information
as to the final physical layout of items that are shown only schematically on the Drawings.
2. Show on the job set of Record Drawings, by dimension accurate to within one inch, the
centerline of each run of items such as are described in subparagraph 3.01-E-1 above.
a. The Contractor, subject to the Engineer's approval determines final physical arrangement.
b. Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling
plenum", "exposed", and the like).
c. Make all identification sufficiently descriptive that it may be related reliably to the
Specifications.
3. The Engineer may waive the requirements for conversion of schematic layouts where, in the
Engineer's judgment, conversion serves no useful purpose. However, do not rely upon
waivers being issued except as specifically issued in writing by the Engineer.
FINAL PROJECT RECORD DOCUMENTS:
The purpose of the final Project Record Documents is to provide factual information regarding all
aspects of the Work, both concealed and visible, to enable future modification of the Work to
proceed without lengthy and expensive site measurement, investigation, and examination.
B. Approval of recorded data prior to transfer:
01720- 3
01720 PROJECT RECORD DOCUMENTS
1. Following receipt of the transparencies described in Paragraph 2.01-B above, and prior to start
of transfer of recorded data thereto, secure the Engineer's approval of all recorded data.
2. Make required revisions.
Transfer of data to Drawings:
1. Carefully transfer change data shown on the job set of Record Drawings to the corresponding
transparencies, coordinating the changes as required.
2. Clearly indicate at each affected detail and other Drawing a full description of changes made
during construction, and the actual location of items described in subparagraph 3.01-1 above.
3. Call attention to each entry by drawing a "cloud" around the area or areas affected.
4. Make changes neatly, consistently, and with the proper media to assure longevity and clear
reproduction.
Transfer of data to other Documents:
1. If the Documents other than Drawings have been kept clean during progress of the Work, and
if entries thereon have been orderly to the approval of the Engineer, the job set of those
Documents other than Drawings will be accepted as final Record Documents.
2. If any such Document is not so approved by the Engineer, secure a new copy of that Document
from the Engineer at the Engineer' s usual charge for reproduction and handling, and carefully
transfer the change data to the new copy to the approval of the Engineer.
01720- 4
01720 PROJECT RECORD DOCUMENTS
E. Review and submittal:
1. Submit the completed set of Project Record Documents to the Engineer as described in
Paragraph 1.03-D above.
2. Participate in review meetings as required.
3. Make required changes and promptly deliver the final Project Record Documents to the
Engineer.
3.03 CHANGES SUBSEQUENT TO ACCEPTANCE:
A. The Contractor has no responsibility for recording changes in the Work subsequent to Final
Completion, except for changes resulting from work performed under Warranty.
END OF SECTION
01720- 5
PART 1 - GENERAL
1.01
1.02
1.03
1.04
02514 CONCRETE FLATWORK
DESCRIPTION OF WORK IN THIS SECTION
A. Concrete Sidewalks
QUALITY ASSURANCE
A. Comply with Division 1 - General Requirements
DELIVERY, HANDLING, STORAGE
A. Deliver all container materials in manufacturer's standard, unopened containers with
labels legible and intact. Store and protect from damage, freezing, or sunlight and
heat, if required of individual product.
B. Store all aggregates where damage and/or contamination will not occur.
SUBMITTALS
A. The Contractor shall submit the following test results to the Owner for approval:
2.
3.
4.
5.
6.
Slump Test Data.
Sieve Analysis (Aggregates).
Product Data (Admixtures).
Mix Design.
Air Content Data.
Compressive Strength Test.
PART 2 - PRODUCTS
2.0 1 MATERIALS
A.
Bedding Material: Clean washed natural sand conforming to the following size
designation:
All materials shall pass a 3/4" mesh.
Not more than 100% by weight shall pass a number 200 mesh sieve.
Concrete: Readymix concrete conforming to ASTM C-94 and TxDOT Standard
Specification Item 421, Class A, will be approved if obtained from an established
Soiltee.
1. Normal Portland Cement: Standard brand ASTM C-150, Type 1.
02514-1
,
,
,
10.
ll.
Fine Aggregate: Shall be clean, sharp, natural sand, conforming to Table 2
of the TxDOT Standard Specification Item 421.2(5).
Coarse Aggregate: Shall be clean, strong, crushed limestone or natural
washed gravel conforming to TxDOT Standard Specification Item 421.2(4).
Air-Entraining Admixture for Exposed Above Grade Concrete: Shall
conform to ASTM C-260-69 "Specifications for Air-Entraining Admixtures
for Concrete", "Class I Darex AEA", or approved equal.
Water: Water for concrete shall comply with U.S. Department of Health
Standards for drinking water.
Surface Sealant: Shall be a transparent, non-yellowing, aliphatic-urethane
sealer for exterior use, such as Kure-N-Seal or other as approved by Owner.
Expansion Joint Material: Shall be Construction Heart Redwood ¼-inch
thickness to depth shown on contract drawings.
Reinforcing Steel: Shall meet ASTM A-615 60-ksi yield grade deformed
billet steel bars, plain finish.
Welded Steel Wire Fabric: ANSI/ASTM A-185 plain type in flat sheets,
plain finish.
Reinforcing Steel: Shall meet ASTM A-61560-KSl yield grade deformed
billet steel bars, plain finish.
Welded Steel Wire Fabric: ANSI/ASTM A-185 plain type in fiat sheets,
plain finish.
PART 3 - EXECUTION
3.01 POURED-IN-PLACE CONCRETE
The Contractor shall be responsible for the complete construction and/or installation
of all concrete pavement and other concrete work in accordance with the contract
drawings and this specification.
Subgrade: All large stone, organic material, soft clay, spongy material and
other deleterious matter exposed during the course of preparing the subgrade
shall be excavated and replaced with the specified base course material. The
subgrade shall be properly shaped and uniformly compacted to conform with
the accepted section, line and grade as indicated on the contract drawings
and in these specifications. Compact base with an approved power roller or
mechanical tamper until it is truly compacted as per Section 02200.
02514- 2
o
Bedding Material: The base course for pavements shall consist of bedding
material placed on the prepared subgrade to the depths indicated on the
contract drawings.
Forms: Forms for the concrete shall preferably be metal, free of warps, or
kinks, and of sufficient strength to withstand the pressure of the concrete.
Securely stake forms and ensure that they remain true to line and grade
throughout placement and curing of concrete.
Placing of Reinforcing: Immediately prior to placing concrete, place all
required reinforcing in the forms on bar chairs in accordance with the
contract drawings. Place reinforcing mesh in such a manner that sheets of
mesh overlap adjoining sheets by a minimum of 6" both longitudinally and
transversely. Place reinforcing bars such that they overlap by 30 bar
diameters with adjacent reinforcement. Place mesh on chairs 2" above the
surface of the subgrade. No reinforcing shall cross expansion joints. Any
mesh or bars bent, displaced or ruptured during handling shall be
straightened or rewelded.
All outside edges of mesh (or reinforcing) shall not be more than 3" or less than
11/2" from the finished edges of the pavement.
Placing and Finishing of Concrete: Place all concrete in forms within 45
minutes of mixing. Discard any concrete in which an initial set has occurred
prior to placing.
No retempering of concrete will be permitted and concrete shall not be dropped more
than 3'. Immediately prior to placing of concrete, the base course, forms and
subgrade shall be moistened. Place concrete in the forms to the full depth as
indicated on the contract drawings and thoroughly vibrate or tamp, ensuring that all
honeycombing is eliminated, the surface of the concrete is true to line and grade, and
sufficient allowance has been made for the paver setting bed and thickness (where
applicable). Bring the surface of the concrete to a smooth, level, even finish, free of
any design swirls, float marks, etc. by means of a magnesium or aluminum float.
Finish in accordance with the pattern and finish indicated on the contract drawings,
(as noted below).
The concrete shall remain uncovered for at least four (4) days, after which time new,
non-staining curing paper may be used for additional protection. The concrete shall
never be covered with plastic sheeting. After slab has cured the surface shall be
washed with a high-pressure water spray and the salt crystals dissolved to create the
texture.
Jointing: Place expansion joints at intervals as indicated on the contract
drawings. Intervals in pavement surfaces shall not exceed 25' on center in
any direction. In addition, place expansion joints wherever concrete
02514-3
pavement abuts building walls, retaining walls, stairs, etc. Construction
joints shall be either tooled or sawcut per construction drawings.
Workmanship: All concrete work shall be first quality and in strict
accordance with line and grade and the dimensions indicated on the contract
drawings. The average thickness of concrete pavement shall not be deficient
by more than 1/4". Any concrete work not constructed or installed in
accordance with the contract drawings will not be accepted and shall be
removed and replaced at the Contractor's expense.
,
Backfilling: Backfill all concrete work immediately after removal of the
forms. Fill material shall be an approved earth or the required aggregate
material. Place and compact all backfill material in accordance with the
standards as outlined in TxDOT specifications and to the line and grade
indicated on the contract drawings.
10.
Seasonal Limits: No concrete shall be poured on a frozen or thawing
subgrade during inclement weather or when the temperature of the air is less
than 38°F.
Protect all concrete surfaces from traffic and the actions of the elements until surface
sealant solutions completely dry. Provide barricades and/or fencing when required
for a minimum period of 4 hours, or as directed by the Owner.
Exercise care in the use of surface sealant solution and avoid causing damage or
harm to property and persons in the immediate vicinity of the spray operation.
END OF SECTION
02514- 4
SECTION 02810 - LANDSCAPE IRRIGATION SYSTEM
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division-1 Specification Sections, apply to work of this Section.
1.02 SYSTEM DESCRIPTION
A,
Work of this section specifies modifications and/or repair to the existing irrigation
system for the project.
1.03 QUALITY ASSURANCES
ASTM ~ American Society for Testing Materials:
D2241:
D2287:
D2464:
D2466:
D2564:
D2855:
Polyvinyl Chloride (PVC) Plastic Pipe (SDR-PR).
Flexible Polyvinyl Chloride (PVC).
Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 80.
Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40.
Solvent Cements for Polyvinyl Chloride (PVC) Plastic Pipe and Fittings.
Making Solvent - Cemented Joints for Polyvinyl Chloride (PVC) Pipe and Fittings.
1.04 DEFINITION
Irrigation Modifications/Repairs: Modifications and/or repairs to the existing irrigation
system shall meet the City's standard specifications and be completed by a Licensed
Irrigator in the State of Texas. Contractor responsible to obtain any approvals/permits
required by the City.
Irrigation Mains: That portion of piping from water source to remote control valves.
This portion of piping is subject to surges, being a closed portion of irrigation system.
