WA9901-SP030428T H E G 1 T Y O F
COPPELL
T O
W
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
MEADOWCREEK/ROLLING HILLS
Water Line Project
WA 99.01
FOR •�` `
THE CITY OF COPPELL
..
KENNETH M GRIFFIN /
.....62480 /
April
2003 ANAL
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas 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 - Supplementary Conditions to the Standard Specifications
for Construction. In the event 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.S.A.
American Standards Association
A.S.T.M.
American Society of Testing Materials
A.A.S.H.T.O.
American Association of State Highway
& Transportation Officials
— A.C.I.
American Concrete Institute
A.W.S.
American Welding Society
A.W.W.A.
American Water Works Association
S.S.P.C.
Steel Structures Painting Council, Federal
—
Specifications Treasury Department
U.L.
Underwriters Laboratories
— N.E.M.A.
National Electrical Manufacturers Association
W.P.C.F.
Water Pollution Control Federation
TX.DOT Texas Department of Transportation
C.D.G..S. City of Dallas General Specifications
S.S.P.W.C.N.C.T. Standard Specifications for Public Works
Construction North Central Texas
TCEQ Texas Commission on Environmental Quality
TMUTCD Texas Manual on Uniform Traffic Control Devices
4 -2 Specific Project Requirements
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 9478, Coppell, Texas 57019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
1.3 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.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right -of -way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This Contract consists of the installation of approximately
5,350 linear feet of 8" PVC water line in Meadowcreek Rd./Rolling Hills Rd. from Denton
Tap Rd. to Bethel School Rd. Work shall include all components necessary for the "turn
key" construction of the Meadowcreek/Rolling Hills Water Line Project as shown in the
plans for WA 99 -01, including but not limited to: PVC pipe, long, short and 2" services,
street repair, boring, fire hydrant assemblies, 8" valves, connections to existing water lines,
abandoning the existing 6" ductile and cast iron water lines, traffic control and sodding.
1.6 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 final 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.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
4 -3 Specific Project Requirements
1.9 SURVEY AND FINISHED GRADES: The Contractor shall be responsible for
installation of the water lines to plus or minus 0.10 -foot of the elevations shown on the
construction plans.
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 arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall be
provided to the Contractor of all reports and laboratory test results. Testing by the City does
not alleviate the Contractor's responsibility for his own quality assurance /quality control
testing. Contractor shall replace any deficient construction items at his own expense. It
remains the Contractor's responsibility to obtain the necessary hydrostatic and
bacteriological tests necessary for the water line installation.
1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.13 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.
4 -4 Specific Project Requirements
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 and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law to protect
persons and property while said persons or property are approaching, leaving or within the
work site or any area adjacent to said work site. Compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required by law for the protection of persons or
property under the pay item entitled "Furnish, Install and Maintain Traffic Control
Devices ".
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a Traffic Control Plan to be reviewed by the
City prior to the beginning of work. 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 has 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, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
_ public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
4 -5 Specific Project Requirements
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental to the pay item
entitled "Fumish, Install and Maintain Traffic Control Devices ".
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures.
b. After commencing the work, the Contractor shall use every precaution to avoid
interference with existing underground and surface utilities and structures, and
protect them from damage.
C. Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items, 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.
d. The Contractor shall repair or pay for all damage caused by his operations to all
_ existing utilities, public property, and private property, whether it is below ground or
above ground, and he shall settle in total cost of all damage suits which may arise as
a result of this operations.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage 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:
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 appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new - appearing condition.
4 -6 Specific Project Requirements
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
1.21 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 burning 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.
1.22 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.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4 -7 Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
— A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
_ for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawing sand diagrams:
— 1. Modify drawings and diagrams to delete information which is not applicable
to the work.
— 2. Supplement standard information to provide information specifically
applicable to the work.
— 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
— B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
— 3. Catalog numbers and similar data.
4 -8 Specific Project Requirements
4. Conformance with specifications.
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work which requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
B. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
C. Submittals shall contain:
1.
The date of submission and the dates of any previous submissions.
2.
The project title.
3.
The names of:
a. Contractor
b. Supplier
C. Manufacturer
4.
Identification of the product.
5.
Field dimensions, clearly identified as such.
6.
Relation to adjacent or critical features of the work or materials.
7.
Applicable standards, such as ASTM or Federal Specification numbers.
8.
Identification of deviations from Contract Documents.
9.
Identification of revisions on resubmittals.
