Loading...
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