Hydrant lines (QCV) are considered part of main line piping system.
Lateral Piping: that portion of piping from remote control valve to sprinkler heads and
tubing.
1.05 SYSTEM DESCRIPTION
Modify and/or repair, as conditions warrant, Design and install to provide complete
coverage for lawn and planting areas within irrigation limits shown on drawings. Furnish
and install any and all necessary products including, but not limited to, main and lateral
lines, sprinkler heads, remote control valves, wires and any other items required for a
complete and operating system.
02810-1
1.06 SUBMITTALS
Product Data: Manufacturer's literature in triplicate, neatly bound with cover entitled
with name and address of project, date of submission, and name of address of Landscape
Architect and Contractor.
B. Projected Record Documents:
Submit preliminary design to Owner/Landscape Architect for approval prior to
submission to City or any construction.
Maintain at site one copy of approved design drawings, specifications, addenda,
approved change orders and other modifications in good order and marked to
record changes made during construction.
Upon completion of work, submit as-built drawing to Owner prior to issuance of
final acceptance. As built-drawing to include location, by written dimension, of
irrigation modifications resulting from site improvements. Title "Record
Drawing" and include date and signature and license of installer.
1.07 PROJECT/SITE CONDITIONS
1.08
A. Water Supply: Owner will provide water for required testing, flushing and jetting.
B,
Existing Utilities and Structures: Consult with Owner and appropriate utility companies
for location prior to commencing installation. Repair damage due to installation
immediately.
C. Storage: Space will be designated at the site.
D. Barricades: Barricade streets per local codes and regulations during installation.
Deliver materials in original package, cartons, and containers bearing the name of
manufacturer, brand, and model number.
Protect irrigation system materials before, during and after installation. Exercise care in
handling, loading, unloading, covering and storing plastic pipe and fittings until ready to
install.
G. In the event of damage, immediately make repairs and replacements necessary at no
additional cost to Owner.
GUARANTEE
Ao
Fully guarantee materials and workmanship for one year after issuance of final
acceptance.
Limit guarantee to repair and replacement of defective materials or workmanship and
repair of backfill settlement.
C. The installation of the irrigation work shall be made by an individual or firm duly
02810-2
licensed under Article No. B751 VTSC, Titled "licensed Irrigation Act," S.B. No. 259.
All irrigators working on the Texas contract will be required to show their current
updated license for the current year.
Comply with local and state laws, codes, and ordinances applicable to this project, as
well as the National Electrical Code for Electrical work and materials.
1.09 MAINTENANCE
Provide maintenance of system including cleaning and adjustment of heads, raising and
lowering of heads, cleaning filters, flushing lateral lines and tubing for one year after
final acceptance.
B. Repair backfill settlement of trenches during one-year period.
C. Drain and flush system within one-year guarantee period.
Repair of damage caused by vandals, other contractors or weather conditions shall be
considered extra to the work.
Maintain the entire irrigation system in proper working order during the installation and
maintenance phase of the work prior to final acceptance.
F,
Provide the Owner with a letter summarizing the warranty stated in this specification and
date of final acceptance. This letter shall serve as the Contractor's written guarantee.
PART 2 - PRODUCTS
2.01 POLYVINYL CHLORIDE PIPE
A. Manufactured in accordance with standards noted herein:
Marking and Identification: Continuously and permanently marked with
manufacturer's name, pipe size, pipe type and material, SDR number, ASTM
standard number and NSF (National Sanitation Foundation) seal.
Pipe Fittings: Of same material as PVC pipe specified and compatible with PVC
pipe furnished.
PVC Pipe: Class 200, SDR 21, except one-half inch to be Class 3 15, SDR 13.5.
Under paved surfaces and in sleeves to be Schedule 40.
Flexible PVC Pipe: Heavy duty flexible vinyl pipe as manufactured by
Agricultural Products, Inc.
5. Sleeves: Class 200, SDR 21.
02810-3
2.02 WIRING
Type UF, No. 14 gauge with 4/64-inch insulation, Underwriters Laboratory approved for direct
underground burial when used in National Electrical Code, Class It circuit (30-volts AC or less) and sized
not less than specified by manufacturer. Color code wire red for lead wire and white for common wire.
2.03 WIRE SPLICES
"Dri-Splice" as manufactured by Spears Manufacturing Company, "DBY Connectors" as manufactured
by 3-M Company or "One Step" as manufactured by King Technology, Inc.
2.04 SOLVENT, CLEANER, AND PRIMER
A. Conform to ASTM D2S64.
B. PVC Pipe and Fittings: Weld-on #705 Solvent and #P-70 Primer.
C. Flexible PVC Pipe to Schedule 40 Fittings: Weld-on #795 Solvent and #P-70 Primer.
2.05 SWING JOINTS
One (1") inch unitized "full circle" type LASCO #Gl11-212. Use teflon tape on all threaded joints and
draw joints up snugly, do not overtighten.
2.06 SPRAY HEAD
A. Grass Spray Heads: ABS body with a 3-1/2" spri/~g loaded pop-up nozzle assembly and
1/2" FIP connection in base. Richdel or Hunter.
B. High-Pop Spray Heads: ABS body with a 12" spring loaded pop-up nozzle assembly and
1/2" FIP connection in base. Richdel or Hunter.
C. Nozzles: Matched precipitation rates plastic. Richdel or Hunter.
2.07 ELECTRIC VALVES
Normally closed, globe-type diaphragm. glass-filled nylon body and cover, and Buna N reinforced
diaphragm with 24-volt, 1/4-amp solenoid in a waterproofed housing. IrriTrol or Richdel.
2.08 VALVE BOXES
Plastic snap. green lid units sized as shown on drawings.
2.09 VALVE BOX BACKFILL
Clean, washed gravel graded from 1/2" to 1" diameter.
02810-4
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine areas and conditions under which system is to be installed.
Notify Landscape Architect in writing of conditions detrimental to proper and timely
completion of work.
3.02 PREPARATION
A,
Coordinate work which is embedded in concrete or masonry and route under paved
areas.
Protect adjacent structures, surfaces, and finishes. Do not move equipment over
structures without written approval from Landscape Architect. Provide necessary
protection such as board roading, drop clothes, etc., as required.
3.03 INSTALLATION
A. General:
Excavation: Is unclassified and includes earth, loose rock, rock or any
combination thereof, in wet or dry state and no rock clause will be accepted.
Backfill: Use material excavated except where pipe manufacturer's
specifications require otherwise. Use select fill dirt or sand if existing soil is
rocky or contains large clods. Hand-tamp and water-jet to prevent after settling.
Hand-rake trenches and adjoining areas to leave grade in as good or better
condition as prior to beginning installation.
,
Pipe Layout: Do not dig within root balls or newly planted trees or shrubs. Do
not move or damage trees and shrubs.
B. Pipe Installation:
Sprinkler Main: Install in 4-inch wide (minimum) trench with a minimum of 18
inches of cover.
Lateral Piping: Install in 4-inch wide (minimum) trench with a minimum of 12-
inches of cover.
o
Trenching: Remove lumber, rubbish and greater than 1-1/2 inches in diameter
from trenches. Provide a firm, uniform bearing for entire length of pipe to
prevent uneven settlement. Pad trenches with dirt or sand if soil is rocky. Do not
wedge nor block pipe. Snake pipe from side to side of trench bottom to allow for
expansion and contraction. Remove foreign matter or dirt from inside of pipe
O2810-5
prior to welding and keep clean during and after installation· Do not lay piping
in trenches when water is in the trench when temperature is 36 degrees or below
nor when rains are eminent.
PVC Pipe and Fining Assembly:
Solvent: Use type and procedures recommended by pipe manufacturer to make
solvent-welded joints. Thoroughly clean pipe and fitting of dirt, dust, and
moisture before applying solvent.
PVC to Metal Connection: Work metal connection first. Use a non-hardening
pipe dope such as Permatex No. 2 on threaded PVC to metal joints. Use only
light wrench pressure.
Threaded PVC Connection: Where required, use threaded PVC adapters into
which pipe may be welded.
Sprinklers:
General: Supply in accordance with equipment list and size according to
drawings. Revise nozzle degree and trajectory as required by wind condition as
affecting coverage. firmly tamp grade around head.
Lawn Spray Head: Install with top side of head flush to one-quarter (1/4") inch
above finish grade and 4" minimum from back of curb. Attach to lateral piping
with a flexible 1/2" x 12" PVC flexible riser. No polyethylene nipples will be
allowed.
High-Pop Spray Head: Install with underside of flange flush with finish grade
and 4" minimum from back of curb. Attach to lateral piping with a flexible 1/2"
x 12" PVC flexible riser.
Rotary Head: Install with underside of flange flush with finish grade and 4"
minimum from back of curb. Attach to lateral piping with a swing joint as
detailed on drawings.
Electric Remote Control Valve:
1. Supply in accordance with equipment list and size according to drawings.
2. Install in a level position deep enough so there will be at least 12 inches of cover
over valves and in accordance with manufacturer's specifications.
3. Install a 10-inch green plastic valve box.
Wiring:
1. Lay wire in trenches provided for piping and tuck under piping taping in bundle
02810-6
3.04
3.05
TESTING
A.
Do
FINAL
A.
every ten (10') feet with plastic electric tape.
No conduit is required for wire except under paved areas.
Join wires together using water-proof splice kits.
Provide 48" expansion coil of valve and ground wire at each remote control
valve and splice. Form expansion coil by wrapping firmly and evenly around a
piece of one (1 ") inch PVC pipe.
Connect valve wire to both sensors in "series" so either sensor can "open" the
"circuit" and shut system down.
General: Perform required testing under observation of Owner or Owner's
representative. Give 24-hour notice that tests are to be conducted.
Sprinkler Main: Test for a period of 12 to 14 hours under normal water pressure. If
leaks occur, correct defect and repeat test.
Lateral Piping: Test for a period of I hour under normal water pressure. If leaks occur,
correct defect and repeat test.
Complete testing prior to backfilling. Sufficient backfill may be placed in trenches
between fittings to insure stability of line under pressure. In each case, leave fittings and
couplings open to visual inspection for full period of test.
ADJUSTMENT
Completely flush system to remove debris from lines by removing nozzles from heads
and turning on system. Replace nozzles and check operation of system, section by
section, to determine that there is no debris left in the heads to obstruct proper operation.
If any heads do not now operate properly, repeat operation by removing nozzles of
heads not operating properly and reflushing.
Check sprinklers and nozzles for proper operation, alignment for direction of throw, and
coverage. Adjust heads as required and, if necessary, change nozzles to ensure proper
coverage.