10. Contractor's
stamp, initialed or signed, certifying to review of submittal, verification of
products, field measurements and field construction criteria, and a
coordination of the information within the submittal with requirements of
the work and of Contract Documents.
11.
Fabrication and erection drawings lists and schedules.
12.
Basis of design and design calculations signed and sealed by a registered
professional engineer.
13.
Seal and signature of a register engineer on all structural submittals.
4 -9 Specific Project Requirements
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relive the contractor of any responsibility and work required
by the Contract.
2. Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
4 - 10 Specific Project Requirements
SECTION 5
DESCRIPTION OF PA Y ITEMS
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) any curb, gutter or valley gutter replacement necessitated by removal or
damage during construction, (b) removal and replacement of any signs, (c) bracing shall be
considered subsidiary to the pay items for water pipe, (d) any blocking necessary for change
in pipe direction, (e) any concrete encasement, (f) old valve removal, (g) use of retainer
glands (required but considered subsidiary to the pay items for water pipe), (h) disposal of
damaged fire hydrants.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs of the North Central Texas Council of
Governments "Standard Specifications for Public Works Construction ", unless modified by
these special provisions.
2.1. Pay Items #I -1 - Mobilization & Demobilization:
This pay item shall consist of the initial mobilization for the construction of the project. The
project shall be constructed in four phases and tested and placed in service followed
immediately by cleanup and resodding. Pipe installation may continue on the next phase so
long as cleanup is continuing on the prior phase. Fire hydrants and valves have been installed
at Sta. 13 +00, Sta. 25 +25, Sta. 35 +25, Sta. 44 +25 and Sta. 53 +37 to allow the contractor
working from Denton Tap Rd. to Bethel School to install between 900 and 1300 linear feet of
pipe, chlorinate and test that section, connect all existing services to that section and then
have that section placed in service; and the section of the existing 6" line taken out of service.
This pay item is inclusive of any and all mobilizations and de- mobilizations associated with
this project.
Measurement and Payment shall be made on the basis of percentage of linear feet of 8" water
pipe installed i.e., when one -half the water pipe has been installed, one -half of the
mobilization will be paid, etc. Payment shall be total compensation for providing all
necessary labor, materials and equipment to complete the project.
2.2. Pay Items 00I -2 - Furnish and Install 8" Water Pipe:
This pay item shall consist of installing the main line 8" water pipe at the location and depth
shown on the construction plans according to the specification and Standard Details
governing such work. Other 8" water pipe necessary for connecting are paid under the bid
items for the connections. The pipe material used under 9 street crossings, 4 lowerings and 1
5 -2 Description of Pay Items
driveway shall be ductile iron pipe. All other water pipe, including the 36 additional bores
under driveways, shall be PVC. It is estimated that there is 625 linear feet of ductile iron.
Measurement and Payment shall be made on the basis of the bid price per linear foot (U) and
shall be the total compensation for any intermediate taps necessary for testing and
disinfecting, and for all bends, fittings (including fittings to connect PVC to ductile iron),
blocking, retainer glands, megalugs, etc. necessary to complete the installation of the 8" water
line and all necessary labor, materials and equipment to complete the project.
2.3. Pay Item # I -3 - Boring Required to Install 8" Water Pipe:
Installation of the 8" Water Pipe will be required to be installed by boring on all water lines
crossing Meadowcreek Road, intersecting cross streets and all waterlines crossing beneath
existing driveways as shown on the plans. All bores shall be by the `dry bore' method. This
pay item shall include the cost of the bore only. The 8" Water Pipe will be paid under Pay
Item 4I -2. No casing will be required for the 8" PVC Pipe beneath the driveways. Any voids
between the outside diameter of the pipe and the bore shall be grouted with a 2 -sack cement
mix. There are 46 separate bores ranging in length from 21' to 80'. Any additional boring by
the contractor to eliminate the number of bores or for ease of construction shall be at the sole
expense of the contractor.
Measurement and payment shall be on the basis bid for linear foot (U), measured from the
beginning to the end of the bore cavity, and shall be total compensation for furnishing all
labor, materials and equipment necessary to complete the bore including bore pits and
necessary grout. When the bore pits are constructed, the City will pay the linear foot through
the bore pit length for the restoration of the existing sod, etc., even though the bore pit will be
wider, the additional width required for sodding should be inclusive of the bid price per linear
foot for the bore.
2.4. Pay Item #I4 - Furnish and Install Inline 8" Gate Valve:
This work shall consist of the installation of 8" gate valves as shown on the construction
plans. Installation of the gate valves will be inclusive of megalugs, fittings, etc., necessary to
complete the work.
Measurement and Payment shall be made on the basis of the price bid per each (EA), and
shall be total compensation for furnishing all labor, materials and equipment necessary to
complete the work.
2.5. Pay Item # I -5 - Furnish and Install Fire Hydrant Assemblies:
This work shall consist of installing new fire hydrant assemblies as shown on the construction
plans. Fire hydrant assemblies shall be inclusive of all work necessary to connect the new fire
hydrant to the new 8" PVC water line. This includes a tee, gate valve, a fire hydrant, a
minimum of five linear feet of 6" PVC water line and all fittings, blocking, etc. necessary to
complete the construction.. During the installation of the 8" PVC water main, an 8" M..J. x
6" flange `T' shall be installed at each fire hydrant location as shown on the plans. A 6"
flange to M.J. valve shall be installed on the 6" flanged outlet and blocking shall be placed
conforming to the Standard Construction Details. The necessary hydrostatic pressure tests
5 -3 Description of Pay Items
and bacteriological tests shall be completed and all services within the tested section shall be
tied into the new water main. The old main shall then be abandoned and the new fire hydrant
shall be installed and placed into service. The old fire hydrant shall then be salvaged as
described in Pay Item #I -6.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to install the
new fire hydrant assemblies from and including the tee up to and including the fire hydrant.
2.6. Pav Item 4I -6 - Remove and Salvage existing Fire Hydrants:
This work shall include salvaging the existing fire hydrants and delivering them to Water
Tower #2 at Wagon Wheel Park. Removal includes all blocking and piping back to the
existing 6" fire hydrant valve. Access to the Water Tower is immediately east of the
intersection of Royal Lane and Northpoint Drive. Any fire hydrants damaged during removal
will not be compensated on this pay item. Only fire hydrants salvaged in good condition and
delivered to the Water Tower will be compensated under this pay item. Existing fire hydrants
shall remain in service until the activation of the new fire hydrants at or near the location.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for all labor, materials and equipment necessary to remove and deliver
salvaged fire hydrants in good condition to Wagon Wheel Park Water Tower #2. Fire
hydrants damaged during removal will not be paid under this item and shall be disposed of at
the Contractor's expense.
2.7. Pay Item #I -7 — Reconnect Existing Short Services w /1" Copper:
This work shall include the connection of existing water service lines located on the same side
of the street as the new 8" water line to the new 1" Type `K' copper services. The existing
service shall be exposed to determine location, size and material type prior to installation of
the new 1" tap. The connection of the new 1" copper to the existing service line shall be
made no closer than five feet outside the limits of the existing pavement and according to the
plans, specifications and standard details governing such work.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to connect
1" services from the proposed 8" water line to the existing service line. This pay item should
include any repairs to the ground i.e., soil and grass, etc., necessary to return the area to as
good or better than prior to construction.
2.8. Pay Item #I -8 — Reconnect Existing Long Services w /1" Copper:
This work shall include the connection of existing water service lines located on the opposite
side of the street as the new 8" water line to the new 1" Type `K' copper services. The
existing services shall be exposed to determine location, size and material type prior to
installation of the new 1" tap. The street crossing will be made by means other than open cut
and shall be a minimum 24" depth unless otherwise specifically approved by the Engineer.
The connection of the new 1" copper to the existing service line shall be made no closer than
5 -4 Description of Pay Items
five feet outside the limits of the existing pavement and according to the plans, specifications
and standard details governing such work.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to connect
1" services from the proposed 8" PVC water line to the existing service line. This pay item
should include any repairs to the ground i.e., soil and grass, etc., necessary to return the area
to as good or better than prior to construction.
2.9. Pay Item 411-9 — Reconnect Existing Long Services w /2" Copper:
This work shall include the connection of existing water service lines located on the opposite
side of the street as the new 8" water line to the new 2" Type `K' copper services. The
existing services shall be exposed to determine location, size and material type prior to
installation of the new 2" tap. The street crossing will be made by means other than open cut
and shall be a minimum 24" depth unless otherwise specifically approved by the Engineer.
The connection of the new 2" copper to the existing service line shall be made no closer than
five feet outside the limits of the existing pavement and according to the plans, specifications
and standard details governing such work. No splices will be allowed under the existing
paving.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to connect
2" services from the proposed 8" PVC water line to the existing service line. This pay item
should include any repairs to the ground i.e., soil and grass, etc., necessary to return the area
to as good or better than prior to construction.