Check each section of heads for operating pressure and balance to other sections by use
of flow adjustment on top of each valve.
After system is thoroughly flushed and ready for operation, each section of sprinklers
must be adjusted to control pressure at heads. Use the following method, one section at a
time:
1. Remove last head on section and install temporary riser above grade. Install tee
02810-7
with pressure gauge attached on top of riser and reinstall head with nipple onto
tee.
2. Correct operating pressure range at last head of each section shall be as per
manufacturer's recommendations.
3. After replacing heads, at grade, tamp thoroughly around head.
3.06 CLEANUP
During work, keep premises neat and orderly. Remove trash and debris from site daily as work
progresses. After completion of work level and rake clean disturbed areas, leaving in an orderly
condition acceptable to Landscape Architect.
END OF SECTION
02810-8
PART 1 - GENERAL
1.01
RELATED DOCUMENTS
A. Concrete Flatwork:
1.02 SUMMARY
1.03
02813A SITE MASONRY
Section 02514.
A. This section specifies the basic requirements for construction of the following:
1. Stone retaining walls.
SUBMITTALS
A. Product Data
1. Submit complete materials list of items proposed for the work. Identify
materials' source.
2. Submit backfill/aggregate sieve analysis/report data.
3. Submit material samples of brick materials for approval by Landscape Architect.
1.04 PROJECT CONDITIONS
A. Masonry
Do not use metal accessories with loose rust or other coatings, including ice,
which will reduce bond.
Protect partially completed masonry work against weather damage and moisture
when work is not in progress. Cover tops of walls with strong, waterproof, non-
staining membrane. Extend membrane at least 2' - 0" down both sides of walls
and hold securely in place.
Brace unsupported and newly laid masonry walls. Maintain bracing in place
until walls reach design strength.
4. Cold Weather Construction
a,
Precondition masonry materials to maintain minimum 50 degree F.
temperatures when installed.
Protect masonry flom fleezing when the temperature of the outside air is
40 degrees F. or below. Heat materials and provide temporary protection
of completed portions of masonry work. Comply with BIA
"Construction and Protection Recommendations for Cold Weather
Masonry Construction" and NCMA "TEK" Bulletin No. 16A".
02813A -1
No masonry work will be permitted when outside air temperature is
below 25 degrees F.
Do not use frozen materials, or materials mixed or coated with ice or
frost.
e,
Do not build on frozen work. Remove and replace masonry work
damaged by frost or freezing.
Do not use anti-freeze or calcium chloride in any mortar.
Protect completed masonry work against fleezing for not less than 4 days
after laying.
5. Hot Weather Construction
a,
When air temperature exceeds 80 degrees F, store masonry units out of
sun to avoid units from storing heat that will cause excessive and
premature dehydration of mortar joints.
ho
All masonry units shall be premoistened and allowed to dry until all free
water has evaporated from surfaces of units.
When air temperature exceeds 80 degrees F all unit masonry walls shall
be covered loosely with damp burlap to shade all uncured mortar joints
within 1/2 hour of installing joint. Maintain cover for minimum 12
hours.
Protect sills, ledges and projections flom mortar droppings. Remove excess
mortar and stains as work progresses.
o
Protect adjacent work from damage, soiling, and staining during masonry work
operations. Adjacent work damaged by masonry construction shall be replaced
at Contractor's expense.
1.05 DELIVERY, HANDLING AND STORAGE
A. Deliver, store and handle all materials to prevent damage and soiling.
B. Store off-ground on pallets, platforms or stickers.
C. Do not build soiled materials into finished work.
02813A -2
PART 2 - PRODUCTS
2.01 MATERIALS
A. Stone: Shall be defined as follows:
Native Stone Walls: Shall be native limestone, flee from friable inclusions, and
shall meet strength and durability for proposed use.
B. Brick: To match casting brick in type, manufacturer, and color.
Mortar: Shall meet ASTM C-270 - Type M - a workable mixture composed of one part
Portland cement, ASTM C-150, Type 1; 3 parts dry masonry sand, ASTM C-144; and
1/4 part hydrated lime ASTM C-207, Type S. Portland cement and hydrated lime shall
not contain air-entrainment additives. Complete mortar mix shall be certified by supplier
and Contractor prior to use.
PART3-EXECUTION
3.01 UNIT MASONRY
A. Preparation
1. Establish lines, levels and coursing.
Wet stone, using ASTM C67 absorption rates greater than 0.025 ounce per
square inch per minute. Use wetting methods which ensure that each masonry
unit is nearly saturated, but prepared surface is dry when laid. During freezing
weather, comply with the recommendations of the BIA for wetting.
B. Installation
1. Build masonry construction to the full thickness indicated.
Cut masonry units with masonry saws to provide clean, sharp, edges. All radius
pieces to be field measured and factory cut. Template shall be made from as-
built foundations, and given to quarries for proper cuttings. Cut units as required
to provide pattern shown and to fit adjoining work. Where cutting is required,
use the largest size units possible.
Layout walls in advance for accurate spacing of surface bond patterns, with
uniform joint widths, and to properly locate openings, movement-type joints,
returns and offsets.
Lay masonry plumb and true. Install comers and angles square, with courses
level, accurately spaced, and coordinated with other work.
Lay masonry with batter as denoted on contract drawings.
Lay face brick and other solid masonry units with completely filled bed and head
joints. Buffer ends with sufficient mortar to fill head joints and shove into place.
02813A - 3
Do not slush head joints.
Maximize joint thickness of 3/4" consistent.
Provide vertical expansion, control and isolation joints in masonry walls at a
minimum of 150 face feet. Build in joint fillers and control joints.
Cleaning: Remove and replace masonry units which are loose, broken, stained,
or otherwise damaged. Provide new matching units, install as specified, and
leave to eliminate evidence of replacement.
END OF SECTION
02813A - 4
SECTION 02813B - STONE MASONRY/STONE VENEER
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Stone masonry veneer with rubble/concrete in~ll.
and Supplementary
B. Related Sections include the following:
Stone Paving: Section 02815 for stone used as paving.
Concrete Reinforcement: Section 03200.
Cast-in-Place Concrete: Section 03300.
1.3 SUBMITTALS
Stone Samples for Verification: Sets for each color, grade, finish, and variety of stone required.
Include 2 or more Samples in each set showing the full range of variations expected in these
characteristics.
B. Colored Pointing Mortar Samples for Verification: For each color required.
1.4QUALITY ASSURANCE
Installer Qualifications: Engage an experienced installer who has completed stone masonry
veneer similar in material, design, and extent to that indicated for this Project and with a record
of successful in-service performance.
Source Limitations for Stone: Obtain each variety of stone from a single quarry with resources
to provide materials of consistent quality in appearance and physical properties without
delaying the work.
C,
Source Limitations for Mortar and Grout Materials: Obtain mortar ingredients of uniform
quality for each cementitious component from a single manufacturer and each aggregate from
one source or producer.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in undamaged condition.
02813B-1
Store and handle stone and related materials to prevent deterioration or damage due to moisture,
temperature changes, contaminants, corrosion, breaking, chipping, or other causes.
C. Store cementitious materials off the ground, under cover, and in a dry location.
D. Store aggregates, covered and in a dry location, where grading and other required
characteristics can be maintained and contamination avoided.
Eo
Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt
and oil.
1.6PROJECT CONDITIONS
Protection of Stone Masonry Veneer: During erection, cover walls with waterproof sheeting at
the end of each day's work. Cover partially completed stone masonry veneer when construction
is not in progress.
Stain Prevention: Immediately remove grout, mortar, and soil to prevent them from staining the
face of stone masonry veneer.
Hot-Weather Requirements: Protect stone masonry-veneer work when temperature and
humidity conditions produce excessive evaporation of water from mortar. Provide artificial
shade and wind breaks and use cooled materials as required. Do not apply mortar to substrates
with temperatures of 100 degrees F. (38 degrees C.) and above.
PART 2 - PRODUCTS
2.1 STONE SOURCES
A. Available Varieties and Sources: Subject to compliance with requirements, stone varieties that
may be incorporated into this Project include, but are not limited to, the following:
B. Varieties and Sources: Subject to compliance with requirements, provide one of the following
stone varieties from one of the following sources:
2.2 STONE
A. Match detail drawings for variety, color, finish, and
other stone characteristics relating to
aesthetic effects. Provide samples of each stone type prior to construction for Owner approval.
2.3 MORTAR MATERIALS
Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather
construction. Provide natural color, white, or a blend to produce mortar color indicated.
B. Masonry Cement: ASTM C 91.
02813B-2
,
For pigmented mortars, use premixed, colored masonry cements of formulation required
to produce color indicated, or if not indicated, as selected from manufacturer's standard
formulations. Pigments shall not exceed 5 percent of masonry cement by weight for
mineral oxides nor 1 percent for carbon black.
For colored-aggregate mortars, use masonry cement of natural color or white as required
to produce mortar color indicated.
C. Hydrated Lime: ASTM C 207, Type S.
Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C 150,
Type I or Type III, and hydrated lime complying with ASTM C 207.
For pigmented mortars, use colored portland cement-lime mix of formulation required to
produce color indicated or, if not indicated, as selected from manufacturer's standard
formulations. Pigments shall not exceed 10 percent of portland cement by weight for
mineral oxides nor 2 percent for carbon black.
E. Aggregate: ASTM C 144 and as indicated below:
For joints narrower than 1/4 inch (6 mm), use aggregate graded with 100 percent passing
No. 16 (1.18-ram) sieve.
For pointing mortar, use aggregate graded with 100 percent passing No. 16 (1.18-mm)
sieve.
White-Mortar Aggregates: Natural, white sand or ground, white stone.
F,
Mortar Pigments:
in mortar mixes.
mortars.
Natural and synthetic iron oxides and chromium oxides, compounded for use
Use only pigments with record of satigfactory performance in stone masonry
G,
Ready-Mixed Mortar: Cementitious materials, water, and aggregate complying with
requirements specified in this Article; combined with set-controlling admixtures to produce a
ready-mixed mortar complying with ASTM C 1142.
H. Water: Potable.
2.4METAL TIES
Wire Ties: Provide horizontal ties formed from 0.148-inch (3.8-mm) diameter wire of metal
indicated or as recommended by Stone Supplier to minimize corrosion and/or staining.
Galvanized Carbon-Steel Wire: ASTM A 82; with ASTM A 153, Class B-2 coating.
Stainless-Steel Wire: ASTM A 580, Type 304 or 316.
2.5 MISCELLANEOUS MASONRY ACCESSORIES
Compressible Filler: Premolded filler strips complying with ASTM D 1056, Type 2, Class A,
Grade 1; compressible up to 35 percent; of width and thickness indicated; formulated from the
following material:
02813 B-3
1. Neoprene.
2. Urethane.
3. PVC.
Dampproofing for Limestone: Provide cementitious or bituminous formulations that are
recommended by ILl and that are nonstaining to stone, compatible with joint sealants, and
noncorrosive to anchors and attachments.
Cavity Drainage Stone: Washed gravel or washed crushed stone complying with ASTM C 33,
Size No. 6.
Cavity Drainage Material: 1-inch- (25-mm-) thick, reticulated, nonabsorbent mesh, made from
polyethylene strands and shaped to maintain drainage at weep holes without being clogged by
mortar droppings.
Product: Subject to compliance with requirements, provide "Mortar Net" by Mortar Net
USA, Ltd.
2.6MASONRY CLEANERS
A.
Cleaner: Manufacturer's standard-strength masonry cleaner designed for removing
mortar/grout stains, efflorescence, and other new construction stains from stone masonry
surfaces of type indicated without discoloring or damaging masonry surfaces; expressly
approved for intended use by stone producer.
2.7 STONE FABRICATION
A.
B,
General: Fabricate stone in sizes and shapes required to existing conditions, including details
on Drawings.
Thickness of Stone Masonry: Provide thickness indicated, but not less than the following:
1. Thickness: 3 inches (75 mm) plus or minus 1/2 inch (13 mm).
Dress joints (bed and vertical) straight and at right angle to face, unless otherwise indicated.
Shape stone for type of masonry (pattern) indicated:
1. Type of Masonry (Pattern): Chop stone (Western Tan) with random course heights and
random lengths (interrupted coursed). Reference drawings for pattern desired.
Finish exposed faces and edges of stone to comply with requirements indicated for finish and to
match approved samples and mockups.
1. Finish: Natural cleft, subject to availability and approval of Samples by Owner.
Carefully inspect stone units at quarry or fabrication plant for compliance with requirements for
appearance, material, and fabrication. Replace defective units before shipment.
02813B-4
2.gMORTAR MIXES
General: Comply with referenced standards and with manufacturers' written instructions for
mix proportions, mixing equipment, mixer speeds, mixing containers, mixing time, and other
procedures needed to produce mortar of uniform quality and with optimum performance
characteristics.
,
Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders,
water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise
indicated. Do not use calcium chloride.
Mixing: Combine and thoroughly mix cementitious materials, water, and aggregates in a
mechanical batch mixer, unless otherwise indicated. Discard mortar when it has reached
initial set.
B,
Mortar for Stone Masonry Veneer: Comply with ASTM C 270, Proportion Specification, for
job-mixed mortar; and ASTM C 1142 for ready-mixed mortar, of types indicated below:
Limit cementitious materials in mortar to portland cement and lime.
Set stone with Type S mortar.
Pigmented Mortar: Select and proportion pigments with other ingredients to produce color as
selected and approved by Owner required.
1. Limit pigments to the following percentages of cement content by weight:
For mineral-oxide pigments and portland cement-lime mortar, not more than 10
percent.
For carbon-black pigment and portland cement-lime mortar, not more than 2
percent.
For mineral-oxide pigments and masonry cement mortar, not more than 5 percent.
For carbon-black pigment and masonry cement mortar, not more than one percent.
D,
Colored-Aggregate Mortar: Produce required mortar color by using colored aggregates
combined with cementitious materials of selected color.
PART 3 - EXECUTION
3.1 EXAMINATION
A,
Examine surfaces to receive stone masonry veneer, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of stone
masonry veneer.
Examine substrate to verify that inserts, reinforcement, veneer ties, flashing, and other
items installed in unit masonry or concrete and required for or extending into stone
masonry veneer are correctly installed.
Do not proceed with installation until unsatisfactory conditions have been corrected.
02813 B-5
3.2 PREPARATI ON
A.
Protect stone masonry veneer during erection as follows:
1. Cover partially completed structures when work is not in progress. Extend cover a
minimum of 24 inches (600 mm) down both sides and hold securely in place.
2. Prevent staining of stone from mortar, grout, sealants, and other sources. Immediately
remove such materials without damaging stone.
B. Clean stone surfaces that have become dirty or stained by removing soil, stains, and foreign
materials before setting. Clean stone by thoroughly scrubbing with fiber brushes and then
drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh
materials or abrasives.
3.3 SETTING STONE MASONRY, GENERAL
A. Execute stone masonry veneer by skilled masons experienced with the kind and form of stone
and installation method indicated.
1. Arrange stones for good fit, in pattern indicated, with joint widths within tolerances
indicated.
2. Arrange stones for uniformity of appearance, with color and size variations uniformly
dispersed for an evenly blended appearance.
B. Set stone to comply with requirements indicated on Drawings. Install horizontal ties, anchors,
supports, fasteners, and other attachments indicated or necessary to secure stone masonry in
place. Set stone accurately in locations indicated with' edges and faces aligned according to
established relationships and indicated tolerances.
C. Maintain uniform joint widths, except for variations due to stone size variations and minor
variations required to maintain bond alignment, if any. Lay walls with joints of the following
width.
1. Joint Width: I/4 to 1/2 inch (6 to 13 mm).
D. Provide expansion, control, and pressure-relieving joints of widths and at locations indicated.
1. Keep expansion joints free of mortar and other rigid materials.
Do not damage or remove dampproofing in the course of handling and setting stone.
E. Place weep holes and vents in joints where moisture may accumulate including base of cavity
walls. Locate weep holes and vents at intervals as shown on detail drawings..
I. Form weep holes by keeping head joints free and clear of mortar.
3.4CONSTRUCTION TOLERANCES
A. Measure variation from plumb, level, and position shown in plan as the variation of the average
02813B-6
plane of the face of each stone from a plumb, level, or dimensioned plane.
B. Variation in Mortar-Joint Thickness: Do not vary from joint size range indicated (max 1/2").
C. Variation in Plane between Adjacent Stones: (max 1/2").
D. Variation in Plane on Face of Individual Stone: (max 1/2")
3.5 INSTALLING STONE MASONRY
Anchor masonry veneer to unit masonry with metal ties embedded in horizontal mortar joints
of unit masonry to comply with the following:
w
Embed ties in veneer mortar to within 1 inch (25 mm) of face.
Embed corrugated-metal ties in unit masonry mortar joints for distance at least one-half
of veneer thickness.
Bend wire ties at a right angle to form a hook not less than 2 inches (51 mm) long.
Anchor wire ties by inserting pinties into eyes of masonry wall reinforcement projecting
from horizontal mortar joints.
Space ties as indicated, but not more than 16 inches (406 mm) o.c. vertically and 18
inches (457 mm) o.c. horizontally. Install additional ties within 12 inches (305 mm) of
openings and at intervals around perimeter not exceeding 12 inches (305 mm).
Set stone in full bed of mortar with full head joints, unless otherwise indicated. Build and ties
into mortar joints as stone is set.
Install continuous wire reinforcement in horizontal joints as indicated on Detail Drawings
as stone is set.
Provide 1-inch (25-ram) air space between stone masonry veneer and back-up construction,
unless otherwise indicated. Keep air space free of mortar droppings and debris.
Place mortar spots in cavity at ties to maintain 1-inch (25-mm) spacing.
Slope beds toward air space to minimize mortar protrusions into air space. As work
progresses, trowel mortar fins protruding into air space flat against back of veneer.
D,
Rake out joints for pointing with mortar to depths of not less than 1/2 inch (13 mm). Rake
joints to uniform depths with square bottoms and clean sides.
3.6POINTING
A,
Prepare stone joint surfaces for pointing with mortar by removing dust and mortar particles.
Where setting mortar was removed to depths greater than surrounding areas, apply pointing
mortar first in layers not greater than 3/8 inch (10 mm) until a uniform depth is formed.
Point stone joints by placing and compacting pointing mortar in layers not greater than 3/8 inch
(10 mm). Compact each layer thoroughly and allow to become thumbprint hard before
applying next layer.
02813 B-7
Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the
following joint profile:
1. Joint Profile: 1/4" recess.
3.7ADJUSTING AND CLEANING
A. Remove and replace stone masonry veneer of the following description:
2.
3.
4.
Broken, chipped, stained, or otherwise damaged stone. Stone may be repaired if the
methods and results are approved by Landscape Architect.
Defective joints.
Stone masonry veneer and joints not matching approved samples.
Stone masonry veneer not complying with other requirements indicated.
Replace in a manner that results in stone masonry matching approved samples, complying with
other requirements, and showing no evidence of replacement.
In-Progress Cleaning: Clean stone masonry veneer as work progresses. Remove mortar fins
and smears before tooling joints.
Final Cleaning: After mortar is thoroughly set and cured, clean stone masonry veneer as
follows:
Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes
or chisels.
Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering
them with liquid strippable masking agent, polyethylene film, or waterproof masking
tape.
Wet wall surfaces with water before applying cleaners; remove cleaners promptly by
rinsing thoroughly with clear water.
Clean stone by bucket and brush hand-cleaning method described in BIA Technical Note
No. 20 Revised II, using the following masonry cleaner:
a. Detergent solution as recommended by Stone Supplier.
5. Clean limestone to comply with recommendations in ILI's "Indiana Limestone
Handbook."
Protection: Provide final protection and maintain conditions, in a manner acceptable to
manufacturer and Installer, that ensure stone masonry veneer is without damage and
deterioration at the time of Substantial Completion.
END OF SECTION
02813B-8
SECTION 06400 - PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS
BY BORING, TUNNELING OR OPEN CUT
PART I - GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe casings by
boring, tunneling or open cut as specified. This section sets forth the requirements for
utility lines crossing roadways or railroads using bore, tunneling, or open cut.
1.02 QUALITY ASSURANCE
A. INSTALLER'S QUALIFICATIONS
Installation shall be by a competent, experienced contractor or sub-contractor. The
installation contractor shall have a satisfactory experience record of at least five (5)
years engaged in similar work of equal scope.
B. PERFORMANCE REQUIREMENTS
Pipe casing and carrier pipe shall be installed to grades shown on the plans and within
1" per 10' for horizontal alignment, provided that such variation shall be regular and
only in the direction that will not detrimentally affect the function of the carrier pipe.
1.03 SUBMITTALS
Submittals shall be in accordance with the Special Conditions and shall include:
Record data of the casing pipe from the manufacturer. Record data shall include
calculations for the design of the casing pipe. Record data are for record purposes
only and will not be reviewed or approved by the Engineer.