2.10. Pay Item #I -10 — Connect Existing 6" CIP Water Line to Existing 8" CIP Water Line:
This work shall include connecting the existing 6" CIP water line, under Bethel School Rd. on
the east side of Rolling Hills Rd., to the existing 8" CIP water line under Rolling Hills Rd. on
the south side of Bethel School Rd. Price bid for this connection should be inclusive of all
fittings, blocking, tapping sleeves, pipe, etc. necessary to make the connection.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass, etc.,
necessary to return the area to as good or better than prior to construction.
2.11. Pay Item #I -11— Six Inch Connection to Existing 6" Water Line:
This work shall include connection of existing 6" water lines on Mason Court and Maywood
Circle as follows: During the installation of the 8" PVC water line, an 8" M.J. x 6" flange `T'
shall be installed at the locations of the existing 6" water line as shown on the plans. A 6"
flanged to M.J. valve shall be installed on the 6" flanged outlet and blocking shall be placed
conforming to the Standard Construction Details. As soon as possible after the new 8" water
line is placed in service, the existing 6" water line shall be connected to the new 6" valve by
use of 6" PVC pipe and any necessary bends and sleeves; and shall be installed according to
5 -5 Description of Pay Items
the plans, specifications and standard details governing such work. The existing 6" water line
shall be removed to the existing 6" valve.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass, etc.,
necessary to return the area to as good or better than prior to construction.
2.12. Pay Item #I -12 — Eight Inch Connection to Existing 6 Water Line:
This work shall include connection of existing 6" water line on the remaining side streets as
follows: During the installation of the 8" PVC water line an 8" M.J. x 8" flange `T' shall be
installed at the locations of the existing 6" water line as shown on the plans. An 8" flanged to
M.J. valve shall be installed on the 8" flanged outlet and blocking shall be placed conforming
to the Standard Construction Details. As soon as possible after the new 8" water line is
placed into service the existing 6" water line shall be connected to the new 8" valve by use of
8" PVC pipe, an 8" x 6" reducer and any necessary bends and sleeves and shall be installed
according to the plans, specifications and standard details governing such work. The existing
6" water line shall be removed to the existing 6" valve.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass, etc.,
necessary to return the area to as good or better than prior to construction.
2.13. Pay Item 4I -13 — Connect Existing 8" CIP Water Line:
This work shall include connecting the proposed 8" Water pipe to the existing 8" CIP water
line on the south side of Bethel School Rd., west of Rolling Hills Rd. and on the north side of
Meadowcreek, east of Denton Tap Rd. This will include at a minimum: an 8 "x8" tee and 8"
gate valve. The 8" water lines in Bethel School Rd. and Denton Tap Rd. will need to be shut
down prior to the connections being made. This price shall include notification of affected
residents about the water being shut off for a period of time. Also, please be advised that the
work shall be accomplished in no more than a four -hour period, once the water has been shut
off. This pay item should include all fittings, blocking, pipe, tees, valves, etc., necessary to
complete the work.
Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass, etc.,
necessary to return the area to as good or better than prior to construction.
2.14. Pay Item 9I -14 — Remove and Replace Existing Concrete Sidewalk:
This work shall include the removal and replacement of concrete walkways in three separate
locations. A minimum of four feet should be removed at each location. However, depending
on existing joints and/or left over sections of concrete toward the street, additional footage
may be required to be removed and replaced. The replacement of the sidewalk should be in
conformance with the City of Coppell's Standard Details Sheet SD7.
5 -6 Description of Pay Items
Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) to
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass, etc.,
necessary to return the area to as good or better than prior to construction.
2.15. Pay Item #I -15 — Cut and Plug Existing 6" Cast Iron Pipe:
This work shall include cutting and plugging the existing 6" pipe at Denton Tap Rd. and at
Bethel School Rd. Installing the water line in phases will require additional cutting and
plugging of the 6" water line. Those additional cutting and pluggings are considered
subsidiary to the various bid prices contained within this bid. Plugging the water line at
Bethel School Rd. shall consist of removing the tapping valve and installing a blind flange or
mechanical joint plug. The abandoned water line shall be sawcut or removed to an existing
— joint, water drained and then capped with a restrained joint cap or completely plugged with
concrete.
Plugging the existing 6" waterline at Denton Tap shall consist of removing the tapping valve
on the west side of Denton Tap Rd. and installing a blind flange or mechanical joint plug.