B. Provide Certificate of Adequacy of Design of Casing Pipe.
C. Provide record data of casing insulators including sketches of insulators with material
components and dimensions and proposed locations of insulators.
1.04 STANDARDS
AWWA C-206
ASTM A-36
ASTM A-135
ASTM A-139
ASTM A-569
ASTM A-570
"Field Welding of Steel Water Pipe"
"Structural Steel"
"Electric - Resistance - Welded Steel Pipe"
"Electric - Fusion (Arc) -Welded Steel Pipe"
"Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality"
"Hot Rolled Carbon Steel Sheet and Strip, Structural Quality"
06400-1
ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
1.05
1.06
JOB CONDITIONS, PERMITS AND EASEMENT REQUIREMENTS
A,
Where the work is in the public right-of-way or railroad company right-of-way, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations and instructions of the right-of-way Owner as to the methods of performing
the work and take precautions for safety of property and the public. Negotiations and
coordination with the right-of-way Owner shall be carried on by the Contractor, not
less than five (5) days prior to the time of his intentions to begin work on the right-of-
way.
Comply with the requirements of the permit and/or easement. The work within
TXDOT right-of-way shall comply with permit specifications. If required by the
Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by
the particular company or other insurance as is specified in the permit at no cost to the
Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as
is required.
C,
Construction along roads and railroads shall be performed in such manner that the
excavated material be kept off the roads and railroads at all times, as well as, all
operating equipment. Construction shall not interfere with the operations of the roads
and railroads.
D. Barricades, warning signs, and flagmen, when necessary and specified, shall be
provided by the Contractor.
No blasting shall be allowed. Existing pipelines are to be protected. The Contractor
shall determine and verify the location and elevation of any pipelines, utility lines,
fiberoptics, etc., telephone cable before proceeding with the construction. The
Contractor shall plan his construction so as to avoid damage to the existing pipelines,
utility lines, fiberoptic telephone cables, power lines, etc. Determining the location
of existing utilities shall be the complete responsibility of the Contractor.
OPTIONS
A. CASING MATERIAL
The Contractor shall use steel pipe where bore, tunnel and/or open cut is specified.
The material specification for casing pipe is the minimum acceptable. The Contractor
shall be fully responsible to insure the materials used are of sufficient strength for the
installation method chosen and the soil conditions encountered.
B. BORE AND TUNNEL METHODS
The Contractor shall use boring, jacking, or tunneling as specified for the installation
method of casing material. The Contractor shall be fully responsible to insure the
06400-2
methods used are adequate for the protection of workers, pipe, property, and the
public. Contractor shall comply with the requirements of Right-of-Way Owner,
TXDOT and/or the railroad companies. Provide a finished product as required.
PART 2 - PRODUCTS
2.01 MATERIALS
A. GENERAL
The diameter for the casing pipe is a minimum diameter.
B. STEEL PIPE
Steel casing pipe shall be new and suitable for the purpose intended and shall have a
minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-570,
ASTM A-135, ASTM A-139, or approved equal. Unless specified otherwise, the
minimum wall thickness of steel casing pipe shall be as follows:
Carrier Pipe Size Casing Diameter Wall Thickness
24" 42" ID 0.625"
2.02 MIXES
2.03
A. CEMENT MORTAR
Cement mortar shall consist of one (1) part cement (Type I or Type II) to two (2) parts
clean sand with sufficient water to make a thick, workable mix.
B. PRESSURE GROUT MIX
Grout shall be comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine
sand with sufficient water added to provide a free flowing thick slurry. If desired to
maintain solids in the mixture in suspension, one cubic foot of commercial grade
bentonite may be added to each twelve to fifteen cubic feet of the slurry.
PRODUCTS
At Contractor's option, provide casing insulators or mortar bands in accordance with
details shown on the plans.
A. CASING INSULATORS (CHOCKS)
Use casing insulators for any type of carrier pipe. Insulators shall consist of steel
bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier
06400-3
pipe and position the carrier pipe approximately in the center of the casing pipe to
provide adequate clearance between the carrier pipe bell and the casing pipe.
B. THICKENED MORTAR "BRUSH COAT" BANDS ON THE CARRIER PIPE
Concrete cylinder pipe and mortar coated steel pipe may have thickened mortar bands
at the quarter points of each pipe joint to protect the carrier pipe bell during
installation into the casing. Mortar bands may be used in lieu of wooden skids
strapped to the carrier pipe. Mortar bands shall properly position the pipe within the
casing.
PART 3 - EXECUTION
3.01 GENERAL CONSTRUCTION PROCEDURES
A. EXCAVATION AND BACKFILL OF ACCESS PITS
Do not allow excavation over the limits of the bore or tunnel as specified. Trench
walls of access pits adjacent to the bore or tunnel face shall be truly vertical.
Shore the trench walls as necessary to protect workmen, the public, structures,
roadways, and other improvements.
Excavations within the right-of-way and not under surfacing shall be backfilled and
consolidated by mechanical methods as specified in the specifications for
compaction of trenches under roadways. Surplus material shall be removed from
the right-of-way and the excavation finished to original grades. Backfill pits
immediately after the installation of the carrier pipe is completed. If carrier pipe
is not installed immediately after casing pipe installation, the Right-of-Way Owner
may require the access pits be temporarily backfilled until installation of carrier
pipe.
B. INSTALLING CARRIER PIPE IN CASINGS
Pipe to be installed within the casing shall meet the requirements for this type of
pipe as specified. Where indicated, place, align, and anchor guide rails, wooden
skids, and/or casing insulators inside the casing. If guide rails are used, place
cement mortar on both sides of the rails.
a. Pretensioned concrete cylinder pipe: If mortar "brush coat" bands are used
tO protect pipe bell, follow pipe rnanufacturer's directions for installation of
pipe in casing. Weld each joint and pour exterior joint wrapper full of grout
before pushing pipe into casing. Stretch, form or in some other way protect
the grouted joint wrappers from damage during installation of pipe in casing.
b. Ductile iron pipe: Restrain all joints per manufacturer's directions for
installation of pipe in casing. Restrain each joint using MEGALUG
06400-4
mechanical joint restraints as manufactured by EBAA Iron Sales, Inc. or
approved equal before pushing pipe in casing.
Push, pull or skid pipe into place inside the casing. Lubricants such as flax soap
or drilling mud may be used to ease pipe installation. Do not use petroleum
products, oil or grease for this purpose. If guide rails are used, install pipe and
hold down jacks after installation of carrier pipe.
3. After installation of the carrier pipe, mortar inside and outside of the joints as
applicable.
Contractor shall make positive provisions to prevent carrier pipe flotation by
means of casing spacers or chocks or wooden skids strapped to the pipe as shown
on the construction details.
5. After carrier pipe installation is complete, seal or plug the ends of the casing.
C. FREE-AIR SYSTEM
If required by OSHA standards, flee-air systems shall be installed and maintained.
D. INSTALLATION OF PRESSURE GROUT MIX
Install pressure grout mix in the void space between the outside of the casing pipe
and the excavation. For bored or jacked casing pipe, install pressure grout mix
immediately upon completion of setting casing pipe.
Install pressure grout flom the low end for all crossings where grout fittings are
not used. Seal the low end and pressure grout until grout is extruded from the
opposite end.
3.03 CROSSINGS INSTALLED BY BORING
Perform the boring from the low or downstream end unless specified otherwise. Bore
the holes mechanically using a pilot hole if applicable. By this method, an
approximate 2" pilot hole shall be bored the entire length of the crossing and shall be
checked for line and grade. This pilot hole shall serve as the centerline of the larger
diameter hole to be bored. Place excavated material near the top of the working pit
and dispose of material as required. The use of water or other fluids in connection
with the boring operation will be permitted only to the extent to lubricate cuttings.
Jetting shall not be permitted.
In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of
at least 10% of high grade carefully processed bentonite may be used to consolidate
cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent
removal of cuttings and installation of the pipe immediately thereafter.
06400-5
In locations where the soil formation is other than consolidated rock, insert the casing
pipe simultaneously with the boring operation. This requirement applies to all bored
holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable
that the casing be installed as the boring progresses, but because of differences in soil
formations, the time for inserting the casing shall be the Contractor's responsibility.
In the event that caving sand or water bearing materials are encountered, insert the
casing pipe simultaneously with the boring operation regardless of the diameter of the
bored hole. In all cases, the security and integrity of the roadway or railroad is the
primary concern. The Contractor shall be held fully responsible for the continued
integrity of the structure of the roadway being crossed, whether or not a casing pipe
is inserted simultaneously with the boring operation.
3.04 CROSSINGS INSTALLED BY TUNNELING AND JACKING
Ao
Jack the pipe from the low or downstream end, unless specified otherwise. Provide
heavy-duty jacks suitable for forcing the pipe through the embankment. In operating
jacks, apply even pressure to the jacks used. Provide a suitable jacking head and
bracing between jacks so that pressure will be applied to the pipe uniformly around the
ring of the pipe. Provide a suitable jacking frame or backstop. Set the pipe to be
jacked on guides, properly braced together, to support the section of the pipe and to
direct it in the proper line and grade. Place the whole jacking assembly so as to line
up with the direction and grade of the pipe. In general, excavate embankment material
just ahead of the pipe and material removed through the pipe. Force the pipe through
the embankment with jacks into the space provided.
The excavation for the underside of the pipe, for at least one third (1/3) of the
circumference of the pipe, shall conform to the contour and grade of the pipe. Provide
a clearance of not more than 2" for the upper half of the pipe. This clearance is to be
tapered off to zero at the point where the excavation conforms to the contour of the
pipe. Extend the distance of the excavation beyond the end of the pipe depending on
the character of the material, but do not exceed 2' in any case. Decrease the distance
if the character of the material being excavated makes it desirable to keep the advance
excavation closer to the end of the pipe.
C,
If the Contractor desires, he may use a cutting edge of steel plate around the head end
of the pipe extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto pipe.
D. Remove and replace any pipe damaged in the jacking operations. The Contractor shall
absorb the entire expense.
END OF SECTION
06400-6
SECTION 06400 - PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS
BY BORING, TUNNELING OR OPEN CUT
PART 1 - GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe casings by
boring, tunneling or open cut as specified. This section sets forth the requirements for
utility lines crossing roadways or railroads using bore, tunneling, or open cut.
1.02 QUALITY ASSURANCE
A. INSTALLER' S QUALIFICATIONS
Installation shall be by a competent, experienced contractor or sub-contractor. The
installation contractor shall have a satisfactory experience record of at least five (5)
years engaged in similar work of equal scope.
B. PERFORMANCE REQUIREMENTS
Pipe casing and carrier pipe shall be installed to grades shown on the plans and within
1" per 10' for horizontal alignment, provided that such variation shall be regular and
only in the direction that will not detrimentally affect the function of the carrier pipe.
1.03 SUBMITTALS
Submittals shall be in accordance with the Special Conditions and shall include:
A,
Record data of the casing pipe from the manufacturer. Record data shall include
calculations for the design of the casing pipe. Record data are for record purposes
only and will not be reviewed or approved by the Engineer.
B. Provide Certificate of Adequacy of Design of Casing Pipe.
C. Provide record data of casing insulators including sketches of insulators with material
components and dimensions and proposed locations of insulators.
1.04 STANDARDS
AWWA C-206
ASTM A-36
ASTM A-135
ASTM A-139
ASTM A-569
ASTM A-570
"Field Welding of Steel Water Pipe"
"Structural Steel"
"Electric - Resistance - Welded Steel Pipe"
"Electric - Fusion (Arc) - Welded Steel Pipe"
"Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality"
"Hot Rolled Carbon Steel Sheet and Strip, Structural Quality"
06400-1
ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
1.05
1.06
JOB CONDITIONS, PERMITS AND EASEMENT REQUIREMENTS
A,
Where the work is in the public right-of-way or railroad company right-of-way, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations and instructions of the right-of-way Owner as to the methods of performing
the work and take precautions for safety of property and the public. Negotiations and
coordination with the right-of-way Owner shall be carried on by the Contractor, not
less than five (5) days prior to the time of his intentions to begin work on the right-of-
way.
B,
Comply with the requirements of the permit and/or easement. The work within
TXDOT right-of-way shall comply with permit specifications. If required by the
Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by
the particular company or other insurance as is specified in the permit at no cost to the
Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as
is required.
Construction along roads and railroads shall be performed in such manner that the
excavated material be kept off the roads and railroads at all times, as well as, all
operating equipment. Construction shall not interfere with the operations of the roads
and railroads.
D. Barricades, warning signs, and flagmen, when necessary and specified, shall be
provided by the Contractor.
No blasting shall be allowed. Existing pipelines are to be protected. The Contractor
shall determine and verify the location and elevation of any pipelines, utility lines,
fiberoptics, etc., telephone cable before proceeding with the construction. The
Contractor shall plan his construction so as to avoid damage to the existing pipelines,
utility lines, fiberoptic telephone cables, power lines, etc. Determining the location
of existing utilities shall be the complete responsibility of the Contractor.
OPTIONS
A. CASING MATERIAL
The Contractor shall use steel pipe where bore, tunnel and/or open cut is specified.
The material specification for casing pipe is the minimum acceptable. The Contractor
shall be fully responsible to insure the materials used are of sufficient strength for the
installation method chosen and the soil conditions encountered.
B. BORE AND TUNNEL METHODS
The Contractor shall use boring, jacking, or tunneling as specified for the installation
method of casing material. The Contractor shall be fully responsible to insure the
06400-2
methods used are adequate for the protection of workers, pipe, property, and the
public. Contractor shall comply with the requirements of Right-of-Way Owner,
TXDOT and/or the railroad companies. Provide a finished product as required.
PART 2 - PRODUCTS
2.01 MATERIALS
2.02 MIXES
2.03
A. GENERAL
The diameter for the casing pipe is a minimum diameter.
B. STEEL PIPE
Steel casing pipe shall be new and suitable for the purpose intended and shall have a
minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-570,
ASTM A-135, ASTM A-139, or approved equal. Unless specified otherwise, the
minimum wall thickness of steel casing pipe shall be as follows:
Carrier Pipe Size
Casing Diameter
Wall Thickness
24" 42" ID 0.625"
A. CEMENT MORTAR
Cement mortar shall consist of one (1) pan cement (Type I or Type II) to two (2) pans
clean sand with sufficient water to make a thick, workable mix.
B. PRESSURE GROUT MIX
Grout shall be comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine
sand with sufficient water added to provide a free flowing thick slurry. If desired to
maintain solids in the mixture in suspension, one cubic foot of commercial grade
bentonite may be added to each twelve to fifteen cubic feet of the slurry.
PRODUCTS
At Contractor's option, provide casing insulators or mortar bands in accordance with
details shown on the plans.
A. CASING INSULATORS (CHOCKS)
Use casing insulators for any type of carrier pipe. Insulators shall consist of steel
bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier
06400-3
pipe and position the carrier pipe approximately in the center of the casing pipe to
provide adequate clearance between the carrier pipe bell and the casing pipe.
B. THICKENED MORTAR "BRUSH COAT" BANDS ON THE CARRIER PIPE
Concrete cylinder pipe and mortar coated steel pipe may have thickened mortar bands
at the quarter points of each pipe joint to protect the carrier pipe bell during
installation into the casing. Mortar bands may be used in lieu of wooden skids
strapped to the carrier pipe. Mortar bands shall properly position the pipe within the
casing.
PART 3 - EXECUTION
3.01 GENERAL CONSTRUCTION PROCEDURES
A. EXCAVATION AND BACKFILL OF ACCESS PITS
Do not allow excavation over the limits of the bore or tunnel as specified. Trench
walls of access pits adjacent to the bore or tunnel face shall be truly vertical.
Shore the trench walls as necessary to protect workmen, the public, structures,
roadways, and other improvements.
Excavations within the right-of-way and not under surfacing shall be backfilled and
consolidated by mechanical methods as specified in the specifications for
compaction of trenches under roadways. Surplus material shall be removed from
the right-of-way and the excavation finished to original grades. Backfill pits
immediately after the installation of the carrier pipe is completed. If carrier pipe
is not installed immediately after casing pipe installation, the Right-of-Way Owner
may require the access pits be temporarily backfilled until installation of carrier
pipe.
B. INSTALLING CARRIER PIPE IN CASINGS
Pipe to be installed within the casing shall meet the requirements for this type of
pipe as specified. Where indicated, place, align, and anchor guide rails, wooden
skids, and/or casing insulators inside the casing. If guide rails are used, place
cement mortar on both sides of the rails.
a. Pretensioned concrete cylinder pipe: If mortar "brush coat" bands are used
to protect pipe bell, follow pipe manufacturer's directions for installation of
pipe in casing. Weld each joint and pour exterior joint wrapper full of grout
before pushing pipe into casing. Stretch, form or in some other way protect
the grouted joint wrappers from damage during installation of pipe in casing.
b. Ductile iron pipe: Restrain all joints per manufacturer's directions for
installation of pipe in casing. Restrain each joint using MEGALUG
06400-4
mechanical joint restraints as manufactured by EBAA Iron Sales, Inc. or
approved equal before pushing pipe in casing.
Push, pull or skid pipe into place inside the casing. Lubricants such as flax soap
or drilling mud may be used to ease pipe installation. Do not use petroleum
products, oil or grease for this purpose. If guide rails are used, install pipe and
hold down jacks after installation of carrier pipe.
3. After installation of the carrier pipe, mortar inside and outside of the joints as
applicable.
Contractor shall make positive provisions to prevent carrier pipe flotation by
means of casing spacers or chocks or wooden skids strapped to the pipe as shown
on the construction details.
5. After carrier pipe installation is complete, seal or plug the ends of the casing.
C. FREE-AIR SYSTEM
If required by OSHA standards, free-air systems shall be installed and maintained.
D. INSTALLATION OF PRESSURE GROUT MIX
Install pressure grout mix in the void space between the outside of the casing pipe
and the excavation. For bored or jacked casing pipe, install pressure grout mix
immediately upon completion of setting casing pipe.
Install pressure grout from the low end for all crossings where grout fittings are
not used. Seal the low end and pressure grout until grout is extruded from the
opposite end.
3.03 CROSSINGS INSTALLED BY BORING
Perform the boring from the low or downstream end unless specified otherwise. Bore
the holes mechanically using a pilot hole if applicable. By this method, an
approximate 2" pilot hole shall be bored the entire length of the crossing and shall be
checked for line and grade. This pilot hole shall serve as the centerline of the larger
diameter hole to be bored. Place excavated material near the top of the working pit
and dispose of material as required. The use of water or other fluids in connection
with the boring operation will be permitted only to the extent to lubricate cuttings.
Jetting shall not be permitted.
In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of
at least 10% of high grade carefully processed bentonite may be used to consolidate
cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent
removal of cuttings and installation of the pipe immediately thereafter.
06400-5
In locations where the soil formation is other than consolidated rock, insert the casing
pipe simultaneously with the boring operation. This requirement applies to all bored
holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable
that the casing be installed as the boring progresses, but because of differences in soil
formations, the time for inserting the casing shall be the Contractor's responsibility.
In the event that caving sand or water bearing materials are encountered, insert the
casing pipe simultaneously with the boring operation regardless of the diameter of the
bored hole. In all cases, the security and integrity of the roadway or railroad is the
primary concern. The Contractor shall be held fully responsible for the continued
integrity of the structure of the roadway being crossed, whether or not a casing pipe
is inserted simultaneously with the boring operation.
3.04 CROSSINGS INSTALLED BY TUNNELING AND JACKING
A,
Jack the pipe from the low or downstream end, unless specified otherwise. Provide
heavy-duty jacks suitable for forcing the pipe through the embankment. In operating
jacks, apply even pressure to the jacks used. Provide a suitable jacking head and
bracing between jacks so that pressure will be applied to the pipe uniformly around the
ring of the pipe. Provide a suitable jacking frame or backstop. Set the pipe to be
jacked on guides, properly braced together, to support the section of the pipe and to
direct it in the proper line and grade. Place the whole jacking assembly so as to line
up with the direction and grade of the pipe. In general, excavate embankment material
just ahead of the pipe and material removed through the pipe. Force the pipe through
the embankment with jacks into the space provided.
The excavation for the underside of the pipe, for at least one third (1/3) of the
circumference of the pipe, shall conform to the contour and grade of the pipe. Provide
a clearance of not more than 2" for the upper half of the pipe. This clearance is to be
tapered off to zero at the point where the excavation conforms to the contour of the
pipe. Extend the distance of the excavation beyond the end of the pipe depending on
the character of the material, but do not exceed 2' in any case. Decrease the distance
if the character of the material being excavated makes it desirable to keep the advance
excavation closer to the end of the pipe.
If the Contractor desires, he may use a cuffing edge of steel plate around the head end
of the pipe extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto pipe.
D. Remove and replace any pipe damaged in the jacking operations. The Contractor shall
absorb the entire expense.