Removing the valve on the west side of Denton Tap Rd. will require removal and replacement
— of concrete pavement. The abandoned portion of the water line shall be capped with a
restrained joint cap or completely plugged with concrete. Depending upon method of
— connection of the new 8" water line to the existing 8" tap on the east side of Denton Tap Rd.,
the abandoned 6" water line may need to be capped in three separate locations. Regardless of
the number of times the 6" waterline may need to be capped at Denton Tap, it will only be
considered as one for pay item purposes.
Concrete shall be reinstalled one -foot beyond the undisturbed trench on each side. Dowel
bars shall be 24" long #6 smooth 24" on center. Reopening to traffic will be based on test
strength of concrete cylinders. Contractor may at his choice and expense have test cylinders
cast for early testing so that the street section can be placed back into service. All sawed and
construction joints shall be sealed with an approved silicone sealant designed for use as a
concrete pavement joint sealant. The backfill for the repair in this area shall be stabilized
sand from the bottom of the opening to the bottom of the subgrade. Saw cutting both the
original opening and additional saw cutting for pavement replacement shall be subsidiary.
_ Measurement and Payment shall be made on the basis of the price bid per each (EA) to be
total compensation for furnishing all labor, materials and equipment necessary to complete
the work. This pay item should include any repairs to the ground i.e., soil and grass necessary
to return the area to as good or better than prior to construction. Also, any pavement repair or
ground repair necessary based on the cutting and plugging of the water line at Denton Tap and
Bethel School shall be considered subsidiary to this bid price.
2.16. Pay Item #1 -16 — Abandon Existing 6" CIP Water Line:
This work shall include abandoning the existing 6" water line as follows: After each section
of the existing 6" water line is taken out of service the abandoned section will be allowed to
completely drain or have any retained water pumped from the system Any and all openings
5-7 Description of Pay Items
into the existing pipe will be closed by use of approved M.J. cast iron caps or plugs and
blocking according to the plans, specifications and standard details governing such work.
Existing valves may be used to close the existing system, but no open pipe shall extend
outside the valve. Valve stacks outside of paving shall be removed and backfilled with soil
and have sod placed (soil and sod are subsidiary to this pay item). Valve stacks in paving
shall have the top removed and the stack backfilled with 3000 psi concrete flush with the top
of the surrounding paving.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) to
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work.
2.17. Pay Item 91 -17 — Furnish, Install, Maintain and Remove Erosion Control Devices:
This project will be subject to the Texas Commission on Environmental Quality's (TCEQ)
requirements for construction. Under the Texas Pollutant Discharges Elimination System
(TPDES) construction general permit (TXR150000), an operator of a construction site that
will disturb one (1) or more acres is required to obtain a permit for the discharge of storm
water runoff. The contractor will be required to develop and implement a site specific Storm
Water Pollution Prevention Plan (SWP3) and then, depending on the size of the activity,
either submit an NOI to the TCEQ or post a notice on -site. The SWP3 must describe and
ensure the implementation of practices that will be used to reduce the pollutants in storm
water discharges associated with construction activity and assure compliance with the terms
and conditions of the permit. The SWP3 shall be subject to approval by the City. The SWP3
must be retained on -site or notice must be posted if the SWP3 is retained off -site.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) to
pay the contractor for the preparation and implementation of the SWP3, including any
necessary revisions throughout the duration of the construction contract, and for providing the
physical erosion/pollution control measures throughout the duration of the construction
— contract as delineated in the approved SWP3.
2.18. Pay Item #I -18 — Furnish, Install and Maintain Traffic Control Devices:
This work shall include the placement of the required traffic control devices in accordance
with the TMUTCD City of Coppell and NCTCOG Standards and Specifications. Inclusive
with this pay item is the requirement for the submittal of a traffic control plan for the project
as a whole. No lane of Denton Tap Rd. will be allowed to be closed after 4:00 p.m. on any
given work day. Existing Meadowcreek Rd. is a narrow asphalt roadway; however a
minimum of one lane shall be kept open at all times during construction. During those times
when the roadway is only open to one lane in width, a flagman shall be provided at each end
of the work area to control traffic in an orderly manner passing through the construction area.
There are several cul -de -sacs along the section of roadway which are required to have access
at all times. At the end of each workday, two way access should be provided to all cul -de-
sacs. During the workday, if access is restricted, then flagmen should be provided at those
cul -de -sacs to allow for orderly passage of traffic into and out of the cul -de -sac areas.