END OF SECTION
06400-6
SECTION 06714 - BAR WRAPPED CONCRETE CYLINDER PIPE
PART 1 - GENERAL
1.01 SUMMARY
Furnish labor, materials, equipment and incidentals necessary to install Class 150 bar wrapped
concrete cylinder pipe and fittings, and specials, including connections and appurtenances as
required for the proper installation and function of the system.
1.02 QUALITY ASSURANCE
A. MANUFACTURER
Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations
(pipe, fittings, lining, coating) shall be performed at one (1) location.
B. FACTORY TESTING
The Owner reserves the option to have an independent testing laboratory, at the Owner' s
expense, inspect pipe and fittings at the pipe manufacturer' s plant. The Owner' s testing
laboratory and Engineer shall have free access to the manufacturer's plant. The pipe
manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe
fabrication as to start of fabrication and fabricating schedule so that the Owner can advise
the manufacturer as to Owner' s decision regarding tests to be performed by an independent
testing laboratory. In event the Owner elects to retain an independent testing laboratory to
make material tests and weld tests, it is the intent that the tests be limited to one (1) spot
testing of each category unless the tests do not show compliance with the standard. If these
tests do not show compliance, the Owner reserves the right to have the laboratory make
additional tests and observations.
,
The Owner may require the manufacturer to furnish mill test certificates on reinforcing steel
or wire, steel plate, and cement. The manufacturer shall perform the tests described in
AWWA C-303, for all pipe, fittings, and specials, except that the following absorption test
shall supersede the requirements of the applicable portion of AWWA C-303.
Absorption Test: A water absorption test shall be performed on samples of cured mortar
coating taken from each working shift. The mortar coating samples shall have been cured
in the same manner as the pipe. A test value shall consist of the average of a minimum of
three samples taken from the same working shift. The test method shall be in accordance
with ASTM C-497, Method A. The average absorption value for any test shall not exceed
9 percent and no individual sample shall have an absorption exceeding 11 percent. Tests
for each working shift shall be performed on a daily basis until conformance to the
absorption requirements has been established by 10 consecutive passing test results, at which
time testing may be performed on a weekly basis for each working shift. Daily testing shall
be resumed for each working shift with failing absorption test results and shall be
06714-1
1.03
C,
maintained until conformance to the absorption requirements is re-established by 10
consecutive passing test results.
4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of
qualifying the mortar coating machine and the mortar mix design. One-inch (1") cubes shall
be tested in accordance with ASTM C- 109. The equivalent cylinder compressive strength
of the mortar (0.74 times the cube strength) shall be not less than 5,500 psi in 28 days.
MANUFACTURER' S TECHNICIAN FOR PIPE INSTALLATION
During the construction period, the pipe manufacturer shall furnish the services of a factory
trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying
and pipe joinring.
SUBMITTALS
Submittals shall be in accordance with the Special Conditions and shall include the following:
A. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Owner for
review of general conformance to contract documents. Shop drawings shall include a complete
description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop
drawings shall reference stationing on the plan profile sheets and shall incorporate changes
necessary to avoid conflicts with existing utilities and structures. Details for the design and
fabrication of all fittings and specials and provisions for thrust shall be included.
B. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit
cerrifying that all pipe, fittings, and specials, and other products and materials furnished, comply
with this specification. Copies of results of factory tests and mill certificates for steel and
cement shall be provided, if requested.
STANDARDS
Except as modified or supplemented herein, bar wrapped concrete cylinder pipe shall conform to
the applicable requirements of the following standard specifications, latest edition.
AWWA C-303 "Standard for Reinforced Concrete Pressure Pipe - Steel Cylinder Type,
Pretensioned, for Water and Other Liquids"
AWWA M-9 Manual: "Concrete Pressure Pipe"
ASTM A-33 "Standard Specification for Concrete Aggregates"
ASTM A-570 "Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled,
Structural Quality"
ASTM C-144 "Specification for Aggregate for Masonry Mortar"
ASTM C-150 "Specification for Portland Cement"
06714-2
1.05
ASTM C-497 "Methods of Testing Concrete Pipe"
ASTM D-698
"Test for Moisture-Density Relations for Soils"
DELIVERY AND STORAGE
A. PACKING
The pipe shall be prepared for shipment to afford maximum protection from normal hazard
of transportation and allow pipe to reach project site in an undamaged condition. Pipe
damaged in shipment shall not be delivered to the project site unless such damaged pipe is
properly repaired.
After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic end
covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times
until ready to be placed in the trench. Moisture shall be maintained inside the pipe by
periodic addition of water as necessary.
3. In addition, deliver, handle, and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
B. MARKING FOR IDENTIFICATION
Each joint of pipe and each fitting shall have plainly .marked on one end, the class for which it
is designed, the date of manufacturer, and the identification number. The top centerlines shall
be marked on all specials.
PART 2- PRODUCTS
2.01 MATERIALS
A. CEMENT
Cement for use in concrete and mortar shall be Type I or II Portland Cement.
B. AGGREGATES
Aggregates for concrete lining and coating shall conform to ASTM C-33.
C. SAND
Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144.
06714-3
2.03
D. SPECIAL COATING
Pipe to be installed in casing shall have two built-up mortar rings, each approximately 2 feet
long and slightly higher than the pipe bell, to prevent the pipe from being supported by the pipe
bell. Built-up mortar rings are to be applied at the quarter points of the pipe section.
E. BUSHINGS, COUPLINGS AND PLUGS
Where outlets or taps are threaded, furnish and install brass-reducing bushings in larger steel
half couplings for the outlet size indicated. Threaded plugs shall be brass.
MIXES; CEMENT MORTAR
Cement mortar used for pouring joints shall consist of one (1) part Portland Cement to two (2) parts
clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the
consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so
that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type I or Type II. Sand
shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement
mortar for inside joints.
MANUFACTURED PRODUCTS
A. PIPE
1. GENERAL
Pipe, bends, and special fittings shall be Class 150, designed, manufactured, and tested in
accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the
special requirements of this specification.
2. PIPE DESIGN CRITERIA
Size shall be as shown on the plans; Pressure Class 150. For the purposes of pipe design,
working pressure plus transient pressure shall be equal to 1.5 times the pressure class
specified. Fittings, specials and connections shall be of the same or greater pressure class
as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and
piece number to permit easy identification in the field. Pipe design shall be based on trench
conditions and design pressure class specified. Pipe shall be designed according to the
methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction,
using the following parameters:
a) Unit Weight of Fill (w) = 130 pcf
b) Live Load = AASHTO HS 20
c) Trench Depth = As indicated
d) Coefficient Ku' = 0. 150
e) Trench Width (Bd) as indicated
f) Bedding Conditions = As indicated
g) Soil Reaction Modulus (E') = 700
06714-4
h) Coefficient k = 0.090
i) Pressure Class = 150 psi min. working pressure
Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth. In no case shall pipe be
installed deeper than its design allows.
3. PROVISIONS FOR THRUST
a)
Restrained joints shall resist thrusts at bends, tees, plugs, or other fittings. Thrust at
bends adjacent to casing pipe shall be restrained by welding joints through casing and
for a sufficient distance each side of casing. No thrust restraint contribution shall be
allowed for the welded length of pipe within the casing. Concrete thrust blocking shall
not be allowed.
b)
Restrained joints shall be used for a sufficient distance from each side of the bend, tee,
plug, or other fitting to resist thrust that will be developed at the design pressure of the
pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure
class (working pressure). Restrained joints shall consist of full welded joints or
harnessed joints. Harnessed joints shall be clamp or snap ring type in accordance with
AWWA Manual M-9. In areas where restrained joints are used for thrust restraint, the
pipe shall have adequate cylinder thickness to transmit the thrust forces. Restrained
joints shall also be installed on existing water lines where connections are made by the
new waterline.
c) The length of pipe with welded joints to resist thrust forces shall be determined by the
pipe manufacturer in accordance with AWWA Manual M-9 and the following:
1) The weight of earth (We) shall be calculated as the weight of the projected soil
prism above the pipe.
2) Soil density = 110 pcf (maximum value to be used).
3) Coefficient of friction = 0.3 (maximum value to be used).
The above applies to unsaturated soil conditions. In locations where ground water is
encountered, the soil density shall be reduced to its buoyant weight for the backfill
below the water table, and the coefficient of friction shall be reduced to 0.25.
INSIDE DIAMETER
The inside diameter, including the cement mortar lining, shall be a minimum of the
nominal diameter of the pipe specified.
06714-5
B. JOINT WRAPPERS
Similar and equal to those manufactured by Mar-Mac Manufacturing Company.
C. INSULATED CONNECTIONS
Where insulated connections are indicated, furnish dielectric insulation gaskets, sleeves, and
plastic washers as indicated.
D. FLEXIBLE JOINT COUPLINGS
Dresser Style 38, Smith-Blair Style 411, or approved equal.
E. PIPE ENDS
The standard pipe end shah include steel joint ring and a continuous solid rubber ring gasket as
per AW~*A Manual M-9.
F. FLANGES
Flanges shall conform with AWWA Standard C-207 with laying dimensions and drilling in
accordance with ANSI B 16.1, Class 250, unless otherwise specified. Drilling shall match class
of valves or appurtenances that are attached. Nuts and bolts shall conform to ASTM A-307,
Grade B.
PART 3 - EXECUTION
3.01 INSTALLATION
A. GENERAL
1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in AWWA
Manual M-9, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated.
B. PIPE HANDLING
Haul and distribute pipe, fittings at the project site. Handle piping with care to avoid
damage. Before lowering into the trench, inspect each joint of pipe, and reject or repair
any damaged pipe.
,
Keep the pipe clean during and after the laying operation and free of sticks, dirt, animals,
and trash, and at the close of each operating day, effectively seal the open end of the pipe
using a gasketed night cap.
06714 -6
C. PIPE JOINTING
1. GENERAL
a)
Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing
and wiping. If any damage to the protective coating on the metal has occurred, repair
the damage before laying the pipe. Lubricate the gasket and the inside surface of the
bell with an approved lubricant (flax soap) which will facilitate the telescoping of the
joint. Tightly fit together sections of pipe and exercise care to secure true alignment
and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and
enter the spigot end of the pipe into the bell of the adjoining pipe and force into
position. The inside joint space between ends of the pipe sections shall have an opening
within the tolerances as recommended by the pipe manufacturer. No "blocking up" of
pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint
not made up properly, remove the joint and properly prepare the trench. After joining,
check the position of the gasket with a feeler gauge. If the gasket is out of position,
disassemble the joint and repeat the joint laying procedure.
b) For interior welded joints, complete backfilling before welding. For exterior field-
welded joints, provide adequate working room under and beside the pipe.
2. EXTERIOR JOINTS
Make the exterior joint by placing a joint wrapper around the pipe and secure in place with
two (2) metal straps. The wrapper shall be 9" inches wide for pipe 36" and larger, and 7"
wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced
or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to
allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar
from one side in one (1) continuous operation until the grout has flowed entirely around the
pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the
mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar
has set-up.
3. WELDED JOINTS
Telescope together the joints to be welded with a rubber gasket as specified above and align
perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod
between the steel bell of one (1) section and the steel spigot of the other, and welding the
bell to the outside of the spigot. Contractor shall use full circumferential welds. When the
full welded joint is completed, pour the exterior joint with mortar as specified above. After
all sections are in final position, fill the interior joint as specified above. Welded joints shall
meet the requirements of AWWA Manual M-9.
D. PROTECTION OF EXPOSED METAL
1. Protect exposed ferrous metal by a minimum of one (1 ") inch coating of cement mortar as
previously specified for inside joints unless otherwise specified. Exposed large fiat surfaces
06714-7
such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating
reinforced with galvanized wire mesh.
Thoroughly clean and wet the surface receiving a cement mortar coating with water just
prior to placing the cement mortar coating. After placing, take care to prevent cement
mortar from drying out too rapidly by coveting with damp earth or burlap. Cement mortar
coating shall not be applied during freezing weather.
E. PATCHING
Excessive field patching of lining or coating shall not be permitted. Patching of lining or
coating will be allowed where area to be repaired does not exceed 100 square inches and
has no dimensions greater than 12". In general, there shall not be more than one patch on
either the lining or the coating of any one joint of pipe. Patching shall be as recommended
and approved by the pipe manufacturer.
Wherever necessary to patch the pipe, make patch with cement mortar as previously
specified for interior joints. Do not install patched pipe until the patch has been properly
and adequately cured and approved for installation by the Owner. Promp~y remove
rejected pipe from the site.
F. PIPE BEDDING AND BACKFILL
Pipe bedding and backfill shall be as specified in NCTCOG Specifications. Remove sheeting
and shoring in a manner such that a good bond is achieved between the backfill material and the
undisturbed trench walls.
FIELD QUALITY CONTROL
Perform hydrostatic testing and disinfection as specified in NCTCOG Specifications.
END OF SECTION
06714-8
SECTION 06743 - HIGH DENSITY POLYETHYLENE (HDPE) STORM DRAIN PIPE
PART
1.01
A.
1.02
A.
1.03
A.
1 - GENERAL
SUMMARY:
Furnish labor, materials, equipment and incidentals necessary to install high density
polyethylene (HDPE) storm drain pipe, fittings, specials, connections and appurtenances
as required for the proper installation and function of the drainage system.
QUALITY ASSURANCE:
Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations
(pipe, fittings, lining, coating) shall be performed at one (1) location.
During the construction period, the pipe manufacturer shall furnish the services of a
factory trained, qualified, job experienced technician to advise and instruct the Contractor
as necessary in pipe laying, joinring, backfill and compaction.
SUBMITTALS:
Submittals shall be in accordance with the Special Conditions and shall include:
fabrication and laying drawings, pipe description, design data, and incorporate provisions
for changes as necessary to avoid conflicts with existing utilities and structures. The
manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials comply
with this specification.
PART 2 - PRODUCTS
2.01 SCOPE
A. This specification describes 12- to 60-inch Hancor Sure-Lok pipe or approved equal for
use in non-pressure drainage applications.
2.02 PIPE REQUIREMENTS
A. Pipe shall have a smooth interior and annular exterior corrugations.
1. 12- to 36-inch shall meet AASHTO M294 Type S.
2. 42- and 48-inch shall meet AASHTO MP6-95.
3. 54- and 60-inch diameters shall have minimum pipe stiffness of 16 and 14 pii,
respectively, and shall meet all other requirements of AASHTO M294.
4. Manning's "n" value for use in design shall not exceed 0.010.
06743 - 1
2.03 JOINT PERFORMANCE
Ao
Pipe shall be jointed with the locking bell-and-spigot joint meeting AASHTO M294 or
MP6-95. The bell-and-spigot shall incorporate a gasket making it silt-tight. Gaskets shall
be installed by the pipe manufacturer.
2.04 FITTINGS
A. Fittings shall conform to AASHTO M294 or MP6-95. Fabricated fittings shall be welded
on the interior and exterior at all junctions.
2.05 MATERIAL PROPERTIES
Pipe and fitting material shall be high density polyethylene meeting ASTM D3350
minimum cell classification 335420C; or ASTM D1248 Type III, Class C, Category 4,
Grade P33.
PART 3 - EXECUTION
3.01 GENERAL INSTALLATION
A,
Installation shall be in accordance with ASTM D2321 with the exception that
minimum cover in traffic areas shall be at least two feet. Lay pipe to the lines
and grades as indicated on the plans.
B,
Haul and distribute pipe and fittings at the project site. Handle pipe with care
and follow all applicable safety regulations. Inspect each pipe joint and fitting
prior to installation, and reject or repair any damaged pipe.
3.02 TRENCH EXCAVATION
Ao
The minimum trench width shall equal the outside diameter of the pipe bell plus
six inches on either side of the pipe. The maximum trench width shall be the
pipe nominal diameter plus twelve inches on either side of the pipe.
3.03 EMBEDMENT AND BACKFILL
A,
Pipe shall be bedded on crushed limestone with a maximum size of one inch.
The materials shall be composed of durable particles graded to provide uniform
support of the pipe. Crushed stone embedment shall be TxDOT Standard
Crushed Rock-Aggregate Grade 4 having the following gradation:
06743 - 2
Retained on 1" sieve
Retained on 1/2" sieve
Retained on No. 4 sieve
Retained on No. 8 sieve
0%
40 - 75%
90-100%
95-100%
B. Crushed stone embedment shall extend from six inches below the pipe to twelve
inches above the top of the pipe. Final backfill and compaction above the
embedment shall be in accordance with Item 6.2 of North Central Texas
Standard Specifications for Public Works Construction.
END OF SECTION
06743 -3
SECTION 06773 - POLYETHYLENE WRAPPING
PART
1.01
A.
1.02
A.
1.03
A.
1 - GENERAL
RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special Conditions and
Specification sections, apply to work of this section.
SUMMARY:
Polyethylene wrapping that consists of a thin tubular section of polyvinyl plastic conforming to the
requirements of AWWA Standard C105, except where otherwise amended within this Standard,
shall be used to insulate all ductile iron or cast iron pipe, cast iron fittings, valves or other
appurtenances installed below ground in water systems.
The polyethylene wrapping is to be installed over all ductile iron, cast iron pipe, fittings and
specials used, to provide a dielectric barrier against the electrolytic action encountered in active
soils.
SUBMITTALS:
Tests and Reports: At the request of the Engineer, the manufacturer will provide certification by
an independent testing laboratory that the proposed material meets the requirements of these
specifications. Product certification may be certified by manufacturer's sworn test certificates of
test data at the discretion of the Engineer.
The Engineer reserves the right to select samples from any lot purchased for random testing prior
to acceptance. Failure to meet applicable specifications shall be just cause for rejection of entire
order.
1. The vendor shall bear all costs associated with local option testing and return of unacceptable
materials.
2. The Owner shall bear all costs of local option testing when tests meet the applicable
specifications.
PART 2 - MATERIALS
2.01 STANDARDS:
A. AWWA C105.
POLYETHYLENE WRAPPING
06773-1
2.02 MATERIAL:
The polyvinyl material for encasement shall be Type I, Class A or C (Natural color or black),
Grade E1 polyethylene formed into an 8-mil uniform film of tube type or sheet width for each pipe
size to be laid.
B,
Tape for use in securing overlaps of the polyethylene wrapping shall be Polyken No. 900
(polyethylene), Scotchrap No. 50 (polyvinyl), or equal. Minimum thickness of the tape shall be
10 mil. Maximum thickness shall be consistent with a pliable installation.
2.03 MATERIAL PROPERTIES:
The polyethylene wrapping material shall not contain any volatile constituents, the loss of which
may affect ductibility.
PART 3 - INSTALLATION
3.01 INSTALLATION ON DUCTILE AND/OR CAST IRON PIPE:
To install polyethylene wrapping on ductile or cast iron pipe, the following procedure shall be
followed:
A,
Place Wrapping on Cast Iron Pipe: Using either a sling or pipe tongs, raise the pipe a suitable
working distance off the ground. Slip a polyethylene tube over the spigot end of the pipe so that
the excess length is gathered near the hoisting sling. Tape a smooth, unwrinkled end of the
wrapping one-foot past the spigot end. Sufficient length shall be provided for a two-foot overlap
to adjoining pipe section.
Lower the Pipe into Place: Lower the pipe into the trench to a point just above grade; seat the
spigot end in the bell of the adjacent installed pipe, then lower to grade and alignment and
complete the pipe joint in the normal manner.
Complete the Wrapping Installation: Reposition the sling to raise the bell on the adjoining pipe
3 or 4 inches. Draw the polyethylene wrapping on the upstream pipe over and past the taped wrap
on the downstream pipe to the extremity of the wrap that shall be a minimum of two feet past the
taped end of the downstream pipe run. DO NOT TAPE THIS END. Lower the pipe to grade and
alignment.
D. Successive Pipe Runs: Repeat process "A" through "C" successively along the line.
E. Backfill: Complete backfill operations in the normal manner, except limit operation to a point
which will not restrict the above installation phases.
POLYETHYLENE WRAPPING 06773 - 2
3.02
A.
C,
INSTALLATION ON FITTINGS AND SPECIALS:
Fittings, such as bends and reducers, shall be covered similarly to steps "A' through "E"
above. Specials such as valves, hydrants, crosses, etc., shall be wrapped by splitting,
tucking and overlapping the polyethylene tube, then closing the field made splices with the
required tape. All seams shall be folded twice prior to taping in accordance with AWWA
Standard C- 105.
Material to cover valves may be acquired from the overlapping excess polyethylene tube
on the adjacent pipe lengths. The tubing should be drawn over the bell of pipe on either
side and installed with field made seams as described above.
Hydrants shall be encased with the polyethylene tubing slipped over the hydrant and
extended to a point 2 to 3 inches above the ground line. The wrap shall be excluded from
the drain region to allow normal drain function of the hydrant.
All fittings and specials that require concrete blocking shall be completely wrapped prior
to pouring the concrete block.
END OF SECTION
POLYETHYLENE WRAPPING
06773- 3