5 -8 Description of Pay Items
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) to
— be total compensation for furnishing all labor, materials and equipment necessary to complete
the work.
2.19. Pay Item #1 -19 — Furnish and Install Trench Safety System:
This work shall include a job specific Trench Safety Plan sealed by a professional engineer to
be provided prior to the start of construction. It is anticipated that the majority of this line will
be installed at or less than five feet deep, however, in the area of the bore pits, the tie ins,
crossing of existing drainage facilities, etc. it is conceivable that the depth will exceed five
feet. Therefore, a detailed Trench Safety Plan should be provided prior to the start of
construction.
Measurement and Payment shall be made on the basis of the lump sum (LS) price bid and
shall be total compensation for furnishing the Trench Safety Plan, all labor, materials and
equipment necessary to complete the work.
2.20. Pay Item #I -20 — Repair or Replace all Damaged Sprinkler Heads and Irrigation System
Lines:
This work shall include repairing or replacing any damaged existing irrigation systems within
the limits of the work area in a manner satisfactory to the adjacent property owners. This
includes any pipes damaged and repairing or replacing any damaged sprinklerheads. It would
be advisable to contact adjacent property owners prior to installing the 8" waterline to
determine the limits of any existing irrigation systems and/or sprinklerheads and identify any
existing damage. All repairs should be completed as soon as possible after the damage is
discovered. Any damage to existing grass, trees or landscaping as a result of lack of water
during construction because of damage to irrigation systems will be the sole responsibility of
the contractor to replace. The number of sprinklerheads on this project is unknown.
Contractor is advised to visit the job site and observe the number of sprinklerheads associated
with this project.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and
shall be total compensation for repairing any damaged irrigation lines, sprinklerheads, and
replacing any sod, trees or landscaping damaged during the course of construction due to lack
of water; and for furnishing all labor, materials and equipment necessary to complete the
work.
2.21. Pay Item #I -21— Repair or Replace all Damaged Mailboxes:
This work shall include repairing any damaged mailboxes to a condition satisfactory to the
property owner. At numerous locations within the limits of this project brick mailboxes are
constructed in close proximity to the new location of the 8" PVC waterline. Because of
existing utilities, including the existing 6" water line in the proximity of the road, there is
limited area to place the new 8" PVC water line. Therefore, there could be a conflict between
the 8" water line and the existing brick mailboxes. The contractor will have various options in
working around the brick mailboxes. One option would be to remove and replace the
mailboxes. A second option would be to take the waterline around the brick mailboxes. A
5-9 Description of Pay Items
third option would be to bore beneath the brick mailboxes. If the contractor chooses to
remove and replace the brick mailboxes the replaced mailbox shall be of the same type of
material and to the satisfaction of the property owner. If the contractor chooses to go around
the brick mailboxes then any additional cost associated with bends, fittings, blocking, etc. will
be at the sole expense of the contractor. If the contractor chooses to bore beneath the existing
mailboxes, any additional labor, work or cost associated with the boring will be the sole
expense of the contractor.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and
shall be total compensation for ensuring that the brick mailboxes are in as good or better
condition after the installation than they were before the installation of the 8" PVC water line;
and for furnishing all labor, materials and equipment necessary to complete the work.
2.22. Pay Item 41 -22 — Furnish and Install Bermuda or St. Augustine Grass Solid Sod:
This work shall include the placement of sod along the centerline of the new 8" water line.
Type of sod will be compatible with the existing grass in the yard. Because this item is being
compensated on a lump sum basis it is estimated that the sod area is 1,050 square yards. This
is based on the outside diameter of the pipe plus 1 -' /z feet times the length, minus the
driveway and street bores. Any areas necessary to be sodded associated with the installation
of service lines, as previously noted, is considered subsidiary to the cost of the services. Also,
any areas necessary to be sodded caused by the width of the bore pits is considered subsidiary
to the cost per foot for boring. Also, any area outside the limits of the outside diameter of the
pipe plus 1 -'h feet that needs to be sodded will be sodded at the sole expense of the
contractor. The contractor will be required to water and fertilize to establish growth and to
protect any areas damaged. Only 50% of this pay item will be paid until there is 100%
coverage. At that time, 100% of this item will be paid.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and
shall be total compensation for furnishing all labor, materials and equipment including water
and fertilizer necessary to complete the work. Any areas disturbed beyond the outside
diameter of the pipe plus 1 -' /z feet shall be resodded at the contractor's sole expense.
5 -10 Description of Pay Items